Loading...
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