HomeMy WebLinkAboutC-2069 - Construction of Pumper Test Pit at Newport Center Fire StationNovember 17, 1981
P.E.R. Inc.
3232 Almond
Orange, CA 92669
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
(714) 640 -2251
Subject: Surety: Balboa Insurance Co.
Bonds No.: L05- 064493
Project: Pumper test Pit at Newport Center Fire Station
Contract No.: C -2069
The City Council on October 26, 1981 accepted the work of subject project
and authorized the City Clerk to file a Notice of Completion and to re-
lease the bonds 35 days after the Notice of Completion has been recorded.
The Notice of Completion was recorded with the Orange County Recorder on
November 3, 1981 in Book No. 14279, Page 921. Please notify your surety
company that the bonds may be released 35 days after the recording date.
1
ff r
Wanda E. Andersen
City Clerk
WEA:lr
cc: Public Works Dept.
File
City- IIall • 3300 Newport Boulevard, Newport Beach, California 92663
CFFY I iALL 0
3300 Newport Boulevard
3104
n MPT
2
Newport Beach, California 92663
NOTICE OF COMPLETION
PUBLIC WORKS
BK 1 4279P 921
-120 PM NOV3 '81
A
1 o All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE: NOTICE that on October 26, 1981
the Public Works project consisting of, Construction of Pumper test pit at
Newport Center Fire Stntinn CC -2062} —
on which P.E.R. Inc. 3232 Almond, Orange, CA 92669
was the contractor, and Balboa Insurance Co.
was the surety, was completed.
CITY OF NEWPORT BFACH
_ l
- Public Works Direct
VERIFICATION
I, the undersigned, say:
HFk, CiTy 598
I am the Public Works Director of the City of Newport Beach; foo �,
Notice of Completion is true of my own knowledge. A��F �C�
I declare under penalty of perjury that the foregoing is true and cor?t "'
Executed on October 29, 1981 at Newport Beach, California.
ubli 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 October 26, 1981 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 October 29, 1981 at Newport Beach, California.
City Clerk
0 0
October 29, 1981
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 is Notice of Completion of Public
Works project consisting of construction of Pumper test
pit at Newport Center Fire Station, Contract No. 2069 on
which P.E.R. Inc. was the Contractor and Balboa Insurance
Co. was the surety.
Please record and return to us.
C ll �2 � ��G/C�Za1:l'aCJ
Wanda E. Andersen
City Clerk
WEA:lr
attach.
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
NO'! i 11 OF COIMPI.FMON
Pi'SLIC WORKS
10 All Laborers and Material Men and to Every Other Person InterestF:d:
YOU WILL PLEASE TAKE: NOTICE that on October 26, 1981
the Public Works project. consisting of Construction of Pumper test Pit at
Newport Center Fire Statinn (r -706Ql
on which P.E.R. Inc. 3232 Almond, Orange, CA 92669
was the contractor, and Balboa Insurance Co. _
was the surety, was completed.
VERIFICATION
I, the undersigned, say:
CITY OF NEWPORT BFACEi
J��
J,
Publi Works Director
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on October 297 1981 at Newport Beach, California.
j4i� �-' J, " -
PlIblic 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 October 26, 1981 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 October 292 1981 at Newport Beach, California.
City Clerk
t, , • •
o
NI c.
OCT 2 6 1981
TO: CITY COUNCIL k_`h' CITY COUNCIL
CFTY QF M WPORT YFACH
FROM: Public Works Department
October 26, 1981
CITY COUNCIL AGENDA
ITEM NO. id
SUBJECT: CONSTRUCTION OF PUMPER TEST PIT AT NEWPORT CENTER FIRE STATION
(CONTRACT 2069)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days after
the Notice of Completion has been filed.
DISCUSSION:
The contract for the construction of a pumper test pit at the Newport
Center Fire Station was completed to the satisfaction of the Public Works
Department and the Fire Department.
The bid price was $34,368.00
Amount of unit price items constructed 36,368.00
Amount of change orders 6,448.80
Total contract cost $40,618.80
This project was financed by an appropriation from the Building Excise
Tax Fund of $50,200 in the 1980 -81 budget.
There
were
three
contract change
orders:
C.C.O.
No.
1
Slurry backfill
in place of imported aggregate
base around the vault. (Recommended by manu-
facturer of the vault.) $2,006.08
C.C.O. No. 2 Return inlet assembly (18" diameter pipe). $4,142.72
A plan to have an off -duty fireman build
this assembly proved to be impracticable.
C.C.O. No. 3 Construct 20 linear feet of surface drain
gutter. $300.00
Required because the plans did not provide
for replacement of enough pavement to make
the surface drainage system work.
The project consists of an underground, water - tight, precast concrete
vault which will be used to test pumps on fire fighting equipment and to train
t.. _
0 0
October 26, 1981
Subject: Construction of Pumper Test Pit at Newport Center Fire Station
(Contract 2069)
Page 2
personnel. The plans were prepared by the City based upon a plan used by the
City of Santa Ana. The location is shown on the attached sketch.
The contract date of completion was October 7, 1981. The third con-
tract change order allowed an extra seven calendar days for the extra work.
Work was completed on October 12, 1981.
Benjamin B. Nolan
Public Works Director
KLP:jd
Att.
Lll
NLICF.
STknow
�PVMPE2 TEST
PIT
mm :40
ftftftmft .40
*Oft�ft
• 0 (;) () (()C1
Release of Stop Aotl u
TO: City o{ Newpon.t Beach
Construction Lender (or party with whom Stop Notice was filed)
3300 Newport Blvd., Ne.wpont Beach, CA 92663
Address
You are hereby notified that the undersigned claimant releases that certain Stop Notice dated
October 12, 1981 , intheamountofS 12287
against
as owner or public body and
as prime contractor in connection with the work of improvement known as
At Newport Beach Fare Dept.
868 Santa Ban ana
in the City of Newport Beach , County of
State of California.
Date October 19, 1981
Name of Claimant Abbocia-ted Concne-te Pkoductb. Inc.
By
D.E.. Sut on C n 12. Cn edit Ma agen
(Official Capaci )
Verification for Partnership or
Sole Ownership
STATE OF CALIFORNIA
COUNTY OF
(Claimant or Representative)
being fast duly sworn d °poses and says that he Is
of
(Owner, Partner or Agent)
(Firm Name)
SS.
timed as claimant in the forcgoin3 claim as
{ that h
read :.aid claim and knows the contents thereof, and that the
facts therein stated are true.
X
(Signature of Affiant)
Subscribed and sworn to before me this
day of
(S;.,mture of Notary
Notary
Stamp
,19_
Verification for Corporation
STATE OF CALIFORNIA
COUNTY OF 1 SS.
Unanae )
D.E. Sutton
( (Zaimant or Representative)
being first duty sworn deposes and says that _he is
Cann. Credit Manaaen
(Official a7pacity)
of Aaaociate.d Concrete Pnoduct,�, Inc.
(Exact Corporate Name)
the corporation that executed the foregoing claim: that ha
makes this verification on behalf of said corporation; that ha
has read said claim and knows the contents thereof, and that the
facts therein sta)_d.are_Lrne..
X
D. E. Su;tdFi� tweofAffgntJ
Subscribed and sworn to before me-t 16 19th
day of P Oc.toben 1981
(S` native of Notary Public) (,.
Notary
Suban f. Bogan
Stamp _
Tr / OFFICIALS M:
' = 56SAN M. BOGAN I�
-- -^ NOIARr PUSUC - CALIFORNIA
i
ORANGC COUNTY
1 s� fly ccmm. expres DEC 23, 1981 ',f
NOTICE TO City o6 NewpoAx Beach
3300 NewpoA.t Blvd.. N wps At Beach, CA 92663
(Public Body or Lender)
TO WITHHOLD
AND VERIFIED
Ad6Gc(a
RK41
[ENT OF CLAIM OF
yicnete PAoducth, Inc
AGAINST
Prime Contractor: P• E, R, , Inc., 3232 Almond OAanae, CA 92669
Subcontractor (if any) none
Owner or Public Body:C.ittl o(, Newpmt Beach, 3300 NewwLt Blvd, NewpClh_,t Beach, C
Improvement knownAa 868 Santa BaAbana, Newpoltt Beach o66 JamboAL
in the City of Newpmt beach — County of OAange
State of Calif omia.
As6oc.ia.ted Conenete PAoduc.th, Inc - claimant, "n CGAponati.Gn
(Corporation /Partnership /Sole Proprietorship)
furnished certain labor and /or materials used in that certain work of improvement situated in the
Citvof_ Newpmt Beach , County of OAaU�
State of California, known as: (name and address of project or improvement)
That the said claimant sold and delivered to:
P.E.R., Inc.
( Subcontractor /Contract or /Owner- Builder)
erecting or constructing said work of improvement or a portion thereof; the aforesaid labor• and /or materials
being, to wit: (describe material and labor in detail)
(1) 800 SpcC SuLiea
Total value of material /labor agreed to be furnished ............... $ 12 2 87 . 5 2
Total value of material /labor actually furnished is ------- .----------- -------------------------------------------- $ 12287, S 2
Credit for materials returned, if any ----------------------- ----------------...----.. ...--- --....._............._... $- i1e -- . — —
Amount paid on account, if any ------------------- .... ................ °- ................. ......... ............... $ n o n e
Amnent do c after all just credits and offsets .............................. - .............. .... $ 12 2 87 . 52
AND YOU AhE HEREBY NO11F1ED to withhold sufficient monies held by you on the above
described project to satisfy claimant's demand in the amount of $12 2 8 7 . 5 2 , as provided in Sections
1190.1 and 1192.1 C.C.P., and in addition thereto sums sufficient to cover interest, court costs and reason-
able costs of liti ation, as provided by law.
A bond 'I not attached. (No bond required on public jobs)
(is /is not)
Date O ct o b eA 12. 1 9 8 1 Name of Claimant:
Aheoc.iated Concnete P4oduct6, INc.
BY D.E. sqttA CGAp. CAedit ,Manager
(Official Capacity)
Verification for Partnership or
Sole Ownership
STATE OF CALIFORNIA
COUNTY OF
)SS.
(Claimant or Representative)
being first duly .sworn deposes and says that —he is-
of
Partner or Agent)
(i irm
named as claimant in the foregoing claim; that .he
has read said claim and knows the contents thereof, and
that the facts therein stated are We.
Verification for Corporation'
STATE OF CALIFORNIA )
COUNTY OF )SS.
OAanga j
D.E. Sutton
(Claimant or Representative)
being first duty sworn deposes and says at ire is-
CGAp. CAedit ManageA
(Official Capacity)
of Ae6oeia.ted COncAe.te PAGdaLL.-, 'Inc.
(Exact Corporate Name)
the corporation that executed the foregoing claim; that
--he makes this verification on behalf of said corpora-
tion; that —be has read said claim and knows the con-
tents thereof, and - that :tb r_cts therein stated are true.
(Signature of Affiant)
V. t. SuT-LG(Sinolureof Affid t) 12°t 11
Subscribed and sworn to before me this
Subscribed and sw.pm to beforelnelthis
day of 19—
day of g V c.t o b e.A 198_
�L a,loq 7 ,
Suaan M. Bogan�
Notary
Stamp
Notary OFFICIAL SEAL
Stamp v SUSAN M. BOGAN
JA NOTARY PUBLIC - CALIFORNIA
ORANGNGE COUNTY
My Commission Expires
My Com , on es My comm. expires DEC 29, 1981
Original of above notice received this
day of 19_
BMDCA FORM 14
40 .' 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
(714) 640 -2251
DATE July 10, .# r981
TO: FINANCE DIRECTOR
FROM: City Clerk
SUBJECT: Contract No. 2069
Description of Contract Construction of Pumper
Test Pit at Newport Center Fire Station
Effective date of Contract May 11, 1981
Authorized by Resolution No. 10043 adopted on 5 -26 -81
Contract with P R R Tnr
Adress 3232 E. Almond
Oranoe. CA 92669
Amount of Contract$ 34,368.00
/s/ Wanda E. Andersen
WANDA E. ANDERSEN
City Clerk
cc: Public ?corks
City f fall • 3300 Newport Boulevard, Newport Beach, California 92663
5 -81
• Page 16
CONTRACT
THIS AGREEMENT, entered into this G> '.day of , ' 19�,
by and between the CITY OF NEWPORT BEACH, hereinafter 'Vpk '
P. E. R. Inc. hereinafter "Con racto is made with
reference to the following facts:
(a) City has heretofore advertised for bids for the following
described public work:
e
Fire Station C -2069
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:
of Pumper Test Pit a
C
Center Fire Station C -2069
Contract No.
which project is more fully described in the contract documents. Contractor
shall perform and complete this work in a good and workmanlike manner, and in
accordance with all of the contract documents.
2. As full compensation for the performance and completion of this
work as prescribed above, City shall pay to Contractor the sum of Thirty-Four
($ 34.368.00.
Ti is compensation includes any loss or damage arising from the nature of the
work; (2) any loss or damage arising from any unforeseen difficulties or obstruc-
tions in the performance of the work; (3) any expense incurred as a result of any
suspension or discontinuance of the work; but excludes any loss resulting from
earthquakes of a magnitude in excess of 3:5 on the Richter Scale and tidal waves,
and which loss or expense occurs prior to acceptance of the work by City.
3. All of the respective rights and obligations of City and Contractor
are set forth in the contract documents. The contract documents are incorporated
herein by reference as though set out in full and include the following:
(a) Notice Inviting Bids
(b) Instruction to Bidders and documents referenced therein
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and endorsement(s)
Page 17
(f) Plans and Special Provisions for Construction of Pumper
Test Pit at Newport Center Fire Station -
Title of Project- Contract No.
(g) This Contracti`;.
4. Contractor shall ass 'the defense of, and indemnify and hold
harmless, City and its officers, employees and representatives from all claims,
loss or damage, except such loss or damage proximiately caused by the sole
negligence of City or its officers, employees and representatives.
IN WITNESS WHEREOF, the parties hereto have caused this contract to
be executed the day and year first above written.
ATTEST:
!� ell
City Clerk
APPROVED AS TO FORM:
ity Attorney
CITY OF NEWPORT BEACH
By �°
Mayor
CITY
By�%a�
Its
CONTRACTOR
•` � . CITY CLERK
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, Newport Beach, CA 92663 until
on the 10th day of June ,1981, at which time suc b7 s
shall a op ened and read o —r
FI_RE STATION
e
2069
Contract No.
$45.000.00
Engineer's Estimate
FORN%
Approved by the City Council
this day of May 11981.
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 Kenneth L. Perry at 640 -2281.
Project Engineer
• 0 PR la
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
CONSTRUCTION OF PUMPER TEST PIT
AT
NEWPORT CENTER FIRE STATION
CONTRACT NO. 2069
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92663
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has read the
Notice Inviting Bids, has examined the Plan (Dwg. No. M- 5193 -5 consisting of 2 sheets) and
Special Provisions, and hereby proposes to furnish all materials and do all the work required
to complete Contract 2069 in accordance with the Plans and Specifications, and will take
in full payment therefor the following unit prices for the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
N0. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
Lump Sum Site preparation including protecting
existing garden wall, sawcutting, re-
moval, and disposal of existing P.C.C.
pavement; for the lump sum price of
Five Thousand Dollars
and
No Cents $ 5,000.00
Lump Sum Construct pumper test pit complete
in place and furnish imported
aggregate backfill material, for the
lump sum price of
Twenty -One Thousand Dollars
and
No Cents $21,000.00
• • PR lb
ITEM QUANTITY ITEM DESCRIPTI N UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
3. Lump Sum Construct drainage inlet, grease trap,
4" A.C.P. drain pipe; and connect to
existing drainage inlet structure, for
the lump sum price of
Three Thousand
No
Dollars
and
Cents
4. 976 Furnish and construct 8" thick P.C.C.
Square Feet pavement over 12 "thick imported
aggregate base, complete in place, for
the unit price of
Five Dollars
and
Fifty Cents $
Per Square Foot
TOTAL PRICE WRITTEN IN WORDS (Items 1 -4 inclusive)
Thirty -Four Thousand Three Hundred Sixty -Eight Dollars
and
No Cents
Contractor's License No. 377463 A
Date June 10, 1981
3232 E. Almond Orange California 92669
Bidder's Address
714 - 532 -2552
Telephone Number
P.E.R.;Inc.
/s/ Larry 'Parsons/President
$ 3,000.00
5.50 $ 5,368.00
$ 34,368.00
. • 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.
377463 A
Contr's Lic. No. & Classification
June 10, 1981
Date
P.E.R INC. )
Larry ParsO sf- President
Authoriz 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. Supplier -Valut Quick Set P.O. Box 1558 Costa Mesa, CA
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
P.E.R. Inc.
Bidder
ar s P id t
Auth rized Signatu e /Tit e
0 0
FOR ORIGINAL SEE CITY CLERK'S FILE COPY
KNOW ALL MEN BY THESE PRESENTS,
That we,
R. I
BIDDER'S BOND
Page 4
Bond No.: L05- 061.726 -10
as bidder,
and Balboa Insurance Company , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
Three Thousand, Nine Hundred Thirty -Seven and no /100 - -- Dollars ($3,937.00
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
Construction of Pumper Test Pit at Newport Center Fire Station C -2069
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 9th day
Of June , 1981•
P.E.R. Inc.
Bidder
(Attach acknowledgement of ; "!
Attorney -in -Fact)
/s/ Larry Patasons /President
Pamela J. Strasshofer Authorize Signature /Title
commission expires
December 18, 1981
Balboa Insurance Company
Surety
By /s/ Jean Pyle
Title Attorney -In -Fact
•
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 day of
19
My commission expires:
P.E.R., Inc.
Bidder's
/s/ Larry Pardons /President
AuthorV2ed Signature /Title
Notary Public
�llitllOtti iilltRl 9t 5lF .R8tREGfIl4E9S`3?ltR,lGUl1t1E S4EMtii
`REVERT
OPNIA
nay:.,...
• 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.
P.E.R. Inc.
Bidder
s/ Larry Parsons /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
1981
Weston Contractors
Chris Christian
213- 666 -2141
1980
Woodland Construction
Tim Cuthers
714 - 761 -5528
1980
Pacific Inland
Jack Vaughn
213 - 943 -7132
1981
Dynamic Builders
Deke
213- 746 -6630
P.E.R. I
Bidder ..._
Larry Parspns /President
Authorized /Siignature /Title
i• Page 8
NOTICE
The following are samples of contract documents which shall be
completed and executed by the successful bidder after he receives a
letter of award from the City of Newport Beach:
PAYMENT BOND (pages 9 & 10)
FAITHFUL PERFORMANCE BOND (pages 11 & 12)
CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13,14 & 15)
CONTRACT (pages 16 & 17)
Since the City of Newport Beach will not permit a substitute
format for these contract documents, bidders are advised to review
their content with bonding, insuring and legal agents prior to sub-
mission of bid.
All costs associated with the specifications of these contract
documents shall be absorbed in the bid. Such specifications shall
include those contained in (1) each contract document and (2) the
Standard Specifications for Public Works Construction (latest edition
adopted for use in the City of Newport Beach), except as supplemented
or modified by the Special Provisions for this project.
iris !S 0 4SW!lRfRRls • Page 9
PAYMENT. BOND
Spd !• SOS -Ow"
KNOW ALL MEN BY THESE PRESENTS, That premim r zMJ Is J
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted June 22, 1981
has awarded to P.E.R. Inc.
hereinafter designated as the "Principal ", a contract for Construction of Pumper
Test Pit at Newport Center Fire Station C -2069
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 T.S.R. rile
as Principal, and AUkOM JUNRJW'CCAMW
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
=930 M 9VQV& SD 0SS OiM'' RZOM FM AM AW100 -- --Dollars ($ '- 170104.00 —
said sum being one -half of the estimated amount payable by the City of Newport Beach
under the terms of the contract, for which payment.well and truly to be made we bind
ourselves, our heirs, executors and administrators, successors, or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or
his subcontractors, fail to pay for any materials, provisions, provender, or other
supplies or teams, used in, upon, for, or about the performance of the work contracted
to be done_, or for any other work or labor thereon of any kind or for amounts due
under the Unemployment Insurance Code with respect to such work or labor, that the
Surety or Sureties will pay for the same, in an amount not exceeding the sum specified
in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's
fee, to be fixed by the Court as required by the Provisions of Section 4204 of the
Government Code of the State of California.
This bond shall inure to the benefit of,any and all persons, companies, and
corporations entitled to file claims under Section 3181 of the California Civil Code
so as to give a right of action to them or their assigns in any suit brought upon
0 • Page 10
Payment Bond (Continued)
this bond, as required by the Provisions of Section 4205 of the Government Code of
the State of California.
And said Surety., for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or the specifications accompanying the same shall in
any wise affect its obligations on this bond, and it does hereby waive notice of any
such change, extension of time,,alterations or additions to the terms of the contract
or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the ith day of Jam!' , 19 81
Approved as to form
City Attorney T
4
PORIA, sw
ncipa
re ana iitie
Authorized Signature and Title
_(Seal)
1Yi#t ZM9124M flat (Seal )
Name of urety
4 for a AMO JSOM
R M M arrRMo, LM A0WM, .C* S MI
Address of Surety
Si Lure and Ti o ^ uu� o�ze�d gent
?am f__
raur
M /, LM :nWee, CA OOM3
Address of Agent
1114 am III#
Telephone No. of Agent
0 0
t
,
STATE OF !"►Toter► /
Cauntyaf OI7eNrtr !
i
On this 6th of July e,�a before me
91%crt esaattw" a Notary Public In and for the sold
county of . ORANGE State of CAMPORRIA residing therein, duty commissioned
and sworn• personally appeared JEAN FYLE known to me to be the Attorneyin•Fact of the
Ilniboa Innurance Company, the corporation that executed the within instrument, and acknuudrdKed to me
N•%t he subscribed the name of the Balboa Insurance Company, hereto and his uwn name as Attorne -in-Fact.
r
utary Public lnand /ur the Cuunty of
ORANGE State o/ CA IFORNIA
t10atLttllO
i�T10 IN 4 • Page 11
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
ame to zes -OfNft
ipsant v I i 1031.00
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted
has awarded to
Mne 22, 1981
P.E.R. Inc.
hereinafter designated as the "Principal ", a contract for Construction of Pumper
Test Pit at Newport Center Fire Station C -2069
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,
as Principal, and 116b0s IMSOXA K'l
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
9#JWr 3'lJfAt 9NOWSAND ! AINIM 0VW ate! AND 20 /100 ---Dol t ars ( $
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,
his or its heirs, executors, administrators, successors, or assigns, shall in all
things stand to and abide by, and well and truly keep and perform the covenants, con-
ditions, and agreements in the said contract and any alteration thereof made as therein
provided on his or their part, to be kept and performed at the time and in the manner
therein specified, and in all respects according to their true intent and meaning, and
shall indemnify and save harmless the City of Newport Beach, its officers and agents,
as therein stipulated, then this obligation shall become null and void; otherwise it
shall remain in full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
•
Faithful Performance Bond (Continued)
0 Page 12
of any such change, extension of time, alterations or additions to the terms of the
contract or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named; on the "R day of ,= , 19 iI
(Seal)
pal ) �...,..
M orized S4 tur and Title _
Authorized Signature and Title
U&M JPMMAM 0WAff' (Seal )
Name of Surety
s for aaws • anoaiw
sl11 r ssysimy, u. AMW@f, sa. -
Address of Surety
Signat re and Titledf Authorized Agent
ms ArVVMUr ss ner
Approved as to form:��,/
!!00 Y f Agent
Z" YslMr fl f001I
{" `-- _ ---- -- Address of A ent
• City Attorney
1I1 i)1 Jlti
Telephone No. of Agent
4
a
STATE OF c r.rrnaaTA f
County of 11RANfE 1
On this 6th Of July t9 81 before me
k. PAM.A J 9TRARMIMIP R - a Notary Public In and for the said
County of ORANGE State of CAUIFOMA . teslding therein, duty commissioned
and sworn, personally appeared _ JEAN PYLE known to me to be the Attorney -in -Fact of the
Bnlboa Insurance Company, the corporation that executed the within instrument. and acknowledged to me
14ot he .subscribed the name of the Balboa Insurance Company thentoand hin uu-n name as A turney -in- Fact.
/ ,�
,I)';"71A /')111({1\K 1 �/ 1
Notary Public lgbnd for the County of
tlool pre ORANGE - State of—SM-IF2A IAA
• BALBOA INSURANCE COMPANY •
840 NEWPORT CENTER Do VI , Wwwoir Fit ACI I, CAI IF ORNIA 92W1
GPA_ 193 .._.__
POWER OF ATTORNEY VALID
GENERAL POWER OF ATTORNEY ONLY IF NUMBERED IN RED
Know All Men by These Presents, That BALBOA INSURANCE COMPANY, a corporation duty orgami/eo and existing
under the laws of the State of California, and having its principal office in Newport Beach, Orange County, (atiforrhia, does by
These presents make, constitute and appoint ____..._..._.._____._... -
.JEAN PYLE
of Anaheim,_ and State of California its true and lawful Attomeyt0in -fact, with full
power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver_.____._ .
CONTRACT ,_BONL,S JS._B_A_,,Guarantee Agreement_- �249r99rJr99; LICENSE f pERMI "I'
BONDS= _ _$''SO 000.00; MISCELLANEOUS - $S0,000.00; CONTRACT BONDS - $50,000.00, _
COURT BONUS - $50,000.00; FIDUCIARY BONUS $SO 000.00
"Tl1IS POWER OF ATTORNEY SHALL TERMINATE AND BE
nn Mn fall) Vl) VVIM'T AVTr_b nrr•t:AmPO 21 loRl„-
and to bind the Company thereby as fully and to the mole extent as if such bonds were signed by the President, sealed with the
corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said
At Iorneya) -in -Fact may du in the premises. Said appointment is made under and by authority of the following resuluuou adopted
by the hoard of Directors of the Balboa Insurance Company at a meeting held tin the 22nd day of Match, 196'.
'lie It Resolved, that the President, any Vice - President, any Secretary or any Assistant Secretary shall be and Is hereby
vested with full power and authority W appoint any one or more suitable persons as Attorncy(s Yin. Fact to represent and act for
and on behalf of the Company subject to the following provisions:
"Section 1. Attorney -in -Fact. Attorney -in -Fact may be given full power and authority for and in the none .d and on
behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recugnirances, contracts, agreement, of mdenmity
and other conditional or obligatory undertakings and any and all notices and documents canceling or telnlinaling III, t imlpany's
liability thereunder, and any such instruments so executed by any such Attorney in Fact shall he binding upon the Conrpanv as if
signed by the President and scaled and attested by the Corporate Secretary."
In Witness WhrrenJ; Balboa Insurance Company has caused these presents to he signed by its___: Senior __.... __._...
Vice President and its corporate seal nr be bereft) affixed this __.. -_ f?tlt ._.__day of
JanuaI y 81
3335URANgE i
OQ' C�f�ti BALBOA 17NRANCP 'COMPANY
Incerprr..ted
By—
State of California 1 Feb, 1948
)} ss.: * ■
County of Orange
On this Sth _1 January A.D.. to_ .8. before nhc prla11:dly ante
William Paigu Ilfnu. t,; _T to nu• known, who, being by me duly sworn, did dep.ru' and say.
that he resides in Mission Viclo, California liml he is
Senior Vice President of BALBOA INSURANCT COMPANY, the company desenhed In and which
executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is suet corporate
teal; that it was so affixed by order of the Board of Directors of said Compan , and that he signed his name theiict7, h7 like order.
Mir �.... -.
Cr °,
.A hORREST / No Carr Public
• Imo. I. .i.. � ,'17V+
! A_ 22, 19R3
1, the undersigned Secretary of Balboa Insurance Company - hereby certify that the above and foregoing Is a full. true and
correct copy of tire Original Power of Attorney issued by said Company, and do herchy Iinthel certify dial the ,ald P'iwel of
Attorney is still in force and effect.
And 1 do hereby further certify that the Certification of this Power of Attorney is signed and scaled hs Ia,slniile under
and by the authority of the following resolution adopted by the Board of Directors of the Balboa Insurance Company at a
sheeting duly called and held on the 24th of March 1972, and that said resolution has not been amended or repealed'
"RESOLVED, that the signature of the Secretary or any Assistant Secretary of this Corporation, and the seal of
this Corporation, may be affixed or printed by facsimile to any certificate to a Power of Attorney of this Corporation, and
that such printed facsimile signature and seal shall be valid and binding upon this Corporation"
GIVEN under by hand and the seal of said Company, at Newport Beach, California, this 6th day of
.TTTT,Y , I4
THIS POWER OF ATTORNEY EFFECTIVE ONLY
IF ATTACHED TO BOND NO. L05- 064493
■aaaava
Secretary
I
•
•
Policy
LIMITS OF LIABILITY IN THOUSANDS 000
CERTIFICATE OF INSURANCE
TYPE OF INSURANCE
Page 13
CERTIFICATE HOLDER
Each
INSURANCE
COMPANIES
AFFORDING COVERAGES
City of Newport Beach
Occurrence Aggregate
Company
GENERAL LIABILITY
3300 Newport Boulevard
Letter A
Fireman's
Fund Insurance Co.
Newport Beach, CA 92663
MXX617
Company B
letter
Allianz
Insurance Co.
NAME AND ADDRESS OF INSURED
Inc
U Underground Hazard
Company C
Letter
3232 E. Almond
Company
1 D
.�
Ornngp, CA 92665
C Products /Completed - Operations
E
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).
COMPANY
Policy
Policy
LIMITS OF LIABILITY IN THOUSANDS 000
LETTER
TYPE OF INSURANCE
No.
Exp.
Each
Date
Occurrence Aggregate
GENERAL LIABILITY
A
® Comprehensive Form
R Premises - Operations
❑ Explosion & Collapse Hazard
MXX617
0207
5 / 11/82
Bodily Injury
Property Damge
$
$
$
$
U Underground Hazard
C Products /Completed - Operations
Hazard
Bodily Injury
® Contractual Insurance
and Property
$ 500
$ 500
® Broad Form Property Damage
Damage Combined
CA Independent Contractors
q Personal Injury
Personal Injury
$
Ci Marine
❑ Aviation
AUTOMOTIVE LIABILITY
A
IT Comprehensive Form
® Owned
MXX617
0207
5/11/8
Bodily Injury
Each Person
$
$
\
Bod Injury
ily
Each Occurrence
Pro ert Dama e
$
® Hired
® Non -owned
Bodily Injury and
Property Damage
$ 500
Combined
EXCESS LIABILITY
Umbrella Form
El Other than Umbrella Form
Bodily Injury
and Property
Dama a Combined
$
$
B
WORKERS' COMPENSATION
EMPLOYER'IS LIABILITY
wCN203
47
6/27/8
Statutory
100,000
Accident
NOTE: The Comprehensive General Liability or (and) Automotive Liability policy(s) is (are)
endorsed with the attached City of Newport Beach Endorsement(s).
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof, the Insurance Company affording coverage
shall provide 30 days' advance notice to the certificate holder by mail,
&
i /Agenc y Driscoll Insurance Agency Inc. 6/25/81
ve ate 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:
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.
0 • Page 14
CITY OF NEWPORT BEACH
AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
With respect to such insurance as is afforded by the policy for Bodily Injury and
Property Damage Liability, the City of Newport Beach, its officers and employees are
additional insureds but only with respect to liability for damages arising out of
the ownership, maintenance or use of automobiles (or autos) used by or on behalf of
the named insured in connection with the contract designated below. The insurance
extended by this endorsement to said additional insured does not apply to bodily
injury or property damage arising out of automobiles (1) owned by or registered in
the name of an additional insured, or (2) leased or rented by an additional insured,
or (3) operated by an additional insured. The insurance afforded the additional
named insured(s) shall apply as primary insurance and no other insurance maintained
by the City of Newport Beach will be called upon to contribute with insurance
provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured
who is seeking coverage or against whom a claim is made or suit is brought,
except with respect to the limits of the Insurance Company's liability."
3. The limits of liability under this endorsement for the additional insureds named in
paragraph 1 of this endorsement shall be the limits indicated below for either Multi-
ple Limits or Single Limit, whichever is indicated by the letter x in the appropriate
box.
( ) Multiple Limits
Bodily Injury Liability
Property Damage Liability
(X) Single Limit
Bodily Injury Liability
and
Property Damage Liability
Combined
$ each occurrence
each occurrence
$ 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:
Project Title and Contract No.).
This endorsement is effective June 25, 1981 at 12:01 A.M. and forms a part of
Policy No. MXX61700207
Named Insured P.E.R. Inc. Endorsement No.
Name of Insurance Company Fireman's Fund Insurance Co By
AUtnor12 Kepresentative
Timothy . Driscoll
Driscoll. Insurance Agency Inc.
• 0 Page 15
CITY OF NEWPORT BEACH
COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
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
(I 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:
Project Title and Contract No.
This endorsement is effective June 25, 1981 at 12:01 A.M. and forms a part of
Policy No.pXX61700207
Named Insured P.E.R. Inc. Endorsement No.
Name of Insurance Company Fireman's Fund Insurance O/.
ntative
Timothy J. Driscoll
Driscoll. Insurance Agency Inc.
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
Ilif
SPECIAL PROVISIONS
0
FOR
CONSTRUCTION OF PUMPER TEST PIT AT NEWPORT CENTER FIRE STATION
CONTRACT NO. 2069
Section
Page
I.
SCOPE OF WORK . . . . . . . . . . . . . .
. . . . 1
II.
SPECIAL CONDITIONS . . . . . . . . . . .
. . . . 1
III.
SAFETY ORDERS . . . . . . . . . . . . .
. . . . . 2
IV.
GUARANTEES . . . . . . . . . . . . . .
. . . . . 2
V.
TIME OF COMPLETION . . . . . . . . . .
. . . . . 2
V.I.
CONSTRUCTION SURVEY STAKING. . . . . .
. . . . . 2
VII.
SITE ACCESS AND WORK AREA. . . . . . .
. . . . . 2
VIII.
WATER . . . . . . . . . . . . . . . . .
. . . . . 2
IX.
SITE PREPARATION . . . . . . . . . . .
. . . . . 2
X.
SUBGRADE PREPARATION . . . . . . . . .
. . . . . 3
XI.
PUMPER TEST PIT . . . . . . . . . . . .
. . . . . 3
A. GENERAL . . . . . . . . . . . . . .
. . . . . 3
B. FIELD PREPARATION . . . . . . . . .
. . . . . 3
C. LEAKAGE TEST . . . . . . . . . . .
. . . . . 3
D. DESIGN LOADS . . . . . . . . • . •
. . • . • 4
E. CONCRETE (PUMPER TEST•PIT. . . . .
. . . . . 4
F. REINFORCING STEEL . . . . . . . . .
. . . . . 4
XII.
DRAINAGE IMPROVEMENTS . . . . . . . . .
. . . . . 4
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
CONSTRUCTION OF PUMPER TEST PIT
AT
NEWPORT CENTER FIRE STATION
CONTRACT NO. 2069
SCOPE OF WORK
• SP 1 of 4
The work to be done under this contract consists of removal and disposal of
existing portland cement concrete pavement and native materials; construction
of a prefabricated underground concrete pumper test pit complete; construction
of a combination grate inlet and grease trap; construction of a 4 -inch A.C.P.
storm drain connecting the new outlet structure to an existing inlet structure;
backfilling the excavation with imported aggregate base; and the construction
of 8- inch -thick unreinforced concrete pavement overl2 inches of imported
aggregate base; and including furnishing all materials, labor, transportation
and miscellaneous items of work necessary to complete the project.
Incidental items of work include, but are not limited to layout, sawcutting,
protection of existing improvements, removal and disposal of excess excavated
material and concrete driveway. The contract does not call for any planting
or replacement of sprinklers.
The contract requires the contractor to furnish all labor, equipment, material,
transportation, and services necessary to complete all the work as shown on the
City of Newport Beach Drawing No. M- 5193 -S (Sheets 1 and 2) and in accordance
with these Special Provisions, the City's Standard Special Provisions and
Drawings, and the City's Standard Specifications.
The City's Standard Specifications are the Standard Specifications for Public
Works Construction, 1979 Edition. Copies may be purchased from Building News,
Inc., 3044 Overland Avenue, Los Angeles, California 90034, telephone (213)
870 -9871. Copies of the City's Standard Special Provisions and Drawings may
be purchased from the Public Works Department at a cost of $5.
II. SPECIAL CONDITIONS
The SPECIAL CONDITIONS contain additions to the Standard Specifications. In
the event of conflict between the Special Conditions and the Standard Specifi-
cations, the Special Conditions shall prevail.
• • SP2of4
III. SAFETY ORDERS
The contractor shall have at the work site, copies or suitable extracts of
Construction Safety Orders and General Industrial Safety Orders issued by the
State Division of Industrial Safety. He shall comply with the provisions of
these and all other applicable laws, ordinances and regulations.
IV. GUARANTEES
Besides guarantees required elsewhere, the contractor shall guarantee all work
for a period of one (1) year after the date of acceptance of the work by the
City; and shall repair and replace any such work, together with any other work
which may be displaced in so doing, that may prove defective in workmanship
and /or materials within the one- (1) year period from date of acceptance, with-
out any expense to the City, ordinary wear and tear and unusual abuse or neglect
excepted. In the event of failure by the contractor to comply with the above -
mentioned conditions after being notified in writing, the City is hereby author-
ized to have the defects required at the expense of the contractor, who hereby
agrees to pay the cost therefor.
V. TIME OF COMPLETION
The contractor shall begin work within ten (10) calendar days after the execu-
tion of contract by the City. All work shall be completed ninety (90) calendar
days after execution of contract by the City. The time slated for completion
shall include final clean -up of the premises.
VI. CONSTRUCTION SURVEY STAKING
Field surveys for control of all grading and construction shall be the responsi-
bility of the contractor. All such surveys, including construction staking
shall be under the supervision of a California licensed surveyor or civil engi-
neer. Staking shall be performed on all items ordinarily requiring grade and
alignment of intervals normally accepted by the agencies and trades involved.
Payment for construction survey staking shall be considered as included in the
various items of work, and no additional allowance will be made thereof.
VII. SITE ACCESS AND WORK AREA
Special attention is directed to Section 7 -8 and 7 -9 of the Standard Specifica-
tions regarding site maintenance and protection of existing improvements.
VIII. WATER
The City will furnish water necessary to perform the contract at no cost to
the contractor.
IX. SITE PREPARATION
The contractor shall grade the site to the lines and grades shown on the plans.
Debris, vegetation, other deleterious materials, and non - organic debris or
concrete, etc., encountered during the grading operation shall be removed from
the site and disposed of in a legal manner.
. • SP3of4'
The lump sum price bid for site preparation shall include but not be limited
to the required unclassified excavation and fill necessary to bring the paved
areas to sub -grade elevation utilizing the material available on the site.
This item shall also include all costs involved with the removal and disposal
of debris, vegetation, other deleterious materials and non - organic debris or
concrete encountered in the grading operation.
X. SUBGRADE PREPARATION
The excavated and processed soils and other fill soils shall be replaced in
uniform lifts (6 -8 inches thick), cleansed of all vegetation or debris, brought
to approximate optimum moisture content and compacted to a minimum relative com-
paction of 95 percent of the laboratory standard. The laboratory standard is
ASTM D- 1557 -70, the 5 -layer method.
XI. PUMPER TEST PIT
A. GENERAL
All precast concrete vault sections will be manufactured in a plant
especially designed for the purpose. All work shall be done under strict
plant controlled supervision.
B. FIELD PREPARATION
The contractor shall prepare a hole large enough to accommodate the outside
dimensions of the vault as shown on the drawings. Prior to setting, the
contractor shall provide a minimum of six (6) inches of base material to
receive the vault. The base material shall be compacted and graded
level and at proper elevation.
Delivery of the vault will be made by manufacturer's boom - equipped
truck. Contractor shall provide sufficient labor to assist the carrier in
placing the units.
Sealants used between the joints of the vault are at the contractor's
option. If grout is used, it shall consist of two parts plaster sand to
one part cement with sufficient water added to make the grout flow under
its own weight. The grout shall be poured into a water soaked groove,
and filled to the top of groove in the previously set section. If mastic
joint compound or an approved equal is used, it shall be placed at the
bottom of the groove unless a double amount is to be used as a further
precaution against leakage. In this case, the mastic sealant shall be
placed on the two shoulders of the groove. If polyurethane or approved
equal is used, it shall be mixed at job site, as directed on the label,
and placed in the groove. The next section of vault shall be placed
while the foaming action is still in process.
C. LEAKAGE TEST
After the vault has been completed, a hydrostatic leakage shall be made.
The vault shall be filled with water to the top of the lowest manhole
resulting in a hydrostatic head of about 4 feet above the highest point
in the vault.
• • SP4of 4
The hydrostatic leakage test shall be conducted for a period of not less
than 24 hours, during which time an accurate measure of the amount of water
required to maintain the water level shall be made. Any leakage developed
shall not exceed 375 gallons in 24 hours.
The Contractor shall at his expense furnish all materials and labor for the
test. Any leakage in excess of the allowable leakage shall be stopped in
a manner satisfactory to the City, and the test repeated until the total
leakage does not exceed the allowable leakage.
DESIGN LOADS
Design loads shall consist of dead load, live load, impact, and in addition,
loads due to water table, and any other loads which may be imposed upon the
structures.
Live loads shall be for H -20 and /or H- 20 -S16 per A.A.S.H.O. Standard Speci-
fications for Highway Bridges with revisions. Design wheel load shall be
16 kips. The live load shall be that loading which produces the maximum
shears and bending moments in the structure.
CONCRETE (PUMPER TEST PIT)
Aggregates. All aggregates, fine and coarse, shall conform to speci-
fications outlined by ASTM C- 33 -64. Aggregates shall be free of
deleterious substances causing reactivity with oxidized hydrogen
sulfide. Both types of aggregate shall be graded in a manner so as
to produce homogeneous concrete mix. All materials are to be ac-
curately weighted at a central batching facility for mixing.
Cement. All cement shall be Portland cement conforming to ASTM C150,
Type II. Cement content shall be sufficient to produce minimum
strength of 3,000 PSI, or other design strengths required.
Placin All concrete shall be handled from the mixer or transport
ve icle to the place of final deposit in a continuous manner, as
rapidly as practicable, and without segregation or loss of ingredients,
until the approved unit operation is completed. Concrete shall be
placed in layers not over two (2) feet deep. Each layer shall be
compacted by mechanical internal or external vibrating equipment.
Duration of the vibration cycle shall be limited to the time neces-
sary to produce satisfactory consolidation without causing objection-
able segregation.
REINFORCING STEEL
All reinforcing steel, including welded wire mesh, shall be of the size
and in the location as shown on the plans. All reinforcing shall be suf-
ficiently tied to withstand any displacement during the pouring operation.
All bars shall be intermediate or hard -grade billet steel conforming to
ASTM A15. Bars other than 1/4" round, or smaller, shall be deformed in
accordance with ASTM A305.
XII. DRAINAGE IMPROVEMENTS
The work to be done under this item of work includes construction of a combina-
tion grate inlet and grease trap; construction of a 4 -inch diameter A.C.P. drain
line connecting the new inlet structure to an existing inlet structure and con-
necting the drain line to the existing drainage structure.
A
July 8, 1981
TO: CITY CLERK
FROM: Public Works Department
SUBJECT: CONSTRUCTION OF PUMPER TEST PIT AT NEWPORT CENTER
FIRE STATION, C -2069
Attached are four copies of the subject contract documents
Please have executed on behalf of the city, retain your copy and
the insurance certificates, and return the remaining copies
to our department.
Kenneth L. Perry
Project Engineer
KLP:em
Att.
`Z WE 1
JUN 2) 1981
By the Q-11Y COUiiCII
CITY G? ' :'"OPT 8ZACi:
TO: CITY COUNCIL
FROM: Public Works Department
June 22, 1981
CITY COUNCIL AGENDA
ITEM NO. )
SUBJECT: CONSTRUCTION OF PUMPER TEST PIT AT NEWPORT CENTER FIRE STATION
(CONTRACT 2069)
RECOMMENDATION:
Adopt a resolution awarding the contract to P.E.R. Inc., of Orange,
in the amount of $34,368; and authorizing the Mayor and the City
Clerk to execute the contract.
DISCUSSION:
At 3:00 P.M. on June 10, 1981, the City Clerk opened and read twelve
bids for the subject project:
Bidder
Bid
1.
P.E.R. Inc.,
$34,368.00
Orange
2.
Nobest Incorporated,
$34,880.00
Westminster
3.
John T. Fricke Construction
$35,616.00
Pasadena
4.
Savala Construction Co., Inc.
$41,175.00
Costa Mesa
5.
E. A. Reed Construction Co.,
$42,885.00
Irvine
6.
Masonry Engineers, Inc.,
$43,983.00
Long Beach
7.
Schuler Engineering Corp.,
$43,989.03
Anaheim
8.
Ecco Contractors,
$44,404.00
Santa Ana
9.
B. K. Baker Co.,
$44,703.20
Santa Ana
10.
Santa Ara Valley Contractors
$45,736.00
Santa Ana
11.
E. M. Penn Construction Co.,
$46,226.00
Irwindale
12.
Gillespie Construction,
$46,805.20
Buena Park
0
RESOLUTION N0.
1.0 07'910
0
A RESOLUTION OF THE CITY COUNCIL OF THE
CITY OF NEWPORT BEACH AWARDING A CONTRACT
(NO. 2069) TO P.E.R., INC. OF ORANGE IN
CONNECTION WITH CONSTRUCTION OF PUMPER TEST
PIT AT NEWPORT CENTER FIRE STATION
WHEREAS, pursuant to the notice inviting bids for work
in connection with construction of pumper test pit at Newport
Center Fire Station and the plans and specifications heretofore
adopted, bids were received on the 10th day of June, 1981 at 3:00
p.m., and publicly opened and declared; and
WHEREAS, it appears that the lowest responsible bidder
therefor is P.E.R., INC. OF ORANGE,
NOW, THERFORE, BE IT RESOLVED by the City Council of
the City of Newport Beach that the bid of P.E.R., INC. OF ORANGE
in the amount of $34,368.00 be accepted, and that the contract
for the described work (Contract No. 2069) be awarded to said
bidder; and
BE IT FURTHER RESOLVED that the Mayor and City Clerk
are hereby authorized and directed to execute a contract in
accordance with the specifications, bid and this award on behalf
of the City of Newport Beach, and that the City Clerk be directed
to furnish an executed copy to the successful bidder.
ADOPTED this day of JUN 2 2 A 1981.
ATTEST:
City Clerk
Mayor
HRC /pr
6/22/81
NOTICE INVITING BIDS
53 may be received at the office of.the City Clerk,
33 Newport ulevard, Newport Beach, CA 92663 until (C/9
on a 10th day of June. ,1981, at which time suc bids /
shall op ned nd read for V
CONSTRUCTION OF PUMPER TEST PIT AT NEWPORT CENTER FIRE STATION
Title of Project
2069
Contract No.
$45.000.00
Engineer s Estimate
� c
Approved by.the City Council
this day of May 11981.
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 Kenneth L. Perry at 640 -2281.
Project Engineer
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92663
Gentlemen:
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
CONSTRUCTION OF PUMPER TEST PIT
AT
NEWPORT CENTER FIRE STATION
CONTRACT NO. 2069
PROPOSAL
PR la
The undersigned declares that he has carefully examined the location of the work, has read the
Notice Inviting Bids, has examined the Plan (Dwg. No. M- 5193 -S consisting of 2 sheets) and
Special Provisions, and hereby proposes to furnish all materials and do all the work required
to complete Contract 2069 in accordance with the Plans and Specifications, and will take
in full payment therefor the following unit prices for the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
Lump Sum Site preparation including protecting
existing garden wall, sawcutting, re-
moval, and disposal of existing P.C.C.
pavement; for the lump sum price of
FIVE. THOUSAND AND N01100 Dollars ,
and
Cents $ 5,000.00
2. Lump Sum Construct pumper test pit complete
in place and furnish imported
aggregate backfill material, for the
lump sum price of
TWENTY ONE THOUSAND AND NO /100 Dollars
and
Cents v $.21,000.00
• • 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• SUPPLIER -VAULT QUICK SET PO BOX 1558 COSTA MESA CA
2.
3.
4.
5.
M.
7.
a
9.
10,
11.
12.
P.E.R. INC
Bidder 'F
Authorized Srgnature Tit e
0
INSTRUCTIONS TO BIDDERS
Ll
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 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.
377463 A
Contr's Lic. No. & Classification
JUNE 10, 1981
to
V.E.R. INC 1\
Biddery,�
`Authorized ignature /Title
PR lb
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
3. Lump Sum Construct drainage inlet, grease trap,
4" A.C.P. drain pipe; and connect to
existing drainage inlet structure, for
the lump sum price of
THREE THOUSAND AND N0 1100 Dollars
and
Cents
4. 976 Furnish and construct 8" thick P.C.C.
Square Feet pavement over 12 "thick imported
aggregate base, complete in place, for
the unit price of
FIVE THOUSAND THREE HUNDRED Dollars
and
SIXTY EIGHT AND N0_110_0 Cents
Per Square Foot
rTAL PRICE WRITTEN IN WORDS (Items 1 -4 inclusive)
THIRTY FOUR THOUSAND THREE HUNDRED SIXTY EIGHT AND NO /100 Dollars
and
Cents
i
Co ractor's License No. 377463 A P.E.R.
Date JUNE 10, 1981
3232 E ALMOND
dder's Address
1
ORANGE CALIF 9
714 -532 -2552 _
Telephone Number
�- M 4.
Mlobn- tll.( 9
firms &"/c 00 or
$ 5.50
L/
$3 000.00
$ 5,368.0
UZ
34,368.00
R
0
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, P. E. R. Inc.
• Page 4
Bond No.: L05- 061726 -10
as bidder,
and Balboa Insurance Company as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
10% of the amount bid, not to exceed
Three Thousand, Nine Hundred, Thirty - Seven and no /100 - - -- Dollars'($ -3,937:00- )
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
Construction of Pumper Test Pit 2069
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 deli.ver 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 9th day
of .1,,,,P , 19 -U.
(Attach acknowledgement of
Attorney -in -Fact)
P. E. R., Inc.
Bidder
Authorized Signature /Title
Balboa Insurance Company
Surety
By ;
Jea Pyle
Title At orney -In -Fa
STATE OF c T.TFO xis
ea:
County of MA?QrE 1
On this 9th day of June tg 81 before me
PAIM-A J STRASSHOM a Notary Public in and for the said
County of ORANGE State of CALIFORNIA - residing therein, duly commissioned
and sworn, personally appeared JEAN PYLE known tome to be the Attorney -in -Fact of the
i Balboa Insurance Company, the corporation that executed the within instrument, and acknowledged to me
l th(a he subscribed the name o the Balboa Insurance Company thereto and his own name as Attorney -in -Fart.
REAL
PAME7CKMCX*C
J. SiRASSHNER ?i: .� /ir `::.. ! �, ;: A r
PYRi iC Cglli ORf;iq
Notary Public in and for the County of
IL0022Rrra �. ,, -... t Jec 13 leas ORANGE State of CALIFORNIA
4
*BALBOA INSURANCE COMPANY •
620 NEWPORT CENIER DRIVE, NEWPORT LEACH, CALIFORNIA 92660 j 2 ;)
GPA
POWER OF ATTORNEY VALID
GENERAL POWER OF ATTORNEY ONLY IF NUMBERED IN RED
Know All Men by These Presents, That BALBOA INSURANCE COMPANY, a corporation duly organized and existing
under the laws of the State of California, and having its principal office in Newport Beach, Orange County, California, does by
these presents make, constitute and appoint
JEAN PYLE
of Anaheim and State of California it, true and lawful Attornep(sl-im Fact, with lull
power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver— _ —__.., .--.._
CONTRACT BONDS (S -B -A. Guarantee Agreement) - $249,999 -99; LICENSE. & PERMIT
BONDS - $50,000.00; MISCELLANEOUS - $50,000.00; CONTRACT BONDS - $50,000.00;
COURT BONDS - $50.000.00: FIDUCIARY BONDS - $50,000.00
"THIS POWER OF ATTORNEY SHALL TERMINATE AND BE
OF NO FURTHER EFFECT AFTER DECEMBER 31, 1981"
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, scaled with the
corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said
Attorney(s) -in -Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted
by the Board of Directors of the Balboa Insurance Company at a meeting held on the 22nd day of March, 1962.
"Be It Resolved, that the President, any Vice - President, any Secretary or any Assistant Secretary shall be and is hereby
vested with full power and authority to appoint any one or more suitable persons as At torney(s) -in -Fact to represent and act for
and on behalf of the Company subject to the following provisions:
"Section L Attorney -in -Fact. Attorney -in -Fact may be given full power and authority for and in the name of and on
behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recogniaances, contracts, agreements of indemnity
and other conditional or obligatory undertakings and anv and ell notices and documents canceling or terminating the Company's
liability thereunder, and any such instrumems so executed by any such Attorney -in -Fact shall be binding upon the Company as if
signed by the President and sealed and attested by the Corporate Secretary."
In Witness Whereof; Balboa Insurance Company has caused these presents to be signed by its_ Senior
Vice President _ and its corporate seal to he hereto affixed this Sth _day of
January _- 19 81
NgURANdF
\ c
6�%ice BALBOA ll��klRAyY'CI~- CO'i1PANY
Qom, H'r, ,/
By -
tnccrrsra;ed -
State of California Fab. y 1c43 "
\ *�
County of Orange
On this Sth \ January A.D.. 19_81 before me personally came
William Palgu to me known, who, being by me duly sworn, did depose and say,
that he resides in Mission Viejo, California that he IS
Senior Vice President of BALBOA INSURANCE COMPANY, the company described in and which
executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is suds corporate
seal; that it was so affixed by order of the Board of Directors of said Compan i and that he signed his name they Ifs he like order.
A t :,R ST / ;Vutam Public
�L a83 �j3t
I, tire undersigned Secretary of Balboa Insurance Company, hereby certifv that the above and Ibregning is d full, true and
correct copy of the Original Power of Attorney issued by said Company, and do hereby further certifv that the said Power at
Attorney is still in force and effect.
And I do hereby further certify that the Certification of this Power of Attorney is signed and sealed b.% facsimile under
and by the authority of the following resolution adopted by the Board of Directors of the Balboa Insurance Company at a
meeting duly called and held on the 24th of March 1972, and that said resolution has not been amended of iepcalcd
"RESOLVED, that the signature of the Secretary or any Assistant Secretary of this Corpoi,oion, and the seal of
this Corporation, may be affixed or printed by facsimile to any certificate to a Power of Attorney of this Corporation, and
that such printed facsimile signature and seal shall be valid and binding upon this Corporation."
GIVEN under June d and the seal of said Company, at Newport Beach, California, this_ 9th day of
19
THIS POWER OF ATTORNEY EFFECTIVE ONLY
IF ATTACHED TO BOND NO. L05- 061726 -10
821E672
(J V Secre arii
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.
c 1981 WESTON CONTRACTORS CHRIS CHRISTIAN 213- 666 -2141
�s
1980 WOODLAND CONST. TIM CUTHERS ( 714- 761 -5528
1980 PACIFIC INLAND JACK VAUGHN 213- 943 -7132
1981 DYNAMIC BUILDERS DEKE 213- 746 -6630
S It4w)
A J06 �va�'�_ L� dc`s lti� t S A 6(fN e L,A-C. `,star Z
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 day of
lg
My commission expires:
Bidder
Authorized Signature /Title
tary Pu
• • 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.
Bidder
Authorized Signature /Title
0
NOTICE
The following are samples of contract documents which shall be
completed and executed by the successful bidder after he receives a
letter of award from the City of Newport Beach:
PAYMENT BOND (pages 9 & 10)
FAITHFUL PERFORMANCE BOND (pages 11 & 12)
CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13,14 & 15)
CONTRACT (pages 16 & 17)
Since the City of Newport Beach will not permit a substitute
format for these contract documents, bidders are advised to review
their content with bonding, .insuring and legal agents prior to sub-
mission of bid.
Page 8
All costs associated with the specifications of these contract
documents shall be absorbed in the bid. Such specifications shall
include those contained in (1) each contract document and (2) the
Standard Specifications for Public Works Construction (latest edition
adopted for use in the City of Newport Beach), except as supplemented
or modified by the Special Provisions for this project.
0 0 Page 9
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS., That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted
has awarded to
hereinafter designated as the "Principal ", a contract for
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
as Principal, and
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
Dollars ($ ),
said sum being one -half of the estimated amount payable by the City of Newport Beach
under the terms of the contract, for which payment well and truly. to be made we bind
ourselves, our heirs, executors and administrators, successors, or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or
his subcontractors, fail to pay for any materials, provisions, provender, or other
supplies or teams, used in, upon, for, or about the performance of the work contracted
to be done, or for any other work or labor thereon of any kind or for amounts due
under the Unemployment Insurance Code with respect to such work or labor, that the
Surety or Sureties will pay for the same,'in an amount not exceeding the sum specified
in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's
fee, to be fixed by the Court as required by the Provisions of Section 4204 of the
Government Code of the State of California.
This bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 3181 of the California Civil Code
so as to give a right of action to them or their assigns in any suit brought upon
Page 10
Payment Bond (Continued)
this bond, as required by the Provisions of Section 4205 of the Government Code of
the State of California.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or the specifications accompanying the same shall in
any wise affect its obligations on this bond, and it does hereby waive notice of any
such change, extension.of time, alterations or additions to the terms of the contract
or to the work or to the specifications,
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the day of 19
Approved as to form:
City Attorney
(Seal)
Name of Contractor Principal
Authorized Signature and Title
Authorized Signature and Title
(Seal)
Name of Surety
Address of Surety
Signature and Title of Authorized Agent
Address of Agent
Telephone No.. of Agent
i Page 11
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted
has awarded
hereinafter designated as the "Principal ", a contract for
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,
as Principal,
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
Dollars ($ ),
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors,, and assigns; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,
his or its heirs, executors, administrators, successors, or assigns, shall in all
things stand to and abide by, and well and truly keep and perform the covenants, con-
ditions, and agreements in the said contract and any alteration thereof made as therein
provided on his or their part, to be kept and performed at the time and in the manner
therein specified, and in all respects according to their true intent and meaning, and
shall indemnify and save harmless the City of Newport Beach, its officers and agents,
as therein stipulated, then this obligation shall become null and void; otherwise it
shall remain in full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
Faithful Performance Bond (Continued)
Page 12
of any such change, extension of time, alterations or additions to the terms of the
contract or to the work or to the specifications.,
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the day of , 19
Approved as to form:
City Attorney
(Seal)
Name of Contractor (Principal)
Authorized Signature and Title
Authorized Signature and Title
(Seal)
Name of Surety .
4 Address of Surety
Signature and Title of Authorized Agent
Address of Agent
Telephone No. of Agent
CERTIFICATE OF INSURANCE
City of Newport Beach Company
3300 Newport Boulevard Letter A
Newport Beach, CA 92663
NAME AND ADDRESS OF INSURED Lettery B
Lettery C
, _ D
Letter E
This is to certify that policies of insurance listed below have been is
above and are in force at this time, including.attached endorsement(s).
Page 13
COMPANY
Policy
Policy
LIMITS OF LIABILITY IN THOUSANDS
000
LETTER
TYPE OF INSURANCE
No.
Exp.
Date
ac
Occurrence
Aaareate
GENERAL LIABILITY
❑ Comprehensive Form
Bodily Injury
f
$
❑ Premises- Operations
O Explosion a Collapse Hazard
❑ Underground Hazard
Property Damge
$
$
0 Products /Completed - Operations
Hazard
Bodily Injury
[]Contractual Insurance
and Property
i
$
• Broad Form Property Damage
Damage Combined
• Independent Contractors
O Personal Injury
Personal Injury
$
0 Marine
p Aviation
AUTOMOTIVE LIABILITY
[]Comprehensive Form
Bodily Injur
Each Person
=
❑ Owned
y Injury
Each Occurrence
S
L3 Hired
\�
Pro ert Demo e
p Non -owned
\
\ \�
Y n ury and
Property Damage
$
'Combined
EXCESS
Cl Unbrella Form
C3 Other than Umbrella Form
Bodily Injury
and Property
Dams a Combined
$
$
K LK5' CUMPMAILUN
statutory
and
EMPLOYER'S LIABILITY
ac
Accident
NOTE: The Comprehensive General Liability or (and) Automotive Liability policy(s) is (are)
endorsed with the attached City of Newport Beach Endorsement(s).
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof, the Insurance Company affording coverage
shall provide 30 days' advance notice to the certificate holder by mail,
By Agency:
Authorized Representative Issued
Description of operations/locations/vehicles; All operations performed or the City or Newport
Beach by or on behalf of the named insured in connection with the following designated contract:
(Project title and contract .number)
NOTICE: This certificate or verification of nsurance 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 terns; exclusions and conditions of such policies. including attached endorsements.
CITY OF NEWPORT BEACH
AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
Page 14
With respect to such insurance as is afforded by the policy for Bodily Injury and
Property Damage Liability, the City of Newport Beach, its officers and employees are
additional insureds but only with respect to liability for damages arising out of
the ownership, maintenance or use of automobiles (or autos) used by or on behalf of
the named insured in connection with the contract designated below. The insurance
extended by this endorsement to said additional insured does not apply to bodily
injury or property damage arising out of automobiles (1) owned by or registered in
the name of an additional insured, or (2) leased or rented by an additional insured,
or (3) operated by an additional insured. The insurance afforded the additional
named insured(s) shall apply as primary insurance and no other insurance maintained.
by the City of Newport Beach will be called upon:to contribute with insurance
provided by this policy.
2, The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured
who is seeking coverage or against whom a claim is made or suit is brought.
except with respect to the limits of the Insurance Company's liability."
3. The limits of liability under this endorsement for the additional insureds named in
paragraph 1 of this endorsement shall be the limits indicated below for either Multi-
ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate
box.
( ) Multiple Limits
Bodily Injury Liability $ . each occurrence
Property Damage Liability f each occurrence
( ) Single Limit
Bodily Injury Liability ''S each occurrence
and
Property Damage Liability.
Combined
The limits of liability as stated in paragraph 3 of this endorsement shall not in=
crease the total liability of the Insurance Company for all damages as the result of
any one accident or occurrence in excess of the limits of Liability stated in the
policy as applicable to Automobile Liability Insurance.
4. Should the policy be cancelled or coverage reduced before the expiration date thereof..
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department.
5. Designated Contract:
(Project Title and contract
This endorsement is effective at 12:01 A.M. and forms a..part of
Policy No.
Named Insured Endorsement No.
Name of Insurance Company By
Authorized epresentaL ve .
• Page 15
CITY OF NEWPORT BEACH
COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
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- E - -- each occurrence
Property Damage Liability $ - each occurrence:
( ) Single Limit - -
.Bodily Injury Liability E each occurrence
and
Property Damage Liability _
Combined
The applicable limit of- the.lnsurance 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: - - -
Project Title and Contract . No.
This endorsement is effective at 12:01 A.M. and forms a part of -
Policy No. - -
Named Insured Endorsement No.
Name of Insurance Company By -
uthorized Representative
9 Page 16
CONTRACT
THIS AGREEMENT, entered into this day of 19
by and between the CITY OF NEWPORT BEACH, hereinafter "City,' a�—
, hereinafter "Contractor, "is made with
reference to the following facts:
(a) City has heretofore advertised for bids for the following
described public work:
Title of Project Contract No.
(b) Contractor has been determined by City to be the lowest responsi-
ble bidder on said public work, and Contractor's bid, and the compensation set
forth in this contract, is based upon a careful examination of all plans and
specifications by Contractor,
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall furnish all materials and.perform all of the work
for the construction of the following described public work:
Title of Project Contract No.
which project is more fully described in the contract documents. Contractor
shall perform and complete this work in a good and workmanlike manner, and in
accordance with all of the contract documents.
2. As full compensation for the performance and completion of thi
work as prescribed above, City shall pay to Contractor the sum of
This compensation includes 1 any loss or damage arising from t e nature of t e
work; (2) any loss or damage arising from any unforeseen difficulties or obstruc-
tions in the performance of the work; (3) any expense incurred as a result of any
suspension or discontinuance of the work; but excludes any loss resulting from
earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves,
and which loss or expense occurs prior to acceptance of the work by City.
3. All of the respective rights and obligations of City and Contractor
are set forth in the contract documents. The contract documents are incorporated
herein by reference as though set out in full and include the following:
(a) Notice Inviting Bids
MInstruction to Bidders and documents referenced therein
Payment Bond
d) Faithful Performance Bond
e) Certificate of Insurance and endorsement(s)
• • Page 17
(f) Plans and Special Provisions for
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
i
By Mayor
ATTEST:
City Clerk
CITY
APPROVED AS TO FORM:
City Attorney Contractor"
By
Its
By
Its
CONTRACTOR
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
TO
SPECIAL PROVISIONS
FOR
CONSTRUCTION OF PUMPER TEST PIT AT NEWPORT CENTER FIRE STATION
CONTRACT NO. 2069
Section
Page
I.
SCOPE OF WORK . . . . . . . . . . . . .
. . . . . 1
II.
SPECIAL CONDITIONS . . . . . . . . . .
. . . . . 1
III.
SAFETY ORDERS . . . . . . . . . . . . .
. . . . . 2
IV.
GUARANTEES . . . . . . . . . . . . . .
. . . . . 2
V.
TIME OF COMPLETION . . . . . . . . . .
. . . . . 2
V.I.
CONSTRUCTION SURVEY STAKING. . . . . .
. . . . . 2
VII.
SITE ACCESS AND WORK AREA. . . . . . .
. . . . . 2
VIII.
WATER . . . . . . . . . . . . . . . . .
. . . . . 2
IX.
SITE PREPARATION . . . . . . . . . . .
. . . . . 2
X.
SUBGRADE PREPARATION . . . . . . . . .
. . . . . 3
XI.
PUMPER TEST PIT. . . . . . . . .
. . . . . 3
A. GENERAL . . . . . . . . . . . . . .
. . . . . 3
B. FIELD PREPARATION . . . . . . . . .
. . . . . 3
C. LEAKAGE TEST . . . . . . . . . . .
. . . . . 3
D. DESIGN LOADS . . . . . . . . . . .
. . . . . 4
E. CONCRETE (PUMPER TEST•PIT. . . . .
. . . . . 4
F. REINFORCING STEEL.. . . . . . . . .
. . . . . 4
XII.
DRAINAGE IMPROVEMENTS . . . . . . . . .
. . . . . 4
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
CONSTRUCTION OF PUMPER TEST PIT
AT
NEWPORT CENTER FIRE STATION
CONTRACT NO. 2069
SCOPE OF WORK
SP 1 of 4
The work to be done under this contract consists of removal and disposal of
existing portland cement concrete pavement and native materials; construction
of a prefabricated underground concrete pumper test pit complete; construction
of a combination grate inlet and grease trap; construction of a 4 -inch A.C.P.
storm drain connecting the new outlet structure to an existing inlet structure;
backfilling the excavation with imported aggregate base; and the construction
of 8- inch -thick unreinforced concrete pavement overl2 inches of imported
aggregate base; and including furnishing all materials, labor, transportation
and miscellaneous items of work necessary to complete the project.
Incidental items of work include, but are not limited to layout, sawcutting,
protection of existing improvements, removal and disposal of excess excavated
material and concrete driveway. The contract does not call for any planting
or replacement of sprinklers.
The contract requires the contractor to furnish all labor, equipment, material,
transportation, and services necessary to complete all the work as shown on the
City of Newport Beach Drawing No. M- 5193 -S (Sheets 1 and 2) and in accordance
with these Special Provisions, the City's Standard Special Provisions and
Drawings, and the City's Standard Specifications.
The City's Standard Specifications are the Standard Specifications for Public
Works Construction, 1979 Edition. Copies may be purchased from Building News,
Inc., 3044 Overland Avenue, Los Angeles, California 90034, telephone (213)
870 -9871. Copies of the City's Standard Special Provisions and Drawings may
be purchased from the Public Works Department at a cost of $5.
II. SPECIAL CONDITIONS
The SPECIAL CONDITIONS contain additions to the Standard Specifications. In
the event of conflict between the Special Conditions and the Standard Specifi-
cations, the Special Conditions shall prevail.
1II. SAFETY ORDERS
• SP2of4
1
The contractor shall have at the work site, copies or suitable extracts of
Construction Safety Orders and General Industrial Safety Orders issued by the
State Division of Industrial Safety. He shall comply with the provisions of
these and all other applicable laws, ordinances and regulations.
IV. GUARANTEES
Besides guarantees required elsewhere, the contractor shall guarantee all work
for a period of one (1) year after the date of acceptance of the work by the
City; and shall repair and replace any such work, together with any other work
which may be displaced in so doing, that may prove defective in workmanship
and /or materials within the one- (1) year period from date of acceptance, with-
out any expense to the City, ordinary wear and tear and unusual abuse or neglect
excepted. In the event of failure by the contractor to comply with the above -
mentioned conditions after being notified in writing, the City is hereby author-
ized to have the defects required at the expense of the contractor, who hereby
agrees to pay the cost therefor.
V. TIME OF COMPLETION
The contractor shall begin work within ten (10) calendar days after the execu-
tion of contract by the City. All work shall be completed ninety (90) calendar
days after execution of contract by the City. The time slated for completion
shall include final clean -up of the premises.
VI. CONSTRUCTION SURVEY STAKING
Field surveys for control of all grading and construction shall be the responsi-
bility of the contractor. All such surveys, including construction staking
shall be under the supervision of a California licensed surveyor or civil engi-
neer. Staking shall be performed on all items ordinarily requiring grade and
alignment of intervals normally accepted by the agencies and trades involved.
Payment for construction survey staking shall be considered as included in the
various items of work, and no additional allowance will be made thereof.
VII. SITE ACCESS AND WORK AREA
Special attention is directed to Section 7 -B and 7 -9 of the Standard Specifica-
tions regarding site maintenance and protection of existing improvements.
VIII. WATER
The City will furnish water necessary to perform the contract at no cost to
the contractor.
IX. SITE PREPARATION
The contractor shall grade the site to the lines and grades shown on the plans.
Debris, vegetation, other deleterious materials, and non - organic debris or
concrete, etc., encountered during the grading operation shall be removed from
the site and disposed of in a legal manner.
0
• SP3of4
The lump sum price bid for site preparation shall include but not be limited
to the required unclassified excavation and fill necessary to bring the paved
areas to sub -grade elevation utilizing the material available on the site.
This item shall also include all costs involved with the removal and disposal
of debris, vegetation, other deleterious materials and non - organic debris or
concrete encountered in the grading operation.
X. SUBGRADE PREPARATION
The excavated and processed soils and other fill soils shall be replaced in
uniform lifts (6 -8 inches thick), cleansed of all vegetation or debris, brought
to approximate optimum moisture content and compacted to a minimum relative com-
paction of 95 percent of the laboratory standard. The laboratory standard is
ASTM D- 1557 -70, the 5 -layer method.
XI. PUMPER TEST PIT
A. GENERAL
All precast concrete vault sections will be manufactured in a plant
especially designed for the purpose. All work shall be done under strict
plant controlled supervision.
B. FIELD PREPARATION
The contractor shall prepare a hole large enough to accommodate the outside
dimensions of the vault as shown on the drawings. Prior to setting, the
contractor shall provide a minimum of six (6) inches of base material to
receive the vault. The base material shall be compacted and graded
level and at proper elevation.
Delivery of the vault will be made by manufacturer's boom - equipped
truck. Contractor shall provide sufficient labor to assist the carrier in
placing the units.
Sealants used between the joints of the vault are at the contractor's
option. If grout is used, it shall consist of two parts plaster sand to
one part cement with sufficient water added to make the grout flow under
its own weight. The grout shall be poured into a water soaked groove,
and filled to the top of groove in the previously set section. If mastic
joint compound or an approved equal is used, it shall be placed at the
bottom of the groove unless a double amount is to be used as a further
precaution against leakage. In this case, the mastic sealant shall be
placed on the two shoulders of the groove. If polyurethane or approved
equal is used, it shall be mixed at job site, as directed on the label,
and placed in the groove. The next section of vault shall be placed
while the foaming action is still in process.
C. LEAKAGE TEST
After the vault has been completed, a hydrostatic leakage shall be made.
The vault shall be filled with water to the top of the lowest.manhole
resulting in a hydrostatic head of about 4 feet above the highest point
in the vault.
• SP4of4
The hydrostatic leakage test shall be conducted for a period of not less
than 24 hours, during which time an accurate measure of the amount of water
required to maintain the water level shall be made. Any leakage developed
shall not exceed 375 gallons in 24 hours.
The Contractor shall at his expense furnish all materials and labor for the
test. Any leakage in excess of the allowable leakage shall be stopped in
a manner satisfactory to the City, and the test repeated until the total
leakage does not exceed the allowable leakage.
D. DESIGN LOADS
Design loads shall consist of dead load, live load, impact, and in addition,
loads due to water table, and any other loads which may be imposed upon the
structures.
Live loads shall be for H -20 and /or H- 20 -S16 per A.A.S.H.O. Standard Speci-
fications for Highway Bridges with revisions. Design wheel load shall be
16 kips. The live load shall be that loading which produces the maximum
shears and bending moments in the structure.
E. CONCRETE (PUMPER TEST PIT)
1. Aggregates. All aggregates, fine and coarse, shall conform to speci-
fications outlined by ASTM C- 33 -64. Aggregates shall be free of
deleterious substances causing reactivity with oxidized hydrogen
sulfide. Both types of aggregate shall be graded in a manner so as
to produce homogeneous concrete mix. All materials are to be ac-
curately weighted at a central batching facility for mixing.
2. Cement. All cement shall be Portland cement conforming to ASTM C150,
Type II. Cement content shall be sufficient to produce minimum
strength of 3,000 PSI, or other design strengths required.
3. Placing. All concrete shall be handled from the mixer or transport
vehicle to the place of final deposit in a continuous manner, as
rapidly as practicable, and without segregation or loss of ingredients,
until the approved unit operation is completed. Concrete shall be
placed in layers not over two (2) feet deep. Each layer shall be
compacted by mechanical internal or external vibrating equipment.
Duration of the vibration cycle shall be limited to the time neces-
sary to produce satisfactory consolidation without causing objection-
able segregation.
F. REINFORCING STEEL
All reinforcing steel, including welded wire mesh, shall be of the size
and in the location as shown on the plans. All reinforcing shall be suf-
ficiently tied to withstand any displacement during the pouring operation.
All bars shall be intermediate or hard -grade billet steel conforming to
ASTM A15. Bars other than 1/4" round, or smaller, shall be deformed in
accordance with ASTM A305.
XII. DRAINAGE IMPROVEMENTS
The work to be done under this item of work includes construction of a combina-
tion grate inlet and grease trap; construction of a 4 -inch diameter A.C.P. drain
line connecting the new inlet structure to an existing inlet structure and con-
necting the drain line to the existing drainage structure.
I
ri
rl
'1
0
Z
m
rn
Y
f
1.1
-i
� f•71 f 1 D
�1
Q
Y '
O
O
J
yl
i
y..
L
oil
RIOµ'a
-i
•�
r,
3
n
•
fJ
C
b_
'y
yy
ti
C�
Z
�J� X71
J
la,
'
S
<S
I I I
I I 1
I
�._ I
II V
Z
m
rn
Y
f
1.1
-i
� f•71 f 1 D
�1
Q
Y '
O
O
J
c
r.
rl
mn i
r I ii i i2
0
J
I
I
I
a
co 0 --1 —
.1
3p
ro
Jai
E,I
Ct)
JU
�k
a
co 0 --1 —
.1
e-� - -- -- May 11, 1981
CITY COUNCIL AGENDA
ITEM NO. F — / �
TO:; CITY, COUNCIL
FROM: Public Works Department
SUBJECT: CONSTRUCTION OF PUMPER TEST PIT AT NEWPORT CENTER FIRE STATION
(CONTRACT NO. 2069)
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for to be opened
at 3:00 P.M. on June 10, 1981.
DISCUSSION:
The 1980 -81 budget contains an appropriation of $50,000 from the
Building Excise Tax Fund to construct a pumper test pit at the Newport Center
Fire Station. The location is shown on the attached sketch.
The project consists of an underground, water - tight, pre -cast
concrete vault which will be used to test pumps on fire - fighting equipment
and to train fire - fighting personnel. The plans were prepared by the City,
based upon a design used by the City of Santa Ana. The estimated cost of
the pumper test pit is $45,000.
The estimated date of completion is September 11, 1981.
Benjamin B. Nolan
Public Works Director
KLP:jo
Att.
I
O O
:Z!��
pumpm. Tssr
PIT da
FIRE STATION
g
!4
�'110 +__' \
`►
i
I
0
oc
C�
THE NEWPORT ENSIGN
PROOF OF PUBLICATION
(2015.5 C.C.P.)
STATE OF CALIFORNIA,
County of Orange,
I am a citizen of the United States and a resident of the
County aforesaid; I am over the age of eighteen years,
and not a party to or interested in the above - entitled
matter. I am the principal clerk of the printer of the
Newport Harbor Ensign newspaper of general circula-
tion, printed and published weekly in the city of
Newport Beach, County of Orange, and which news-
paper has been adjudged a newspaper of general
circulation by the Superior Court of the County of Or-
ange, State of California, under the date of May 14,
1951, CASE NUMBER A -20178 that the notice, of
which the annexed is a printed copy (set in type not
smaller than nonpareil) has been published in each
regular and entire issue of said newspaper and not in
any supplement thereof on the following dates to -wit:
May13, 1981
I certify (or declare) under penalty of perjury that the
foregoing is true an1 orrect._ Dated at Newport
Beach, Cali rnia, this day of May
Signature
THE NEWPORT ENSIGN
2721 E. Coast Hwy., Corona del Mar, California 92625.
0
This space is for the County Clerk's Filing Stamp
A
Notice
Proof of Publication of
Bid #2069
PUBLIC NOTICE
NOTICE INVITING BWS
Sealed bide may be received at Na
office of the City Clark, 3300 Newport
Blvd., Newport Beach, CA 92553 until
3 p.m. on the I0N day of lone, 1951,
at which time such bids shall be opo.
ed and read for
CONSTRUCTION OF PUMPER
TEST PIT AT NEWPORT
CENTER FIRE STATION
Contract No. 2059
En9mea: a EetimaN $45,000
Approved by the City Council Nis
IIN day of May, '1981. Wands E.
Anderson, City Clerk.
ProRacuV. bidder. may obtem one
sal of bid documents at no cost at the
office of the Pubbn Works ppartmant,
3300 Newport Blyd., Newport Beach,
CA 92553.
For further information. call Kenneth
L. Parry, Project tyr f es, el
540.2281.
Publish: May 13, 1981 in The
Newport Evai9.. NE786
PROOF OF PUBLICATION 7 -400