HomeMy WebLinkAboutC-2360 - Sewer Main Replacement 1982-83March 2, 1984
0
Clarke Contracting Corp.
1218 So. Alameda Street
Compton, CA 90220
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
(7141640-2251
Subject: Surety: = Federal Insuranc'e"`Co.
Bonds No. 80 86 81 32
Project: Sewer Main Replacement Program 1982 -83
Contract No.
The City Council on January 23, 1984 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.
The Notice was recorded with the Orange County Recorder on February 1, 1984,
Reference No. 84- 047197. Please notify your surety company that the bonds
may be released 35 days after this recording date.
Sincerely,
Wanda E. Andersen
City Clerk
WEA:lr
cc: Public Works
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
i !
January 26, 1984
Lee A. Branch
County Recorder
P.O. Box 238
Santa Ana, CA 92702
Dear Mr. Branch:
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
(714 ) 640.2251
Attached for recordation are two Notices of Completion of public works
projects consisting of:
1. Street and Bikeway improvements on Irvine Ave. from Mesa Dr. to
Bristol St, Contract No. 2318, on which Sully- Miller Contracting Co.
was the contractor and Seaboard Surety Co. was the surety.
2. 1982 -83 Sewer Main Replacement Programl16;rl on which
Clarke Contracting Corp. was the contractor and Federal Insurance Co.
was the surety.
Please record both and return them to us.
Sincerely,
Wanda E. Andersen
City Clerk
WEA:Ir
Attachments (2)
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
lease retum to:
:,.. �•..i ...a6e a,0.:
City Cleric EXEMPT
City of Newport Beach ,
3300 Newport Blvd. C 2
P.O. Box 1768
Newport Beach, CA 92663.3854 NOTICF. OF COMPLETION
^ ?t °C @ "' ? (p'�yp PUBLIC WORKS
�.6F4�ri�L.i h(1� Ytil�
4-047197
RECORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY, CALIFORNIA
-goo PM FEB 1 '84
LEE A. BRANCH, County Recorder
'Io All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on January 23, 1984
the Public Works project consisting of 1982 -83 Sewer Main Replacement Program (C -236(1
on which Clarke Contra ct'n "
was the contractor, and edera
was the surely, was completed.
CIIV OF H
S NEW�RI BFAC ,
,;_ MRR2 1984
pECEl1t�
�. ;• CITY C�F4��
1218 So. Alameda St., Co
ran— cam., 3200 Wilshire
VERIFICATION
20
es,
CITY OF NEWPORT BEACH
Public Works Director
\14 e u a nee, say:
'tr> r ✓
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 January 25, 1984 at Newport Beach, California.
'Publi6 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 January 23, 1984 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 January 25, 1984 at Newport Beach, California.
City Clerk
0
TO: CITY COUNCIL
BY THE CITY COUNCIL
CITY OF NEWPORT BEACH
JAN 231984
January 23, 1984
CITY COUNCIL AGENDA
ITEM NO.
FROM: Public Works Department
SUBJECT: ACCEPTANCE OF SEWER MAIN REPLACEMENT PROGRAM 1982 -83 (C -2360)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days
after Notice of Completion has been filed.
DISCUSSION:
The contract for the replacement of sewer mains (1982 -83) has been
completed to the satisfaction of the Public Works Department.
The bid price was $183,917.65
Amount of unit price items constructed 200,678.27
Amount of change orders 16,172.99
Total contract cost 216,851.26
Funds were budgeted in the General Fund.
The increase in the amount of unit price items constructed was due to
a nearly 50% greater length of the house laterals than had been anticipated, and
an error in the originally estimated amount of alley pavement.
Eight Change Orders were issued.
The first, in the amount of $4769.50, provided for compensation for
delays and additional work caused by working around a number of abandoned and
live utility lines which were found not to be in their planned locations.
The second, in the amount of $371.86, provided for compensation for
delays and extra excavation in 22nd Street due to an abandoned roadway beneath
the existing improvements.
The third, in the amount of $2,431.15, provided for exploratory
excavation and eventual construction of three connections to an existing building
which had received one connection during the initial construction.
The fourth, in the amount of $818.40, provided for remodeling a manhole
base and reconstruction of an irrigation main in Bayside Park.
The fifth, in the amount of $1,468.31, provided for excavating and
capping a number of abandoned house laterals.
Page Two
Subj: Acceptance of Sewer Main Replacement Program 1982 -83 (C -2360)
January 23, 1984
The sixth, in the amount of $3,018.20, provided for removal and
disposal of 2 abandoned steel lines that were encountered in the alley easterly
of Grand Canal and which interfered with the new sewer construction.
The seventh, in the amount of $1,340.69, provided for exploratory
excavation and eventual construction.of two connections to an existing house
which had received one connection during the intial construction.
The eighth, in the amount of $1,954.88, provided for excavation,
inspection of the new main for a possible blockage, backfill and patching. The
inspection indicated that the suspicion of blockage arose as a result of City
forces accidentally inserting the cleaning machine in the abandoned main rather
than the new.
The design engineering was performed by the Public Works Department.
The contractor is Clarke Contracting Co. of Compton.
The contract date of completion was June 15, 1983. With the exception
of final clean -up the project was completed on that date. The work described in
Change Order No. 8 and the construction of a house lateral that had been missed
delayed the final accounting and recommendation for acceptance.
The location is shown on the attached sketch.
11 Q 94
Benjamin B. Nolan
Public Works Director
ICUIXI 1
Att.
3
8ArS/RE
lot
N
�o
C17- y HALL
V �1
VV
0�
v
PROJFG.T ti3 y 4 d'
LOCATION ti2��od`
/Ca Qw
PROJECT .,Sod
N
LOCATIO '
�y
�qyy
j
P[OCE
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SEWER MAIN REPLACEMENT
C- 2360
PROJECT -
LOCADON
DRAWN ) J = DATE
APPROVED -x— "
DRAWING NO. EXHISII "A
TO
FROM
SUBJECT
0
CITY COUNCIL
0
Public Works Director and Utilities Director
SEWER MAIN REPLACEMENT PROGRAM, C -2360
RECOMMENDATION:
DISCUSSION:
May 23, 1983
BY THE CITY .OI! cg 6
CITY OF NEWPORT BEACH
MAY 23 1983
Approve an addition to the Sewer Main Replacement Program
Contract with Clarke Contracting Corporation to include the
replacement of sewer main, house connection laterals and clean -
outs in 33rd and 34th Streets between Marcus and Lake Avenues.
On March 14, 1982, the City Council awarded a $184,000 contract
for sanitary sewer main and lateral replacement to Clarke Contracting Corpora-
tion. Work on the contract is approximately 75% complete as of this date.
Recently, Utilities Department staff has observed failures in
sanitary sewer mains in 33rd and 34th Streets between Marcus and Lake Avenues.
Normally, Utility Department crews would repair areas of sewer main collapse.
However, because of the current workload of such crews, and since Clarke is
currently under contract with the City, staff recommends that a change order
be initiated with Clarke to replace sewer mains house connection laterals and
cleanouts in 33rd and 34th Streets.
The estimated cost of the change order is $35,130; however, the
sewer main replacement fund in the current budget has been depleted. Therefore,
a budget amendment to transfer the following amounts has been prepared for
Council consideration if the recommendation is approved:
Transfer from
Account No. Amount
Sewer Access Road Maintenance Program 02.5597.181 $ 9,178.50
Sewer Manhole Lining Program 02.5597.204 $ 3,701.00
Sewer Main Root Control Program 02.5597.224 $10,000.00
Replace Storm Drain /Mrng. Cyn. - Sewd 02- 3497.250 $14,620.50
Total 37,500.00
The $2,370 excess provides a contingency in the event that other
extra work, such as manhole rehabilitation, is deemed necessary during construc-
t i
Benjamin B. Nolan Joseph T. Devlin
Public Works Director Utilities Department Director
LD:rb
0
CITY OF NEWPORT BEACH
P.U. BOX 1768, NEIVPURT BEACH. CA 92663 -3884
OFFICE OF THE CITY CLERK
(714) 640 -2251
TO: FINANCE DIRECTOR
PUBLIC WORKS a/3� Ig3
FROM: CITY CLERK
DATE: March 31, 1983
SUBJECT: Contract No. C -2360
Description of Contract 1982 -83 Sewer Main Replacement Program
Effective date of Contract March 31., 1983
Authorized by Minute Action, approved on March 14, 1983
I
Contract with Clarke Contracting Corporation
Address 1218 So. Alameda Street
Compton, CA 90220
Amount of Contract $183,917.65
Wanda E. Andersen
City Clerk
i
WEA:lr
attach.
3300 Newport Boulevard, Newport Beach
C7
N
W
rn
O
E
w
r+
(D
3
w
(D
(D
a
w
(
(D D
fD
7
1-F
Z
O
a
Z
w
3.
W
N
r
OD
LO
4
Q
C)
CD
w
n
m
ro
n
m
w
n
m
a
rt
O n Z
M O d H
S ((DD �• 3
(D 7
N w
f w F
o (-r ao w
Z J rD
]c O (D fD
CD O
O h
w
O a
7 O J•
CL 1<
M (D
Z Z
d (•h O
� O 3
(D •D'
Q �
w (D lC
(D
J. i
3 J
1 VI c'F
J• C S
7
N m (D N
C d (D
z n
w w r+
� U3 w J
n o
(D J.
3
U N W
(D c+ V
M O
D'-+O
(D J.
(DoO
Q --h
0 J.
J. S
0
o,oc->
CD CD
C Q
0
�
r
W
N
r
OD
LO
4
Q
C)
CD
w
n
m
ro
n
m
w
n
m
a
rt
O n Z
M O d H
S ((DD �• 3
(D 7
N w
f w F
o (-r ao w
Z J rD
]c O (D fD
CD O
O h
w
O a
7 O J•
CL 1<
M (D
Z Z
d (•h O
� O 3
(D •D'
Q �
w (D lC
(D
J. i
3 J
1 VI c'F
J• C S
7
N m (D N
C d (D
z n
w w r+
� U3 w J
n o
(D J.
3
U N W
(D c+ V
M O
D'-+O
(D J.
(DoO
Q --h
0 J.
J. S
0
o,oc->
CD CD
C Q
0
CITY CLERK
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, Newport CA 92663 until JIM A.M.
on the 3rd _ day of March , - at which time such Fbs
shall be opened and read for
V
1982 -83
e
2360
Contract No.
E203.000
Engineer's Estimate
V 10 0 x �5� •
I
n
s.
Approved by the City Council
this 14th day of February , 198 3
Wanda E. Andersen
City Clerk
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3300 Newport Boulevard,
Newport Beach, CA 92663.
For further information, call Stephen Luy at 640 -2281.
Project Engineer
0 0
1.
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
1982 -83
SEWER MAIN REPLACEMENT PROGRAM
CONTRACT NO. 2360
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
P.O. Box 1768
Newport Beach, California 92663 -3884
Gentlemen:
�Lmn
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
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:
aI u•. %juN,.i.i I. LY. WwUnar.avn ..na. .v.�
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. 1,175
Lineal Feet
2. 275
Lineal Feet
Construct new 8 -inch diameter sewer
main
@ Thirty -four Dollars
and
Fifty Cents $ 34.50 $ 40,537.50
Per Lineal Foot
Remove existing 8 -inch sanitary sewer
and construct new 8 -inch diameter sewer
main
@ Thirty -four Dollars
and
Fifty Cents $ 34:50 $ 9.487.50
Per Lineal Foot
3. 705 Remove existing 8 -inch sanitary sewer
Lineal Feet and construct new 8 -inch diameter
sewer main including trench resur-
facing
@ Thirty -nine Dollars
and
NO Cents $ 39.00 $ 27,495.00
Per Lineal Foot
4.
0
9.
D UNIT UNIT PRICE WRITTEN IN
73 Remove existing house connection and
Lineal Feet construct new 6 -inch house connection
0
PR lb
PRICE PRICE
@ twenty -three Dollars
and
Thirty Cents $ 23.30 $ 1,700.90
Per Lineal Foot
225 Remove existing house connection and
Lineal Feet construct new 6 -inch house connec-
tion, including trench resurfacing
@ Thirty -two Dollars
and
ei ghty Cents $ 32.80 $ 7,380.00
Per
Lineal Foot
55 Construct new 6 -inch house connec-
Lineal Feet tion
@ Twenty -three Dollars
and
thirty Cents $ 23.30 $ 1,281.50
Per Lineal Foot �—
402 Remove existing house connection and
Lineal Feet construct new 4 =inch house connection
@ Twenty -three Dollars
and
thirty Cents $ 23.30 $ 9,366.60
Per Lineal Foot
383 Remove existing house connection and
Lineal Feet construct new 4 -inch house connection,
including trench resurfacing
@ Thirty -two Dollars
and
-eighty Cents E 32.80 $ 12,562.40
Per
Lineal Foot
100 Construct house connection cleanout
Each
@ fifty -five Dollars.
and
no Cents $ 55.00 $ 5,500.00
Each
@ one thousand three hundred fifty0ollars
and
No Cents $ 1,350.00 $ 2,700.00
Eac
12, 4 Remove existing sanitary sewer manhole
Each frame and cover and install new sanitary
sewer manhole frame and cover.
@ Four hundred Dollars
and
No Cents $ 400.00 $ 1,600.00
Each
13. Lump Sum Abandon existing sewer facilities
in place
@ Four hundred Dollars
and
No Cents $ 400.00 $ 400.00
Lump Sum
14. 865 Remove existing alley approach and
Square construct new alley approach
Feet
@ Six Dollars
and
e Cents $ 6.45 .$ 5,579.25
er Square Foot
15. 13,570 Remove existing alley pavement and
Square construct new alley pavement
Feet
@ Three Dollars
and
Thirty -five Cents $ 45,459.50
Per Square Foot
16. 600 Remove existing roadway pavement and .
Square construct new roadway pavement
Feet Three
@ Dollars
Ninety Cents $ 3.90 $ 2,340.00
Per Square Foot
•
•
PR lc
ITEM
QUANTITY
ITEM DESCRIPTION
UNIT TOTAL
NO.
AND UNIT
UNIT PRICE WRITTEN IN WORDS
PRICE PRICE
10.
4
Construct sewer cleanout
Each
@ One hundred seventy -five
Dollars
and
No
Cents
$ 175.00 $ 700.00
Each
11.
2
Remove existing sewer manhole and
Each
construct new sewer manhole
@ one thousand three hundred fifty0ollars
and
No Cents $ 1,350.00 $ 2,700.00
Eac
12, 4 Remove existing sanitary sewer manhole
Each frame and cover and install new sanitary
sewer manhole frame and cover.
@ Four hundred Dollars
and
No Cents $ 400.00 $ 1,600.00
Each
13. Lump Sum Abandon existing sewer facilities
in place
@ Four hundred Dollars
and
No Cents $ 400.00 $ 400.00
Lump Sum
14. 865 Remove existing alley approach and
Square construct new alley approach
Feet
@ Six Dollars
and
e Cents $ 6.45 .$ 5,579.25
er Square Foot
15. 13,570 Remove existing alley pavement and
Square construct new alley pavement
Feet
@ Three Dollars
and
Thirty -five Cents $ 45,459.50
Per Square Foot
16. 600 Remove existing roadway pavement and .
Square construct new roadway pavement
Feet Three
@ Dollars
Ninety Cents $ 3.90 $ 2,340.00
Per Square Foot
'T4
17. 28 Remove existing pavement and construct
Ton A. C. pavement patch back
PR Id
@ One hundred fifty Dollars
and
No Cents $ 150.00 $ 4,200.00
Per Ton
18. 1650 Remove existing pavement and construct
Square P.C.C. pavement patch back
Feet
@ Three Dollars
Thirty -five and
Cents $ 3.35 $ 5,527.50
Per Square Foot
19. Lump Bracing excavations and trenches
Sum
@ One hundred Dollars
and
No Cents $ 100.00 $ 100.00
Lump Sum
TOTAL PRICE WRITTEN IN WORDS:
One hundred eight -three thousand nine hundred seventeen Dollars
and
Sixty -five Cents $ 183,917.65
CONTRACTOR'S LICENSE NO. 325884 A Clarke Contracting Corporation
Bidder
DATE 3 -03 -83
S /John J. Clarke, President
Authorized Signature /Title
237 s -TB�d
phone Number
1218 So. Alameda St., Compton, CA 90220
Bidder's Address
• • Page 2
INSTRUCTIONS TO BIDDERS
The following contract documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
1. PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTOR(S)
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON- COLLUSION AFFIDAVIT
6. STATEMENT OF FINANCIAL RESPONSIBILITY
7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of
the total bid price) may be received in lieu of the Bidder's Bond. The title
of the project and the words SEALED BID shall be clearly marked on the outside
of the envelope containing the bid.
Bids shall not be received from bidders who are not licensed in accordance
with the provisions of Chapter 9, Division III of the Business and Professions'
Code. The low bidder shall also be required to possess a City of Newport Beach
business license prior to execution of contract.
Bids shall be submitted on the attached PROPOSAL form. The additional
copy of the PROPOSAL form may be retained by the bidder for his records.
The estimated quantities indicated in the PROPOSAL are approximate, and are
given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis-
crepancy between wording and figures, bid wording shall prevail over bid figures.
In the event of error in the multiplication of estimated quantity by unit price,
the correct multiplication will be computed and the bids will be compared with
correctly multiplied totals. The City shall not be held responsible for bidder
errors or omissions in the PROPOSAL.
Contract documents shall bear signatures and titles of persons authorized
to sign on behalf of the bidder. For corporations, the signatures shall be of
the President or Vice President. For partnerships, the signatures shall be of
a general partner. For sole ownership, the signature shall be of the owner.
In accordance with the California Labor Code (Sections 1770 et seq.), the
Director of Industrial Relations has ascertained the general prevailing rate of
per diem wages in the locality in which the work is to be performed for each
craft, classification, or type of workman or mechanic needed to execute the con-
tract. A copy of said determination is available in the office of the City
Clerk. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in-
clusive). The Contractor shall be responsible for compliance with Section 1777.5
of the California Labor Code for all apprenticeable occupations.
325884 A
Contr's Lic. No. & Classification
3 -03 -83
Date
Clarke Contracting Corporation
Bidder
S /John J. Clarke, President
Authorized Signature /Title
• • Page 3
DESIGNATION OF SUBCONTRACTOR(S)
The undersigned certifies that he has used bid(s) of the following listed
subcontractor(s) in making up his bid,and that the subcontractor(s) listed
will be used for the work for which they bid, subject to the approval of the
Engineer and in accordance with the applicable provisions of the Specifications.
No change of subcontractor may be made except with the prior approval of the
Engineer and as provided by State law.
Item of Work Subcontractor Address
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Clarke Contracting Corporation
Bidder
S /John J. Clarke, President
Authorized Signature /Title
FORIGINAL SEE CITY CLERK'S FILE• Page 4
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, Clarke. Contracting Corporation , as bidder,
and Federal Insurance Company , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
Ten percent of the total amount of the bid Dollars ($ 10% ),
lawful money of the United States for the payment of which sum well and truly
to be made, we bind ourselves, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden bidder for the construction of
Sewer Main Replac m n Program C -936n
Title of Project Contract No.
in the City of Newport Beach, is accepted by the City Council of said City, and
if the above bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver the "Payment" and "Faithful
Performance" contract bonds described in the Specifications within ten (10) days
(not including Saturday, Sunday, and Federal holidays) from the date of the
mailing of a notice to the above bounden bidder by and from said City that said
contract is ready for execution, then this obligation shall become null and
void; otherwise it is and shall remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an indi-
vidual, it is agreed that the death of any such bidder shall not exonerate the
Surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 3rd day
of March , 19 83
(Attach acknowledgement of
Attorney -in -Fact)
ieF I= Won
Clarke Contracting Corporation
Bidder
S /John J. Clarke, President
Authorized Signature /Title
Federal Insurance Company
Surety
By S /Douglas A. Rapp, Attorney -in -Fact
Title
NON- COLLUSION AFFIDAVIT
Page 5
The bidder, by its officers and agents or representatives present at the time
of filing this bid, being duly sworn on their oaths, say that neither they nor
any of them have, in any way, directly or indirectly, entered into any arrange-
ment or agreement with any other bidder, or with any public officer of such
CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has
paid or is to pay to such bidder or public officer any sum of money, or has
given or is to give to such other bidder or public officer anything of value
whatever; or such affiant or affiants or either of them has not directly or
indirectly, entered into any arrangement or agreement with any other bidder or
bidders, which tends to or does lessen or destroy free competition in the
letting of the contract sought for by the attached bids; that no bid has been
accepted from any subcontractor or materialman through any bid depository, the
bylaws, rules or regulations of which prohibit or prevent the bidder from con-
sidering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman
from submitting bids to a bidder who does not use the facilities of or accept
bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be sug-
gested, offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
any agreement or understanding of any kind whatsoever with any person whomso-
ever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
Subscribed and sworn to before me
this 3rd day of March
1983 .
My commission expires:
12 -30 -83
OFFICIAL SEAL
WINIFRED F. BUTLER
NOTARY P!)GLIGCALIFJRNIA
PRINCIPAL OFFICE !N
LOS ANGELES CL'V ;!TY
commission Expires OeC. 30. 1983
Clarke Contracting Corporation
Bidder
S /John J. Clarke, President
Authorized Signature /Title
S /Winifred F. Butler
Notary Public
0 ORIGINAL SEE CITY CLERK'S FILopPY
STATEMENT OF FINANCIAL RESPONSIBILITY
Page 6
The undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 1 work day after the bid opening if
the undersigned is the apparent low bidder.
Clarke Contracting Corporation
Bidder
S /John J. Clarke, President
Authorized Signature /Title
•
• Page 7
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
1982 City of Newport Beach Pat Dunnigan (714) 640 -2281
3300 Newport Blvd -
Newport Beach, CA 92663
1982 Palos Verdes Penn.Uni ie c Dist. William an ooyen
28 Crest Road W., Rolling Hills, CA.90274 (213) 377 -1511
IVZSL
Mliier brewery Jonn Onelcoci
15801 E.
1st. St. Irwindale, CA. 91706
(213)
969 -6343
1982
City of
L.A. Mike Pa asti
200 N. Spring
St.,Los Angeles, CA 90012
(213)
989 -8773
1982
City of
W. Covina Al Odei
1444 W.
Garvey, W. Covina, CA. 91790
(213)
962 -8631
1982
City of
Vernon Gene DeFrank
4305 Santa
Fe Ave.Vernon, CA. 90058
(213)
583 -8811
1982
City of
Covina Les Ferree
125 E. College St., Covina, CA. 91723
(213)
331 -0111
1981
L.A.CO.
RD. DEPT. Ron Hoffman
1540 Alcazar
St., L.A., CA. 90033
(213)
226 -8174
1982
L.A.Co.
Flood Control Bert Gushimm
P.O.Box
2418, Term. Annex, L.A. CA. 90002
(213)
226 -4150
City of
W. Covina Mac Winter
1981
1444 W.
Garvey Ave. W. Covina, CA. 91790
(213)
962 -8631
1982
L.A.Co.
Flood Cont. Tom Rossi
P.O.Box
2418 Term. Annex L.A. CA. 90002
(213)
226 -4150
1981
City of
So.-Pasadena Mark Puglisi
1414 Mission
St., So. Pasadena, CA. 91030
(213)
799 -9101
1981
City of
L.A. George Shulak
200 N. Shrine St.. L.A. CA. 90012
(213)
485 -3455
1980 State of Calif. J.R. Santos
Dept. of Resources. P.O.Box 1112
Lancaster, CA. 93534 (805) 946 -1024
1981 City of San Juan Capistrano
32400 Paceo Adelanta San Juan, Ca. 92675 (714) 493 -1171
1980 City of Carson Fred Thompson
Carson, CA 90745 (213) 830 -7600
Claft Caftcting Corporation
Bidder
�
���1 JOHN J. CLARKE
PRESIDENT
Auth Nj, `' `Signature /Title
. 0 Page 8
NOTICE
The following are samples of contract documents which shall be
completed and executed by the successful bidder after he receives
letter of award from the City of Newport Beach:
PAYMENT BOND (pages 9 & 10)
FAITHFUL PERFORMANCE BOND (pages 11 & 12)
CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13, 14, 15)
CONTRACT (pages 16 & 17)
Since the City of Newport Beach will not permit a substitute
format for these contract documents, bidders are advised to review
their content with bonding, insuring and legal agents prior to sub-
mission of bid.
BONDING COMPANIES shall be acceptable as sureties in
accordance with the latest revision of Federal Register Circular 570.
INSURANCE COMPANIES shall be assigned Policyholders' Rating
(or higher) and Financial Size Category Class VII (or larger) in
accordance with the latest edition of Best's Ke Ratin Guide:
Property- Casualty. Coverages shall be provided for a YPES OF
INSURANCE checked on the CERTIFICATE OF INSURANCE.
All costs associated with the specifications of these contract
documents shall be absorbed in the bid. Such specifications shall
include those contained in (1) each contract document and (2) the
Standard Specifications for Public Works Construction.(latest edi-
tion adopted for use in the City of Newport Beach), except as
supplemented or modified by the Special Provisions for this project.
0
KNOW ALL MEN BY THESE PRESENTS, That
0 Page 9
PAYMENT BOND Sond No. 30 86 31 32
Premium: Included
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted March 3rd, 1983
has awarded to Clarke Contracting Corporation
hereinafter designated as the "Principal ", a contract for Sewer Main Replacement
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond with said contract, providing that if
said Principal or any of his or its subcontractors, shall fail to pay for any materials,
provisions, provender, or other supplies or teams used in, upon; for, or about the per-
formance of the work agreed to be done, or for any work or labor done thereon of any
kind, the Surety on this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We Clarke Contracting Corporation
as Principal, and Federal Insurance Company
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of One
hundred eighty -three thousand nine hundred.seventeen Dollars ($ 183.917.65 ),
and sixty -five Cents
said sum being one -half of the estimated amount payable by the City of Newport Beach
under the terms of the contract, for which payment well and truly to be made we bind
ourselves, our heirs, executors and administrators, successors, or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or
his subcontractors, fail to pay for any materials, provisions, provender, or other
supplies or teams, used in, upon, for, or about the performance of the work contracted
to be done, or for any other work or labor thereon of any kind or for amounts due
under the Unemployment Insurance Code with respect to such work or labor, that the
Surety or Sureties will pay for the same, in an amount not exceeding the sum specified
in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's
fee, to be fixed by the Court as required by the provisions of Section 3250 of the
Civil Code of the State of California.
This bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 3181 of the California Civil Code
so as to give a right of action to them or their assigns in any suit brought upon
• Page 10
Payment Bond (Continued)
this bond, as required by the Provisions of 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 22nd day of :March , 19 33
1 Approved as form:
City Attonhdy
C
Corporat mil)
r INrincipa
-John J. Clarke, President
re and Title
Authorized Signature and Title
Federal Insurance Company (Seal)
Name of Surety
3200 k;ilshire Blvd.
Los Angeles, CA 90010
Address of Surety
�1Go Q :%si. eiU
Signat4t,e and Titlevof Authorized gent- -
Douglas A —Rapp, , ^attorney -in -Fact
9040 Tel star rave., Suite 115, El Monte, CA 51731
Address of Agent
213- 571 -6550
Telephone No. of Agent
#
;
;
@
G on
[
2
—)
l-,
\
\
k
/
}
■
`
§ [
f
¥
V
%
§
§
rt
°
§ §
f
/
•
}
�
c
-
/
|
/
w
]
/
7
.
0
§
i
14
.
lb
(�
§
(
cl
}
�
-
�
ct
�
/
«
a
;
;
P,
) >
&
/
:
a
,
§
/
§
ff
im
_
rl�
t
§
ft pi
ft
P.
/
\
m
\
�3
[.
0
rt
\
/
\
�
}
/
im
EQ
a
(
R
[
r
•
ti
4
.
/
\
� k
/
f .
k�
\
\
\}»
�
}'
\ /
}�lS
41
IAJ
M3
iF
Certified Copy of
• POWER OF ATTORNEY•
Know all Men by these Presents, That the FEDERAL INSURANCE COMPANY, 100 William Street, New
York, New York, a New Jersey Corporation, has constituted and appointed, and does hereby constitute and appoint
John Z. Schmidt, Richard K. Rosskopf, Sandra K. Witt, Jacqueline Schroeder,
Gerald W. Rosskopf, Donald E. Rapp, Douglas A. Rapp and Richard C. Lloyd of
E1 Monte, California------------------------- -------- -- -- --- --- -- -- --- - - - ---
each its true and lawful Attorney -in -Fact to execute under such designation in its name and to affix its corporate seal to and
deliver for and on its behalf as surety thereon or otherwise, bonds of any of the following classes, to -wit:
1. Bonds and Undertakings (other than Fiduciary Bonds) filed in any suit, matter or proceeding in any Court, or filed with
any Sheriff or Magistrate, for the doing or not doing of anything specified in such Bond or Undertaking, in which the
penalty of the bond or undertaking does not exceed the sum of Two Hundred Fifty Thousand Dollars ($250,000.00).
2. Surety Bonds to the United States of America or any agency thereof, including those required or permitted under the
laws or regulations relating to Customs or Internal Revenue; License and Permit Bonds or other indemnity bonds under
the laws, ordinances or regulations.of any State, City, Town, Village, Board or other body or organization, public or
private; bonds to Transportation Companies, Lost Instrument bonds, Lease bonds, Workmen's Compensation bonds,
Miscellaneous Surety bonds and bonds on behalf of Notaries Public, Sheriffs, Deputy Sheriffs and similar public offi-
cials.
3. Bonds on behalf of contractors in connection with bids, proposals or contracts.
in Witness Whereof, the said FEDERAL INSURANCE COMPANY has, pursuant to its By -Laws, caused these
presents to be signed by its Assistanj Vice- President and Assistant Secretary and its corporate seal to be hereto affixed this
let day of January 19 o .
FEDERAL INSURANCE COMPANY
By
George McClellan
Assistant Vice-President
(a?,c ard D. O'Connor
Assistant Secretary
STATE OF NEW JERSEY
ss:
County of Essex
On this 1st day of January 19 82 , before me personally came Richard D. O'Connor, to me known and by me known to
be Assistant Secretary of the FEDERAL INSURANCE COMPANY, the Corporation described in and which executed the
foregoing Power of Attorney and the said Richard D. O'Connor being by me duly sworn, did depose and say that he is As-
sistant Secretary of the FEDERAL INSURANCE COMPANY and knows the corporate seal thereof; that the seal affixed to
the foregoing Power of Attorney is such corporate seal and was thereto affixed by authority of the By -Laws of said Com-
pany and that he signed said Power of Attorney as Assistant Secretary of said Company by like authority; that he is acquainted
with George McClellan and knows him to be Assistant Vice - President of said Company, and that the signature of said George
McClellan subscribed to said Power of Attorney is in the genuine handwriting of said George McClellan and was thereto
subscribed by authority of said By -Laws and in deponent's presence.
IA
NOTARY
PUBLIC
Form 21 -10 -238 fEd. 2 79)(General)
Acknowledged and Sworn to before me
on the date above written.
Notary Public
PATRICI.A RYAN
NOTARY Pu OLIC OF NEN 1FRSEY
My Commission Expires December 11, 19 3
• •
SHORT HILLS, N.J. 1
)} as.
County of Essex
I, the undersigned. Assistant Secretary of the FEDERAL INSURANCE COMPANY, do hereby certify that the following is
a true excerpt from the By -Laws of the said Company as adopted by its Board of Directors on March 11, 1953 and amended
May 27. 1971 and that this By -Law is in full force and effect
ARTICLE XVIII.
Section 2. All bonds, undertakings. contracts and other instruments other than as above for and on
behalf of the Company which it is authorized by law or its charter to execute, may and shall be executed
in the name and on behalf of the Company either by the Chairman or the Vice - Chairman or the President
or a Vice - President. jointly with the Secretary or an Assistant Secretary, under their respective designa-
tions, except that any one or more officers or attorneys -in -fact designated in any resolution of the Board
of Directors or the Executive Committee. or In any power of attorney executed as provided for in Section
3 below, may execute any such bond. undertaking or other obligation as provided in such resolution or
power of attorney.
Section 3. All powers of attorney for and on behalf of the Company may and shall be executed in the
name and on behalf of the Company, either by the Chairman or the Vice - Chairman or the President or a
Vice - President or an Assistant Vice - President, jointly with the Secretary or an Assistant Secretary, under
their respective designations. "'
And I further certify that I have compared the foregoing copy of the POWER OF ATTORNEY with the original thereof and
the same is a correct and true copy of the whole of said original Power of Attorney and that said Power of Attorney has not been
revoked.
And I further certify that said FEDERAL INSURANCE COMPANY is duly licensed to transact fidelity and surety business
in each of the States of the United States of America. District of Columbia. Puerto Rico, and each of the Provinces of Canada
with the exception of Prince Edward Island; and is also duly licensed to become sole surety on bonds, undertakings. etc..
permitted or required by law,
22nd
GiXgR���er my hand and the seal said Company at Short Hills. N.J ,this_. ---- _.day of
19
tiC -
Assistant Secretary
• • Page 11
FAITHFUL PERFORMANCE BOND Bond No. 80 36 31 32
Premium: $1191.00
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted March 3rd, 1983
has awarded to Clarke Contracting Corporation
hereinafter designated as the "Principal ", a contract for Sewer Main Replacement
Program Contract No. 2360
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, Clarke Contracting Corporation
as Principal, and Federal Insurance Company
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of One
hundred eighty -three thousand nine hundred seventeen and Dollars ($ 133,917.65
sixty -five cen s
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,
his or its heirs, executors, administrators, successors, or assigns, shall in all
things stand to and abide by, and well and truly keep and perform the covenants, con-
ditions, and agreements in the said contract and any alteration thereof made as therein
provided on his or their part, to be kept and performed at the time and in the manner
therein specified, and in all respects according to their true intent and meaning, and
shall indemnify and save harmless the City of Newport Beach, its officers and agents,
as therein stipulated, then this obligation shall become null and void; otherwise it
shall remain in full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
• 0 Page 12
Faithful Performance Bond (Continued)
of any such change, extension of time, alterations or additions to the terms of the
contract or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been dull executed by the Principal and
Surety above named, on the 22nd day of (arch , 19 33
Approved as to form:
� City Attorney
Clarke Contracting Corporation (Seal)
ame of Con4ractor (Principal)
-John J. Clarke, President
re and Title
Authorized Signature and Title
Federal Insurance Company (Seal)
Name of Surety
3200 Wilshire 51vd.
Los Angeles, CA 90010
Address of Surety
r. r
SignatLffe and Title 6f Authorized Agent
Douglas A. Rapp, Attorney -in -Fact
9040 Telstar Ave., Suite 115, E1 Monte, CA 91731
Address of Agent
213- 571 -6560
Telephone No. of Agent
0
0
u
N
Ay
W
H
a
10
zo
a
'd
Y
M
YN
O G
C n
O �
a�7 ¢
e m
Y :3
N O
O C
w
��
•
t
pu
A
O
u
Y
U
C
Y
b
7
Y
a.
w
0
V
u
a
w
q
+1
N
a
a
v
b
y
'd
Y
Y
b
Y
a
w
t—gzt
Q
N
4
y
b
o
a
Y
a
$4
i t
U
N
y
a
a
a
y
qO
Y
'O
N
a
N
Z,-
y
a
Jz
'
C
Y
e
p
�
U
H $4
y
w
w
•C
i
N
C
N
Y
•
v
W
Q
U
c
a
a
O
ai
C,
m
a+
°
O
M
O
b
44
�
a
U
�
Y
4
N
Y
U
u
A
W
u
0
W
O
f
u
W
�
W
a
�
A
b
�
z
y
0i
O
U
U
' y
O
Val
•
t
pu
A
O
u
Y
U
C
Y
b
7
Y
a.
w
0
V
u
a
w
q
+1
N
a
a
v
b
y
Y
Y
Y
b
a
w
t—gzt
Q
R y
4
y
b
o
W>
dOa�G
Y
y
$4
i t
U
N
y
u
0
a
a
y
qO
Y
'O
a
Z,-
y
C
Jz
'
C
Y
e
m
�
U
4
a
w
w
•C
i
N
C
Y
i
v
Q
m
Y
O
ai
.0
•
a+
°
O
M
O
b
aAl
�
a
U
�
Y
°
�
u
a
q
u
A
C
W
�
a
✓
A
�
z
y
0i
O
U
Id
q
Y
w
v
i0!
Y
b
u
t—gzt
Q
R y
4
y
O
N
W>
dOa�G
$4
i t
U
u
0
a
y
Z,-
y
a
Jz
C
Y
e
m
�
a
O
wf(
r
Y
i
w
Q
m
Y
O
ai
.0
aAl
q
N
1
N
\'.CA
6.
\\�\
\\ �
}
G2\
} \&
-
.2®,2E
\\�
/
\ \ \ \ \T
\.
:
.
\
ZZ
;
0 Cer- if ied Copy of
POWER OF ATTORNEP
Know all Men by these Presents, That the FEDERAL INSURANCE COMPANY, 100 William Street, New
York, New York, a New Jersey Corporation, has constituted and appointed, and does hereby constitute and appoint
John Z. Schmidt, Richard K. Rosskopf, Sandra K. Witt, Jacqueline Schroeder,
Gerald W. Rosskopf, Donald E. Rapp, Douglas A. Rapp and Richard C. Lloyd of
E1 Monte, California----------------------------- --------------- ------ - -- - --
each its true and lawful Attorney -in -Fact to execute under such designation in its name and to affix its corporate seal to and
deliver for and on its behalf as surety thereon or otherwise, bonds of any of the following classes, to -wit:
1. Bonds and Undertakings (other than Fiduciary Bonds) filed in any suit, matter or proceeding in any Court, or filed with
any Sheriff or Magistrate, for the doing or not doing of anything specified in such Bond or Undertaking, in which the
penalty of the bond or undertaking does not exceed the sum of Two Hundred Fifty Thousand Dollars ($250,000.00).
2. Surety Bonds to the United States of America or any agency thereof, including those required or permitted under the
laws or regulations relating to Customs or Internal Revenue; License and Permit Bonds or other indemnity bonds under
the laws, ordinances or regulations of any State, City, Town, Village, Board or other body or organization, public or
private; bonds to Transportation Companies, Lost Instrument bonds, Lease bonds, Workmen's Compensation bonds,
Miscellaneous Surety bonds and bonds on behalf of Notaries Public, Sheriffs, Deputy Sheriffs and similar public offi-
cials.
3. Bonds on behalf of contractors in connection with bids, proposals or contracts.
In Witness Whereof, the said FEDERAL INSURANCE COMPANY has, pursuant to its By -Laws, caused these
presents to be signed by its Assistant Vice- President and Assistant Secretary and its corporate seal to be hereto affixed this
1st day of January 19 o
STATE OF NEW JERSEY
FEDERAL INSURANCE COMPANY
By
George McClellan
Assistant Vice - President
(al:cl hartl D. O'Connor
Assistant Secretary
ss:
County of Essex
On this 1st day of January 19 82 before me personally came Richard D. O'Connor, to me known and by me known to
be Assistant Secretary of the FEDERAL INSURANCE COMPANY, the Corporation described in and which executed the
foregoing Power of Attorney and the said Richard D. O'Connor being by me duly sworn, did depose and say that he is As-
sistant Secretary of the FEDERAL INSURANCE COMPANY and knows the corporate seal thereof; that the seal affixed to
the foregoing Power of Attorney is such corporate seal and was thereto affixed by authority of the By -Laws of said Com-
pany and that he signed said Power of Attorney as Assistant Secretary of said Company by like authority; that he is acquainted
with George McClellan and knows him to be Assistant Vice - President of said Company, and that the signature of said George
McClellan subscribed to said Power of Attorney is in the genuine handwriting of said George McClellan and was thereto
subscribed by authority of said By -Laws and in deponent's presence.
Acknowledged and Sworn to before me
-�� on the date above written.
NOTARY
* PUBLIC
Form 21- 10-238 (Ed. 2 78)(Generad
Notary Public
PATRICK RYAN
NOTARY PUBLIC OF NEiY JERSEY 3
My Commission Expires December 11, 19
0 10
SHORT HILLS, N.J.
)}
County of Essex ss.
I, the undersigned, Assistant Secretary of the FEDERAL INSURANCE COMPANY, do hereby certify that the following is
a true excerpt from the By -Laws of the said Company as adopted by its Board of Directors on March 11, 1953 and amended
May 27. 1971 and that this By -Law is in full force and effect.
ARTICLE XVIII.
Section 2. All bonds, undertakings, contracts and other instruments other than as above for and on
behalf of the Company which it is authorized by law or its charter to execute, may and shall be executed
in the name and on behalf of the Company either by the Chairman or the Vice - Chairman or the President
or a Vice- President, jointly with the Secretary or an Assistant Secretary. under their respective designa-
tions, except that any one or more officers or attorneys -in -fact designated in any resolution of the Board
of Directors or the Executive Committee. or in any power of attorney executed as provided for in Section
3 below, may execute any such bond, undertaking or other obligation as provided in such resolution or
power of attorney.
Section 3. All powers of attorney for and on behalf of the Company may and shall be executed in the
name and on behalf of the Company, either by the Chairman or the Vice - Chairman or the President or a
Vice - President or an Assistant Vice - President. jointly with the Secretary or an Assistant Secretary, under
their respective designations.
And I further certify that I have compared the foregoing copy of the POWER OF ATTORNEY with the original thereof and
the same is a correct and true copy of the whole of said original Power of Attorney and that said Power of Attorney has not been
revoked.
And I further certify that said FEDERAL INSURANCE COMPANY is duly licensed to transact fidelity and surety business
in each of the States of the United States of America, District of Columbia. Puerto Rico, and each of the Provinces of Canada
with the exception of Prince Edward Island: and is also duly licensed to become sole surety on bonds, undertakings, etc.,
permitted or required by law.
Given under my hand and the seal of said Company at Short Hills. N . this _ 22nd .__.__.day of
!'arch ?3
1s
Assistant Secretary
• • Page 16
CONTRACT
3� Sr
THIS AGREEMENT, entered into this 4P4. day of March 19 83 ,
by and between the CITY OF NEWPORT BEACH, hereinafter %i ty�and-
Clarke Contras 'n Cor r do hereinafter "Contractor, " is ma` e th
reference to t e fo owing facts:
(a) City has heretofore advertised for bids for the following
described public work:
Sewer Main
C -2360
�t a of Projec Contract No.
(b) Contractor has been determined by City to be the lowest responsi-
ble bidder on said public work, and Contractor's bid, and the compensation set
forth in this contract, is based upon a careful examination of all plans and
specifications by Contractor,
NOW, THEREFORE,.the parties hereto agree as follows:
1. Contractor shall furnish all materials and perform all of the work
for the construction of.the following described public work:
C -2360
.Contract o.
which project is more fully described in the contract documents. Contractor
shall perform and complete this work in a good and workmanlike manner, and in
accordance with all of the contract documents.
2. As full compensation for the performance and completion of- this
work as prescribed above, City shall pay to Contractor the sum of One hundred
e;ahty -three thousand nine hundred seventeen Dollars & sixty -five 183.9U .65 .
This compensation includes (11 any Toss or damage arising from the .nature of the
work; (2] any toss or damage arising from any unforeseen difficulties or obstruc-
tions in the performance of the work; (3) any expense incurred as a result of any
suspension or discontinuance of the work; but excludes any loss resulting from
earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves,
and which loss or expense occurs prior to acceptance of the work by City.
3. All of the respective rights and obligations of City and Contractor
are set forth in the contract documents. The contract documents are incorporated
herein by reference as though set out in full and include the following:.
(a) Notice Inviting Bids
(b) Instruction to Bidders and documents referenced therein
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and endorsement(s)
I
0 0
Page 17
(f) Plans and Special Provisions for
Sewer Main Replacement Program C -2360
Title of Project Contract No.
(g) This Contract.
4. Contractor shall assume the defense of, and indemnify and hold
harmless, City and its officers, employees and representatives from all claims,
loss or damage, except such loss or damage proximiately caused by the sole
negligence of City or its officers, employees and representatives.
IN WITNESS WHEREOF, the parties hereto have caused this contract to
be executed the day and year first above written.
CITY OF NEWPORT BEACH
By zf�t�__
yor
ATTEST:
ity Clerk
APPROVED AS TO FORM:
CITY
Clarke Co tracting Corporation
City Att rney C§qtractor
By -John J. Clarke
Its r i t
By
Its
CONTRACTOR
ro
FE �
ADZ
w C-72
ci
lzc
sr
Z
. I . aw
(D (D
0
;J (D
try
o S9
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
1982 -83
SEWER MAIN REPLACEMENT PROGRAM
CONTRACT NO. 2360
INDEX
TO
SPECIAL PROVISIONS
SECTION
PAGE
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . .
. . . . 1
II.
AWARD AND EXECUTION OF THE CONTRACT. . . . . . .
. . . . 1
III.
TIME OF COMPLETION . . . . . . . . . . . . . . .
. . . . 1
IV.
PAYMENT. . . . . . . . . . . .. . . . . . . . .
. . . . 2
V.
NOTICE TO RESIDENTS AND "NO PARKING" SIGNS .
. . . . 2
A. Notice to Residents . . . . . . . . . . . . .
2
B. "NO PARKING" Signs . . . . . . . . . . . . .
. . . . 3
VI.
CONSTRUCTION SURVEY STAKING . . . . . . . . . . .
. . . . 3
VII.
WATER . . . . . . . . . . . . . . . . . . . . . .
. . . . 3
VIII.
SURFACE AND GROUNDWATER . . . . . . . . . . . . .
. . . . 3
IX.
CONSTRUCTION DETAILS . . . . . . . . . . . . . .
. . . . 3
A. Sewer . . . . . . . . . . . . . . . . . . . .
. . . ..3
B. Street and Alley . . . . . . . . . . . . . .
. . . . 5
C. Park Sites . . . . . . . . . . . . . . . . .
. . . . 6
I.
II.
•
SCOPE OF WORK
i
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
1982 -83
SEWER MAIN REPLACEMENT PROGRAM
CONTRACT NO. 2360
The work to be done under this contract consists of removing and replacing
existing sewer main and alley improvements; adjusting existing City -owned
utility frames and covers to finished grade, and other incidental items of
work.
SP I of 6
All work necessary for the completion of this contract shall be done in accor-
dance with (1) these Special Provisions, (2) the Plans (Drawing Nos. A- 5102 -S
and S- 5098 -S), (3) the City's Standard S ecial Provisions and Standard Drawing
for Public Works Construction Edition) and the Standard Specifications
for Public Works Construction (1982 Edition), including —supplements to date.
Copies of the Standard Special Provisions and Standard Drawings may be pur-
chased 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.
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 award
and execution of the contract.
III. TIME OF COMPLETION
A. All work under this contract shall be completed by June 15, 1983. Work on
alley no. 421 B shall be coordinated with main replacement by the Gas
Company.
B. The Contractor shall complete all work on each alley or street within twenty -
five (25) consecutive calendar days after beginning work on that alley or
street. The term "work" as used herein shall include all removals, adjust-
ments, and replacements; construction of sewer improvements; construction
of alley pavement, alley approaches, street pavement, curb, driveways, side-
walk, adjacent P.C.C. or A.C. garage approaches and A.C. joins. Also in-
cluded within the specified period is curing time for the new P.C.C.
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
twenty -five (25) consecutive calendar days from the day it is first closed to
such use. The Contractor must employ sufficient men and equipment to meet
IV.
• • SP2of6
this schedule. If it becomes apparent during the course of the work that
the Contractor will not be able to meet this schedule, he will be prohibited
from starting work in additional alleys or streets until he has exerted
extra effort to meet his original schedule and he has demonstrated that he
will be able to maintain his approved schedule in the future. Such stop-
pages 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 pay-
ment of extra work because additional men and equipmentwere required on the
job.
The Contractor will be assessed $100 liquidated damages for each day (includ-
ing Saturdays, Sundays, and holidays) in excess of the twenty -five (25)
consecutive calendar days allowed for 100% completion of the construction
work in each alley or street and the alley's or street's return to normal
vehicular use. Additional liquidated damages, as covered in Section 6 -9 of
the Standard Specifications shall be assessed for failure to complete the
project within the specified time.
The intent of this section of the Special Provisions is to emphasize to the
Contractor the importance of prosecuting the alley construction in an orderly,
pre - planned, continuous fashion, so as to minimize the time an alley is closed
to vehicular traffic.
No work shall begin until a schedule of work has been approved by the Engineer.
PAYMENT
The unit or lump sum price bid for each item of work shown on 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.
The substitution of securities for any payment withheld in accordance with Section
9 -3.2 of the Standard Specifications is permitted pursuant to Government Code
Sections 4590 and 14402.5.
V. NOTICE TO RESIDENTS AND "NO PARKING" SIGNS
A. Notice to Residents
Between 48 and 55 hours before closing a section of street or alley or re-
stricting vehicular access to garages or parking spaces, the Contractor shall
distribute to each affected address a written notice stating when construction
operations will start and approximately when vehicular accessibility will be
restored.
The written notice will be prepared by the Engineer. The Contractor shall
insert the applicable dates at the time he distributes the notice. Errors
in distribution, false starts, acts of God, strikes or other alterations of
the schedule will require Contractor renotification using an explanatory
letter furnished by the Engineer.
B. "NO PARKING" Signs
SP3of6
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 Depart-
ment, Traffic Division, at (714) 644 -3742, 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 dimensions
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, day and date of closure in 2 -inch
high letters and numbers. A sample of the completed sign shall be approved
by the Engineer prior to posting.
VI. CONSTRUCTION SURVEY STAKING
Field staking for control of construction will be provided by the Engineer.
VII. WATER
The Contractor shall make provisions for obtaining and applying water necessary
to perform his work. If the Contractor elects to use City water free of charge,
it shall be his responsibility to make arrangements by contacting the City's
Utilities Superintendent, Mr. Gil Gomez at (714) 640 -2221.
VIII. SURFACE AND GROUNDWATER
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 prevent such material from
migrating into the bay.
IX. CONSTRUCTION DETAILS
A. Sewer
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.
1. Sewer Alternatives
The Contractor shall select one of the following alternative materials
and shall use the selected material'homogenously for sewer items nos. 1
thru 10 of the Proposal:
•
a. Vitrified Clay Pipe (V.C.P)
(1) Sewer Main
0 SP4of6
Sewer pipe, house connections (H.C.) sewer cleanouts, and
fittings shall be extra strength Vitrified Clay Pipe (V.C.P.).
(2) House Connections (H.C.)
New H.C. laterals shown on the plan shall be aligned perpen-
dicular to the new.sewer main unless otherwise shown on the
plans. To accomplish this, the Contractor shall determine
the exact location of existing H. C. at property lines prior
to laying 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 shown on the plans.
(3) Manhole Connections
Manhole connections shall be watertight The vitrified clay
pipe shall be cement - grouted to existing manholes.
b. Polyvinyl Chloride (PVC)
(1) Sewer Main
Sewer Pipe, house connections (H.C.), sewer cleanouts, and
fittings shall be Polyvinyl Chloridge (PVC) SDR 35 and shall
conform to the requirements of ASTM D1784 and 3034. The PVC
pipe shall have a nominal diameter of 8 inches except for house
connections, and shall have integral bell and spigot connections
with elastomeric gaskets.
(2) House Connections (H.C.) - See "Construction Details"
Section IX - A.l.a. (2).
(3) Manhole Connections
Manhole Connections shall be watertight Approved methods
for connection can be made as follows:
(a) Manhole couplings providing elastomeric gasket seal.
Unit is grouted into manhole wall. Pipe inserts into
coupling.
(b) Waterstop in various forms (e.g. flexible boot or sleeve
0 -ring or gasket) produced from elastomeric compound is
grouted or locked into manhole wall. Pipe inserts into
waterstop.
. 0 SP 5 of 6
(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.
Fiberglass Composite Pipe (RPM)
(1) Sewer Main
Sewer pipe, house connections (H.C.), sewer cleanouts, and
fittings shall be filament- wound, glass fiber reinforced ther-
mosdttimg resin pipe with thermoplastic resin liner.
Fiberglass pipe shall be produced from Type I, Grade 1,
Class HZ5001 material in accordance with ASTM D 2996 and shall
be "Permastran" as manufactured by Johns - Mansville or approved
equal. The RPM shall have a nominal diameter of 8 inches
except for house connections, and shall have integral bell
and spigot connections with elastomeric gaskets.
All pipe displaying evidence of separation between the PVC
core and the fiberglass epoxy overwrap shall be considered to
have sufficient cause for rejection of the pipe. All pipe,
fittings, and connections shall not fail when subjected to tests
outlined in AWWA C 900.
(2) House Connections (H.C.)
See "CONSTRUCTION DETAILS" IX -A 1 a (2).
(3) Manhole Connections
See "CONSTRUCTION DETAILS" IX -A 1 b (3).
B. Street and Alley
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 bbe ermitt d on
the job. Final removal accomplished by other means must be a�pprove�d
by the Engineer.
Asphalt Concrete
The work shall be done in accordance with Section 302 -5 and 404 -4 of
the Standard Specifications except as modified and supplemented below:
Asphalt concrete furnished for trench restoration and patching shall
be Type III -D -AR 4000. Prior to placing the asphalt concrete, a tack
coat of Type SS -lh asphaltic emulsion at a rate not to exceed one -tenth
(1 /10) of a gallon per square yard shall be uniformly applied to the
A.C. and P.C.C. contact surfaces. The surface shall be free of all
loose material or dust when the tack coat is applied.
SP6of6
3. Existing Utilities
The Contractor shall adjust to finished 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
utilities resulting from his operations.
C. Park Sites
The Contractor shall include the removal and replacement of sprinklers,
sod, asphalt pathway and other park site improvements in the project area
as a part of the cost of removing and replacing the sewer main.
t • CERTIFICATE OF INSURANCE • Page 13
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
NAME AND ADDRESS OF INSURED
T
Company A AMERICAN CASUALTY COMPANY
Icompany B CNA CASUALTY OF CALIFORNIA
� o4 +or
C MISSION NATIONAL INSURANCE COMPANY
P.O. BOX 5664 yV rp y D WESTERN EMPLOYERS
Letter
company E
COMPTON. CA 90244 latter
This is to certify that policies of insurance listed below have been issued to the insured named
above and are in force at this time, including attached endorsement(s).
NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof, the- Insurance Company affording coverage
shall provid 30 days' advance notice to the City of Newport Beach by
rggi te, mal, attention: Public Works Department.
ve
Agency: ARMSTRONG /ROBITAILLF INS. SERVICES
03 -23 -83
Date Issued
Description of operations /locations /vehicles: All operations performed for the City of Newport
Beach by or on behalf of the named insured in connection with the following designated contract:
SEWER MAIN REPLACEMENT PROGRAM 112360
Project Title and Contract Number
NOTICE: This certificate or verification of insurance is not an insurance policy and does not
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusions and conditions of such policies, including attached endorsements.
9
Policy
LIMITS OF LIABILITY
IN THOUSANDS
COMPANY
TYPES OF INSURANCE
Policy
Exp.
LETTER
- COVERAGE REQUIRED
No.
Date
Each
Completed
Occurrence
Operations
A
GENERAL LIABILITY
x Comprehensive Form
CP0021-
3 -1 -84
Bodily Injury
$
$
x Premises- Operations
61534
Property Damage
$
$
x Explosion & Collapse Hazard
x Underground Hazard
x Products /Completed Operations
Bodily Injury
Hazard
and Property
x Contractual Insurance
Damage Combined
$ 500,
$ 500,
x Broad Form Property Damage
x Independent Contractors
x Personal Injury
Marine
Personal Injury
$ 500,
Aviation
AUTOMOTIVE LIABILITY
B
Comprehensive Form
BUA0821-
61535
3 -1 -84
Bodily Injury
(Each Person
$
[]x Owned
$
Bodily Injury
Each Occurrence
[x Hired
Pro ert ama e
Non -owned
Bodily Injury and
Property Damage
Combined
$ 500,
EXCESS LIABILITY
C
[]x Umbrella Form
MN0050503
3 -1 -84
Bodily Injury
Q Other than Umbrella Form
and Property Damage
Damage Combined
$ 5,000,
5 000
$ , >
WORKERS' COMPENSATION
Statutor
D
and
EMPLOYER'S LIABILITY
WC01038
310512
3 -1 84
100,
ac
Accident)
NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof, the- Insurance Company affording coverage
shall provid 30 days' advance notice to the City of Newport Beach by
rggi te, mal, attention: Public Works Department.
ve
Agency: ARMSTRONG /ROBITAILLF INS. SERVICES
03 -23 -83
Date Issued
Description of operations /locations /vehicles: All operations performed for the City of Newport
Beach by or on behalf of the named insured in connection with the following designated contract:
SEWER MAIN REPLACEMENT PROGRAM 112360
Project Title and Contract Number
NOTICE: This certificate or verification of insurance is not an insurance policy and does not
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusions and conditions of such policies, including attached endorsements.
9
S • • Page 14
CITY OF NEWPORT BEACH
AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for Bodily Injury and
Property Damage Liability, the City of Newport Beach, its officers and employees are
additional insureds but only with respect to liability for damages arising out of
the ownership, maintenance or use of automobiles (or autos) used by or on behalf of
the named insured in connection with the contract designated below. The insurance
extended by this endorsement to said additional insured does not apply to bodily
injury or property damage arising out of automobiles (1) owned by or registered in
the name of an additional insured, or (2) leased or rented by an additional insured,
or (3) operated by an additional insured. The insurance afforded the additional
named insured(s) shall apply as primary insurance and no other insurance maintained
by the City of Newport Beach will be called upon to contribute with insurance
provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured
who is seeking coverage or against whom a claim is made or suit is brought,
except with respect to the limits of the Insurance Company's liability."
3. The limits of liability under this endorsement for the additional insureds named in
paragraph 1 of this endorsement shall be the limits indicated below for either Multi-
ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate
box.
( ) Multiple Limits
Bodily Injury Liability
Property Damage Liability
(X ) Single Limit
Bodily Injury Liability
and
Property Damage Liability
Combined
$ each occurrence
$ each occurrence
$ 500,000. each occurrence
The limits of liability as stated in paragraph 3 of this endorsement shall not in-
crease the total liability of the Insurance Company for all damages as the result of
any one accident or occurrence in excess of the limits of Liability stated in the
policy as applicable to Automobile Liability Insurance.
4. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department.
5. Designated Contract: PROrRAM 1
Project Tit a and Contract No. .
This endorsement is effective 03 -23 -83 at 12:01 A.M. and forms a part of
Policy No. BUA082161535 .
Named Insured CLARKE CONTRACTING CORPORATION Endorsement No. %
Name of Insurance Company CNA CASUALTY OF CALTFDRNIA By G�*
A4�rized Representative
♦ , . • Page 15
CITY OF NEWPORT BEACH
COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for Comprehensive General
Liability, the City of Newport Beach, its officers and employees are additional in-
sureds but only with respect to liability arising out of operations performed by or on
behalf the named insured in connection with the contract designated below or acts
and omissions of the City of Newport Beach in connection with its general supervision
of such operations. The insurance afforded said additional insured shall apply as
primary insurance and no other insurance maintained by the City of Newport Beach will
be called upon to contribute with insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured against
whom claim is made or suit is brought, except with respect to the limits of the
Insurance Company's liability."
3. The insurance afforded by the policy for Contractual Liability Insurance (subject to
the terms, conditions and exclusions applicable to such insurance) includes liability
assumed by the named insured under the indemnification or hold harmless provision con-
tained in the written contract, designated below, between the named insured and the
City of Newport Beach.
4. With respect to such insurance as is afforded by this policy, the exclusions, if any,
pertaining to the explosion hazard, collapse hazard and underground property hazard
(commonly referred to as "XCU "hazards) are deleted.
5. The limits of liability under this endorsement for the additional insured named in
paragraph I of this endorsement shall be the limits indicated below for either Multiple
Limits or Single Limit, whichever is indicated by the letter X in the appropriate box.
( ) Multiple Limits
Bodily Injury Liability $
Property Damage Liability $
(X ) Single Limit
each occurrence
each occurrence
Bodily Injury Liability $ 500,000, each occurrence
and
Property Damage Liability
Combined
The applicable limit of the Insurance Company's liability for the insurance afforded
for contractual liability shall be reduced by any amount paid as damages under this
endorsement in behalf of the additional insureds.
The limits of liability as stated in this endorsement shall not increase the total
liability of the Insurance Company for all damages as the result of any one occurrence
in excess of the limits of liability stated in the policy as applicable to Comprehen-
sive General Liability Insurance.
6. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department
7. Designated Contract: SEWER MAIN REPLACEMENT PROGRAM #2360
Project Title and Contract No.
This endorsement is effective
Policy No CCP002161534
03 -23 -83
at 12:01 A.M. and forms a part of
Named Insured CLARKE CONTRACTING CORPORATION Endorsement N
Name of Insurance Company AMERICAN CASUALTY COMPAN16y
Authorized Representative
• •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
1982 -83
SEWER MAIN REPLACEMENT PROGRAM
CONTRACT NO. 2360
PROPOSAL
To the honorable City Council
City of Newport Beach
3300 Newport Boulevard
P.O. Box 1768
Newport Beach, California 92663 -3884
Gentlemen:
PR la
The undersigned declares that he has carefully examined the location of the work, has read
the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby
proposes to furnish all materials and do all the work required to complete this contract
in accordance with the Plans and Special Provisions, and will take in full payment therefor
the following unit price for the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TO L
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. 1,175 Construct new 8 -inch diameter sewer
Lineal Feet main
@ ��i'rTy — /�ouY Dollars
and SV
LTy Cents $ -5 $
Per Lineal Foot
2. 275 Remove existing 8 -inch sanitary sewer
Lineal Feet and construct new 8 -inch diameter sewer
main
@ — �G,�Zy — /�a.tv Dollars c��p
S21
��7` / Cents $ —— $ / T� T or
Per Lineal Foot
3. 705 Remove existing 8 -inch sanitary sewer
Lineal Feet and construct new 8 -inch diameter
sewer main including trench resur-
facing
@%rte "��y—At Dollars
and qod qr o0
h D Cents $
Per Lineal Foot
. PR lb
ITEM QUANTITY ITEM DESCRIPTION
NO. AND UNIT _ UNIT PRICE WRITTEN IN WORDS PRICE PRICE
5.
91
73 Remove existing house connection and
Lineal Feet construct new 6 -inch house connection
7 ,4�e-e Dollars
' and
Cents $ 23 30 $ I/yD� pD
Per Lineal Foot
225 Remove existing house connection and
Lineal Feet construct new 6 -inch house connec-
tion,'innccluding trench resurfacing
@iTy - rwo _ Dollars
—� and
Cents
Per Lineal Foor
55 Construct new 6 -inch house connec-
Lineal Feet tion
$ 3Z $ .3W0r 7
@ 7' cA, —�•F. c� Dollars
' and
7' W111-11Y Cents $ 23
Per Lineal Foot
402 Remove existing house connection and
Lineal Feet construct new 4 -inch house connection
@ 7cwcH�v' 7�{� Dollars
and
�!r Cents
Per Lineal Foot
383 Remove existing house connection and
Lineal Feet construct new 4 -inch house connection,
including trench resurfacing
$Z33 $iN3 60
Dol tars
and go yp
Cents $ 3 $�z 'z- .
Per Lineal foot
100 Construct house connection cleanout
Each
@ Dollars
and pro
Cents $ J y �D $ ���--�
Each
Dollars
and
Cents
Lump Sum
14. 865
Remove existing alley approach
• .
PR lc
construct new alley approach
Feet
TOTAL
ITEM
QUANTITY
ITEM DESCRIPTION
UNIT
NO.
AND UNIT
UNIT PRICE WRITTEN IN WORDS
PRICE
PRICE
Per Square'Foot
15. 13,570
Remove existing alley pavement
10.
4
Construct sewer cleanout
Feet
Each
/
@ 7�ifr�e
Dollars
7� ^ �,
Jv�Dollars
>- � ve
Cents
and
r—o
�7J —d
--7 C/o
Q�
Remove existing roadway pavement and
Square
Cents
$
$ /
Each
,
@ —7
Dollars
11.
2
Remove existing sewer manhole and
Per Square Foot
Each
construct new sewer manhole
Y
ears
/
and
h a Cents
Each
12.
4
Remove existing sanitary sewer manhole
Each
frame and cover and install new sanitary
sewer manhole frame and cover
Dollars
and
!r a Cents
Each
13.
Lump Sum
Abandon existing sewer facilities
in place
Dollars
and
Cents
Lump Sum
14. 865
Remove existing alley approach
and
Square
construct new alley approach
Feet
@ Sic
Dollars
and
7`e✓ry — �Ji�c
Cents
Per Square'Foot
15. 13,570
Remove existing alley pavement
and
Square
construct new alley pavement
Feet
@ 7�ifr�e
Dollars
7� ^ �,
and
>- � ve
Cents
Per Square Foot
16. 600
Remove existing roadway pavement and
Square
construct new roadway pavement
Feet
,
@ —7
Dollars
s,� /V
Cents
Per Square Foot
$ gr $
$�9a $Z3'�;0
CONTRACTOR'S LICENSE NO.325884 A
DATE 3 -03 -83
213- 537 -6470
Bidders Telephone Number
Cbtb ConbuUng Corporation
Bidder
JOHN J. CLARKE
PRESIn NT
Au i Signature /Title
1218 So. Alameda St., Compton, Ca.
90220-
Bidder's Address
•
PR 1d
ITEM
QUANTITY
ITEM DESCRIPTION
UNIT
TOTAL
NO.
AND UNIT
UNIT PRICE WRITTEN IN WORDS
PRICE
PRICE
17.
28
Remove existing pavement and
construct
Ton
A. C. pavement patch back
@ owe �no/re�/ ���y
Dollars
and
Cents
oz?
$ Z,S7 --
$
h o
Per Ton
18.
1650
Remove existing pavement and
construct
Square
P.C.C. pavement patch back
Feet
1/
@
Dollars
and
Cents
3s
$Z7
$
Per Square Foot
19.
Lump
Bracing excavations and trenches
Sum
/
@
Dollars
�o
and
Cents
Lump Sum
TOTAL PRICE
WRITTEN
IN WORDS:
f
" {
JY ✓ t r f0 21�
./ /� /ao/i'�.o/
Gam. i 9-h
i 'TA I
s1P'
Dollars
i
SiXT —✓c
and
Cents
$�8� � %6S
%
CONTRACTOR'S LICENSE NO.325884 A
DATE 3 -03 -83
213- 537 -6470
Bidders Telephone Number
Cbtb ConbuUng Corporation
Bidder
JOHN J. CLARKE
PRESIn NT
Au i Signature /Title
1218 So. Alameda St., Compton, Ca.
90220-
Bidder's Address
1]
INSTRUCTIONS TO BIDDERS
• Page 2
The following contract documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
1. PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTOR(S)
4. BIDDER'S BOND (sum not less than 100/ of total bid price)
5. NON- COLLUSION AFFIDAVIT
6. STATEMENT OF FINANCIAL RESPONSIBILITY
7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of
the total bid price) may be received in lieu of the Bidder's Bond. The title
of the project and the words SEALED BID shall be clearly marked on the outside
of the envelope containing the bid.
Bids shall not be received from bidders who are not licensed in accordance
with the provisions of Chapter 9, Division III of the Business and Professions'
Code. The low bidder shall also be required to possess a City of Newport Beach
business license prior to execution of contract.
Bids shall be submitted on the attached PROPOSAL form. The additional
copy of the PROPOSAL form may be retained by the bidder for his records.
The estimated quantities indicated in the PROPOSAL are approximate, and are
given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis-
crepancy between wording and figures, bid wording shall prevail over bid figures.
In the event of error in the multiplication of estimated quantity by unit price,
the correct multiplication will be computed and the bids will be compared with
correctly multiplied totals. The City shall not be held responsible for bidder
errors or omissions in the PROPOSAL.
Contract documents shall bear signatures and titles of persons authorized
to sign on behalf of the bidder. For corporations, the signatures shall be of
the President or Vice President. For partnerships, the signatures shall be of
a general partner. For sole ownership, the signature shall be of the owner.
In accordance with the California Labor Code (Sections 1770 et seq.), the
Director of Industrial Relations has ascertained the general prevailing rate of
per diem wages in the locality in which the work is to be performed for each
craft, classification, or type of workman or mechanic needed to execute the con-
tract. A copy of said determination is available in the office of the City
Clerk. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in-
clusive). The Contractor shall be responsible for compliance with Section 1777.5
of the California Labor Code for all apprenticeable occupations.
325884 A C1014ContwtingCorporation
Contr's Lic. No. & Classification Bidder JOHN J. CLARKE
3 -03 -83 PRESIDENT
Date Aut d. Signature /Title
0 • Page 3 1
DESIGNATION OF SUBCONTRACTOR(S)
The undersigned certifies that he has used bid(s) of the following listed
subcontractor(s) in making up his bid,and that the subcontractor(s) listed
will be used for the work for which they bid, subject to the approval of the
Engineer and in accordance with the applicable provisions of the Specifications.
No change of subcontractor may be made except with the prior approval of the
Engineer and as provided by State law.
Item of Work Subcontractor Address
2.
3.
4.
5.
6.
7.
EM
a
10.
11.
12.
(�pCM*KJng Corporation
JOHN J. CLARKE
Aut i Signature /T Ly
t
°' • Page 4
11 , C1Ik
KNOW ALL MEN BY THESE PRESENTS,
That we, Clarke Contractinn Corporation , as bidder,
and Federal Insurance Company as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
Ten percent of the total amount of the bid Dollars ($ 10" )
lawful money of the United States for the payment of which sum well and truly
to be made, we bind ourselves, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden bidder for the construction of
1982 -83 Sewer fain
Title
lacement Program 2360
roJect Contract
in the City of Newport Beach, is accepted by the City Council of said City, and
if the above bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver the "Payment" and "Faithful
Performance" contract bonds described in the Specifications within ten (10) days
(not including Saturday, Sunday, and Federal holidays) from the date of the
mailing of a notice to the above bounden bidder by and from said City that said
contract is ready for execution, then this obligation shall become null and
void; otherwise it is and shall remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an indi-
vidual, it is agreed that the death of any such bidder shall not exonerate the
r
Surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 3rd day
of larch , 19 03
(Attach acknowledgement of
Attorney -in -Fact)
Notary Public
r Commission expires
Clarke Contracting Corporation
Bidder
JOHN J. CLARKE
PRERMFNI
Authori d ature /Title
Federal Insurance Company
By
Title DoUglas A. Rapp, Attorne ,i
� Tft- Fact
w N rt
x rt m G N m :� co
Im v G "�
D
N rr�O N M A M M
3 n °5
rt a 0M N- PC o
w O�nC) rt m a' m a
o cr„T> n a W C r
<zZN� m x rr W t
a K m o
K a
r a rr o ro
a w a• ro
M m N m w
a M
n o o m
z Cr r* a a a a
• r
roar N m rn
M r m O O
K M a w M
rt N U m
M a N O S
7 N m
n m' ' M �" rr
m N � a•
i n
o a n r m
M rt r
rr G
n IC rt N
o o a
a
o M a
m 57 w m r n
rt m N
O 0 K o r
M ( °a r k
a rr a m a
H m a r
M M o a
o m rr m m
M r a Z
W a a m rr
a n
m 0 o K
a x
a o a
N E r
r rr r
N m a
G a m
M w o
m I M
rr a
K
o ..
Y
H tH'7
K
O
y r+
O
N 7
En
N
N
a °
°z
m a
om m
a
m o
* o
m W
W p
p *
o
m E
lb O
O
N m
a x
E l
m
m m
1
m 5
a O
5 a
O 9
9 N
a 1
m
x
N a
w
o
a m
a
m a
r 0
0 o a
rt
o ..
Y
H tH'7
K
O
y r+
O
N 7
En
N
N
\� ; �,
7 3§
G�;3
� \\\ \}
\�� \ \�
/ !
\�
\��
(, �
[ �
�( �
�� \
\
\ \ \� \\ \
» } /?a:
»m &e. ..
2a5p{�
_( `\
` \ \� � � \
\ \�� � /
\ \ \��: \�
\�� �� �,
z 2 , /� \,
� ; ,� �
/ \ � /� \�
w
Cendied Copy of
POWER OF ATTORNEY
Know all Men by these Presents, That the FEDERAL INSURANCE COMPANY, 100 William Street, New
York, New York, a New Jersey Corporation, has constituted and appointed, and does hereby constitute and appoint
JoM Z. Schaidt, Richard K. Rosskopf, Sandra K. Witt, Jacqueline Schroeder,
Gw*14 K. ROselitopf, Donald E. Rapp, Douglas A. Rapp and Richard C. Lloyd of
UNnte. California--------------------------------- ----------------- - - - - --
each its true and lawful Attorney -in -Fact to execute under such designation in its name and to affix its corporate seal to and
deliver for and on its behalf as surety thereon or otherwise, bonds of any of the following classes, to -wit:
1. Bonds and Undertakings (other than Fiduciary Bonds) filed in any suit, matter or proceeding in any Court, or filed with
any Sheriff or Magistrate, for the doing or not doing of anything specified in such Bond or Undertaking, in which the
penalty of the bond or undertaking does not exceed the sum of Two Hundred Fifty Thousand Dollars ($250,000.00).
2. Surety Bonds to the United States of America or any agency thereof, including those required or permitted under the
laws or regulations relating to Customs or Internal Revenue; License and Permit Bonds or other indemnity bonds under
the laws, ordinances or regulations of any State, City, Town, Village, Board or other body or organization, public or
private; bonds to Transportation Companies, Lost Instrument bonds, Lease bonds, Workmen's Compensation bonds,
Miscellaneous Surety bonds and bonds on behalf of Notaries Public, Sheriffs, Deputy Sheriffs and similar public offi-
cials.
3. Bonds on behalf of contractors in connection with bids, proposals or contracts.
In Witness Whereof, the said FEDERAL INSURANCE COMPANY has, pursuant to its By -Laws, caused these
presents to be signed by its Assistant V, z 1 - President and Assistant Secretary and its corporate seal to be hereto affixed this
1st day of January 19
STATE OF NEW JERSEY
ss:
County of Essex
FEDERAL INSURANCE COMPANY
By
George McClellan
Assistant Vice- President
(aRc hard D. O'Connor
Assistant Secretary
On this 1st day of January 19 32before me personally came Richard D. O'Connor, to me known and by me known to
be Assistant Secretary of the FEDERAL INSURANCE COMPANY, the Corporation described in and which executed the
foregoing Power of Attorney and the said Richard D. O'Connor being by me duly sworn, did depose and say that he is As-
sistant Secretary of the FEDERAL INSURANCE COMPANY and knows the corporate seal thereof, that the seat affixed to
the foregoing Power of Attorney is such corporate seal and was thereto affixed by authority of the By -Laws of said Com-
pany and that he signed said Power of Attorney as Assistant Secretary of said Company by like authority; that he is acquainted
with George McClellan and knows him to be Assistant Vice- President of said Company, and that the signature of said George
McClellan subscribed to said Power of Attorney is in the genuine handwriting of said George McClellan and was thereto
subscribed by authority of said By -Laws and in deponent's presence.
Acknowledged and Sworn to before me
��\G4 A -� on the date above written.
NOTARY
. PUB�IC Notary Public
V /�
A PATRICK R'fAN
`'�
J rR- :. NOTARY PlIOIIC OF NEW JERSEY
ter_: 03
My Commission Expires December 11, 19
Form 21 -10 -238 (Ed. 2- 78)(General)
. • w\
SHORT HILLS. N.J.
1} ss.
County of Essex
i, the undersigned. Assistant Secretary of the FEDERAL INSURANCE COMPANY, do hereby certify that the following is
a true excerpt from the By -Laws of the said Company as adopted by its Board of Directors on March 11, 1953 and amended
May 27, 1971 and that this By -Law is in full force and effect.
"ARTICLE XVIII.
Section 2. All bonds, undertakings, contracts and other instruments other than as above for and on
behalf of the Company which it is authorized by law or its charter to execute. may and shall be executed
in the name and on behalf of the Company either by the Chairman or the Vice - Chairman or the President
or a Vice- President, jointly with the Secretary or an Assistant Secretary. under their respective designa-
tions, except that any one or more officers or attorneys -in -fact designated in any resolution of the Board
of Directors or the Executive Committee, or in any power of attorney executed as provided for in Section
3 below, may execute any such bond, undertaking or other obligation as provided in such resolution or
power of attorney.
Section 3. All powers of attorney for and on behalf of the Company may and shall be executed in the
name and on behalf of the Company, either by the Chairman or the Vice - Chairman or the President or a
Vice - President or an Assistant Vice - President, jointly with the Secretary or an Assistant Secretary. under
their respective designations."
And I further certify that I have compared the foregoing copy of the POWER OF ATTORNEY with the original thereof and
the same is a correct and true copy of the whole of said original Power of Attorney and that said Power of Attorney has not been
revoked.
And I further certify that said FEDERAL INSURANCE COMPANY is duly licensed to transact fidelity and surety business
in each of the States of the United States of America. District of Columbia. Puerto Rico. and each of the Provinces of Canada
with the exception of Prince Edward Island; and is also duty licensed to become sole surety on bonds. undertakings. etc..
permitted or required by law.
Given under my hand and the seal of said Company at Short Hills. N.J.. this
March 83
19
3rd
day of
Assistant Secretary
0 . Page 5
NON- COLLUSION AFFIDAVIT
The bidder, by its officers and agents or representatives present at the time
of filing this bid, being duly sworn on their oaths, say that neither they nor
any of them have, in any way, directly or indirectly, entered into any arrange-
ment or agreement with any other bidder, or with any public officer of such
CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has
paid or is to pay to such bidder or public officer any sum of money, or has
given or is to give to such other bidder or public officer anything of value
whatever; or such affiant or affiants or either of them has not directly or
indirectly, entered into any arrangement or agreement with any other bidder or
bidders, which tends to or does lessen or destroy free competition in the
letting of the contract sought for by the attached bids; that no bid has been
accepted from any subcontractor or materialman through any bid depository, the
bylaws, rules or regulations of which prohibit or prevent the bidder from con-
sidering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman
from submitting bids to a bidder who does not use the facilities of or accept
bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be sug-
gested, offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
any agreement or understanding of any kind whatsoever with any person whomso-
ever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
Subscribed and sworn to before me
this ep day of A4,4 ct
1910.
My commission expires:
3. 30- 93
OFFICIAL SEAL
1 WIPIIFRED F. BUTLER
NOTARY PUBLIC CALIFORNIA
PRINCIPAL OFFICE IN
LOS ANGELES COUNTY
mission Expires Dec. 30, 1983
Cladoa Contracting Corporation
JOHN J. CLARKS
I' 'SIDuI T
Au\jbri, IaN Signature /Title
Notary Public
• • Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 1 work day after the bid opening if
the undersigned is the apparent low bidder.
Cleft CmhWng Corporation
Bidder
JOHN J. CLARKE
CiTTHiT
Au on Signature/ i�
• Page 7
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail
1982 City of Newport Beach
Person to Contact
Pat Dunnigan
Telephone No.
(714) 640 -2281
1982 City of Vernon
158 (213) 583 -8811
1982
Newport Beach, CA
92663
Les Ferree
1982
Palos Verdes Penn.Uni
ie c Dist. i
iam
an ooyen
331 -0111
28 Crest Road W.,
Rolling Hills, CA.90274
(213)
377 -1511
1982
Miller Brewery
Jo n S e ton
1540 Alcazar St., L.A.,
CA. 90033
(213)
15801 E. lst. St.
Irwindale, CA. 91706
(213)
969 -6343
1982
City of L.A.
Mike Palasti
P.O.Box
2418 Term. Annex, L.A. CA. 90002
200 N. Spring St.,Los
Angeles, CA 90012
(213)
989 -8773
1982
City of W. Covina
Al Odei
1981
1444 W.
1444 W. Garvey, W.
Covina, CA. 91790
(213)
962 -8631
1982 City of Vernon
158 (213) 583 -8811
1982
City of
Covina
Les Ferree
125 E. College St., Covina,
CA. 91723
(213)
331 -0111
1981
L.A.CO.
RD. DEPT.
Ron Hoffman
1540 Alcazar St., L.A.,
CA. 90033
(213)
226 -8174
1982
L.A.Co.
Flood Control
Bert Gushum
P.O.Box
2418 Term. Annex, L.A. CA. 90002
(213)
226 -4150
City of
W. Covina
Mac Winter
1981
1444 W.
Garvey Ave. W.
Covina, CA. 91790
(213)
962 -8631
1982
L.A.Co.
Flood Cont.
Tom Rossi
P.O.Box
2418, Term. Annex, L.A., CA. 90002
(213)
226 -4150
City of
So. Pasadena
Mark Puglisi
1981
1414 Mission St.. So.
Pasadena, CA. 91030
(213)
799 -9101
1981 City of L.A.
200 N. SDriT
213) 485 -3455
1980 State of Calif. J.R. Santos
Dept, of Resources. P.O.Box 1112
Lancaster, CA. 93534 (805) 946 -1024
1981 City of San Juan Capistrano Smoky Lsh- - s
32400 Paseo Adelanta, San Juan, Ca. 92675 (714) 493 -1171
1980 City of Carson Fred Thompson
701 E. Carson-Sr.
Carson, CA 90745 (213) 830 -7600
Clarke Coetmcting Corporation
ulaaer
JOHN J. CLARKL
PRESIDENT _
Aut i e ignature /Title
• TO
FROM
CITY COUNCIL
Public Works Department
SUBJECT: SEWER MAIN REPLACEMENT PROGRAM (C -2360)
RECOMMENDATION:
DISCUSSION:
March 14, 1983
CITY COUNCIL AGEND &/
ITEM NO. G-
APPROVED
Award Contract No. 2360 to Clarke Contracting Corporation for
$183,917.65 and authorize the Mayor and the City Clerk to
execute the contract.
At 11:00 A.M. on March 3, 1983, the City Clerk opened and read
the following bids for this project:
Bidder
Low Clarke Contracting Corporation $183,917.65
• 2 Loant Construction 195,339.00
3 Robert G. Castongia, Inc. 214,279.60
4 P & J Utility Co. 226,661.00*
5 Dakovich & Son 227,937.00
6 Russco Construction 230,220.97
7 Gosh Construction 264,695.00
8 G. R. Frost, Inc. 312,250.00 **
9 John T. Malloy, Inc. 322,615.00
10 Floyd Kordick (Joint Venture) 341,237.58 * **
11 N. A. & J. Frank Artukovich (Joint Venture) 433,633.00
* Corrected bid total $226,706.00
** Corrected bid total $316,080.00
* ** Corrected bid total $341,293.93
The low bid is 9% below the Engineer's estimate of $203,000.
The low bidder, Clarke Contracting Corporation, is a well - qualified general
contractor who has successfully completed previous contracts for the City.
The project provides for construction of sewer mains to replace
• deteriorated mains in the alleys and streets shown on the attached Exhibit
"A ". All alleys involved in the project will be entirely reconstructed with
Portland cement concrete as a portion of the project.
As a maintenance project, the work is categorically exempt from
Coastal development permit requirements per Section II.B.4 of "Interpretive
Guidelines on Exclusions from Permit Requirements" issued by the California
•
•
Page 2
City Council Agenda
March 14, 1983
•
- Sewer Main Replacement Program
Coastal Commission. The project is also categorically exempt from pro-
visions of the California Environmental Quality Act per Section 15101 of
the Act.
Funding for award is proposed from the following accounts:
Description
Street & Alley Resurfacing & Recon-
struction 02- 3382 -015 $ 34,000
Sewer Main Replacement Program 02- 5582 -102 $169,000
Plans and special provisions for the project were prepared by
the Public Works Department.
The estimated date of completion is June 15, 1983.
41� a Ik4
Benjamin B. Nolan
Public Works Department
SJL:rb
Att.
M
•
•
3
MrsloE
�I BQA r
I S LAaNO y\
T
cirY HALL
v
,10
PROJEC.T
LOCATION
r
�C
Xz\ ROJECT t•,Soo
f+' �` °O LOCATION
�y
7- �<
VV CJ LL UU EJJ
<
IL
i,
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SEWER MAJN REPLACEMENT
C- 23GO
PROJECT - i
LOCATION
i Boo'
/"- 8001
DRAWN S T I DATE
APPROVED /-
DRAWING NO. EXHlB! T ��A
\\)
M /»
: \rn�\
g
\ \}
%>
/ ~5G
3�
I
\
\
�
■
■
\
z
Q
®
%
ƒ5\
>\
<w
«w
w
rm
§
\\
/
�mX
G ..
||
C
,
/
ƒ
\
d
._
\\)
M /»
: \rn�\
g
\ \}
%>
/ ~5G
3�
I
\
\
�
■
■
\
z
Q
mC-) —i
zo-
G) i
r-, n
rs n
to
Ln
1
0 CD
c —
4 �
i
to
J
mo-i --
rn
{
t�I �
� r
� 4
0
F, F
Fl
,J
T"
1
Y
CIO
z�
J
;
I
�
I
�
•
I
I��
J
r
z
J
I I
-
mC-) —i
zo-
G) i
r-, n
rs n
to
Ln
1
0 CD
c —
4 �
i
to
J
mo-i --
rn
{
t�I �
� r
� 4
0
THE NEWPORT ENSIGN
PROOF OF PUBLICATION
(2015.5 C.C.P.)
STATE OF CALIFORNIA,
County of Orange,
I am a citizen of the United States and a resident of the
County aforesaid; I am over the age of eighteen years,
and not a party to or interested in the above - entitled
matter. I am the principal clerk of the printer of the
Newport Harbor Ensign newspaper of general circula-
tion, printed and published weekly in the city of
Newport Beach, County of Orange, and which news-
paper has been adjudged a newspaper of general
circulation by the Superior Court of the County of Or-
ange, State of California, under the date of May 14,
19SI, CASE NUMBER A-20178 that the notice, of
which the annexed is a printed copy (set in type not
smaller than nonpareil) has been published in each
regular and entire issue of said newspaper and not in
any supplement thereof an the following dates to-wit:
I certify (or declare) under penalty of perjury that the
foregoing is true and correct. ated at Newport
Beach, California, this 'VI day of� , 19 �-'>
�_1�J
c
Signature
THE NEWPORT ENSIGN
This space is for the County Clerk's Filing Stamp
B1
r�ry�:% .�'''� A
MY CLERK
Proof of Publication of
PROOF OF PUBLICATION
n PUBLIC NOTICE
NOTICE UPATDFO
BIDE
Scald bib may be received at
the office of the City Clerk, 3300
Newport Boulevard, Newport
Beach, CA 92883 until 11:00 -AM.
on the 3rd day of March, 1883, at
which cunt mch Mds shall- be
apsasd and read for
SEWER MM
Approved by the Ctty
this 14th day of Felwaav
the ataoge may coma
rid documenar at no amt
M of the Public Work,
eat, 3300 Newport
Newport Bowk Ca
further inforalation, Call
ay, Pro� EngLn —, at
18, '83 in The Newport
NEISIS
0 APPROVED r
FES 14 1 983
TO: CITY COUNCIL "y iho CITY t:vJ`dCIL
FROM: Public Works Departure t P'FWl >�&T D�iACH
SUBJECT: SEWER MAIN REPLACEMENT PROGRAM 1982 -83 (C -2360)
RECO14MENDATIONS:
1. Approve the plans and specifications.
February 14, 1983
CITY COUNCIL AGENDA
ITEM NO. �- — 11Z
2. Authorize the City Clerk to advertise for bids
to be opened at 11:00 A.M. on March 3, 1983.
DISCUSSION:
The project provides for the replacement of approximately 2000
lineal feet of deteriorated 8- inch - diameter sewer mains replacement of
deteriorated sewer laterals, and reconstruction of alley improvements. (See
attached exhibit for locations.)
The sewer main and lateral replacements will (1) restore the
original flow capacity to the main and (2) preclude the infiltration of
groundwater and sand into the deteriorated main. Such infiltration has re-
sulted 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 $203,000. Funds are available in the current annual
sewer main replacement program, ($169,000), Account No. 025582102, and the
street and alley resurfacing and reconstruction program ($34,000), Account
No. 023382015. The estimated date of completion is June 15, 1983.
Benjamin B. Nolan
Public Works Director
BBN:rb
Att.
e7J
4SL�AI D �;
N
>'RO�fc r a °D
LOCATION
1p, . u
4u� J i
v
CrrY HALL
�D
�C
�4V C� G
D
;r
1
PROJFCc.T
LOCATION
C
DC�Lj� Q
��V.
�r
i
f
PROVECr-
\ LOCAT ION
veecE-
c!
Li `c_'
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SEWER MAIN REPLACEMENT
C— 2360
! "= 800
DRAWN �l ! DATE _
APPROVED
DRAWING NO. EX)VIB!i 'A
' ri
%/7
J /Z�7C/a,401
22,7
12.
�-
83 q /.7 �s
2 7 % �o
IC7
(1 7l i {r
42 2z,
L,/I,
22