Loading...
HomeMy WebLinkAboutC-2666 - 1987-88 Water Main ReplacementAugust 1, 1988 R & L Sewers, Inc. 8815 E. Somerset Blvd. Paramount, CA 90004 Subject: Surety: Bonds No.: Contract No.: Project: Insurance Company of the West 02 33 24 C -2666 1987 -88 Water Main Replacement Program The City Council of Newport Beach on June 27, 1988 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice has been recorded in accordance with applicable sections of the Civil Code. The Notice was recorded by the Orange County Recorder on July 5, 1988, Reference No. 88- 320172. Sincerely, anda E. Raggio City Clerk WER:pm cc: Public Works Department ;:�� .. -;< <- -.::> .,, k' �''.�... �.:�_�:� �. .. �. .�:�:1�;. �' _..V `�.. ::" t• .. k '. 1. ' f'= ['� qFC PLEASE RETURN TO•��IFSTaNp City Clerk /Pryfj�ay City of Ne t #each 3300 Newport Blvd. ME 6103, klewport Beach, CA 92663 -3884 �32U'17 2 NOTIC COMP -"TION C -F ` EXEMPT NO CONSIDERATION PUBLIC F ''4 S RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY. CALIFORNIA . .290 PM JUL 5'� G Va.0. =a 1 o All Laborers and Material Men and to Every Other Person Interested: ---- - --- -- YEAH- lAF1LL-- i�LEASE-TpiiCElKf'��IFat on June , 27, 1988 the Public,Works project consisting of 1987 -88 Water Main Replacement Program (C -266 on which. R & L Sewers, Inc., was the contractor, and Insura was the surety, was completed. I, the undersigned, say: 15 E. g4ftrset Blvd., Paran e Company'iff the West, P.O. VERIFICATION C I /T1�� OF NEWPORT BEACH Public Works Director . I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on June 29. 1988 at Newport Beach, California. Public W rks 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 June 27, 1988 . 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 June 29, 1988 at Newport Beach, California. PF City Clerk { µn : 44 .r <> 4 y C • ne 27, 1988 C TY COUNCIL AGENDA ITEM NO.—F-12 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ACCEPTANCE OF WATER MAIN REPLACEMENT PROGRAM, 1981 -88 BY THE CITY COUNCIL CONTRACT NO. 2666 CITY OF NEWPORT BEACH JUN 2 7 1988 RECOMMENDATION: APPROVED 1. Accept the work. 2. Authorize the City Clerk to -#ile a Notice of Completion. 3. Authorize the City Clerk to- release the bonds -35 days-after-the Notice of Completion has been recorded=in accordance with applicable portions of the Civil Code. DISCUSSION: The contract for the construction of the subject project has been completed to the satisfaction of the Public Works Department. The bid price was $174,535.00 Amount of unit price items constructed 176,899.00 Amount of change orders 4,342.25 Total contract cost $181,241.25 Funds were budgeted in the Water Fund, Account No. 50- 9287 -001. The increase in the amount of the unit price items constructed was due to a revision in the quantity of fire hydrants installed. Three change orders were issued. The first, in the amount of $2,083.18, provided for relocation of a fire hydrant on Margaret Drive. The second, in the amount of $1,138.40, provided for cutting, removal and disposal of the existing pavement which was up to 7- inches thick rather than 3- inches as shown on the plans. The third, in the amount of $1,120.67, provided for additional potholing of the existing utilities and a change in the type of fittings used as requested by the Utilities Department. The contractor is R & L Sewers of Paramount. A sketch is attached showing the locations of the work. The contract date of completion was June 1, 1988. The work was completed 01941�� Benjamin B. Nolan Public Works Director BBN:sl Attachment 0 ♦N • 0 • 1 LF- -]I rl -. c: T W 4• 'rV<40 = F I. � .... 1... -.ter.. GM L.Im rift it ai t t AWit AYRkK Q I� yr \ N 1 ± Ilk, J 1 tl �-Lff • • • CIT )POF NEWPORT AACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 6443005 July 1,,1988 Oounty Fecorder's Office P.O. Box 238 Santa Ana, California 92702 Enclosed is the following documnt for recordation and return to the above -naca9d office: C -2586 (Sewer Main and Alley Replacement Program, 1987 -88) and C- 2666 (1987 -88 Water Main Replacement Program) Sincerely, • Wanda E. Raggio City Clerk 3300 Newport Boulevard, Newport Beach a �' ; -'M.n. .. V/ CITY OF NEWPORT BOX -1E 01 F THE CITY CLE 0. P. 11. ..W,F9RT REACH, CA 92658-8915 (7,14), 74 TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: March 9, 1988 SUBJECT: Contract No. C-2666 Description of Contract 1987-88 Water Main Replacement Program Effective date of Contract March 8, 1988 Authorized by Minute Action, approved on Contract with R & L Severs, Inc Address 8815 E.'Somerset Blvd. Paramount, CA 90004 Amount of Contract $174,535.00 " Wanda E. Reggio City Clerk WER:pm Attachment 3300 Newport B February 8, 1988 Beach A v CITY CLERK NOTICE INVITING BIDS n Of 1lle City J' Newport, Beach. CALM. on the 28tH day of Januar 1988 i bids s a be opened 51 " 7riadfor MAIN REPLACEMENT PROGRAM iiTie OT rrojecT. 2666 Contract No. $250,000 Engineer's Estimate I Approved by the.City.Council this 11th day of January 1988 Wanda E. Raggio City Cleft Prospective bidders may obtain one set of bid documents at no cost at the office of the Public.Works Department, 330.0 Newport.Boulevard, P. 0. Box 1768, Newport Beach, CA 92658-8915. For further information, call Stephen Luy at 644-3311. ---TFoject Manager ix -1 7 77 R t- s r WE � a x. y -1 t- r WE � a x. y i._ . = �.Y.RyL •. 1 —FT pa 1 1 — 44 i x�x a K ; To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, CA 92658 -8915 Gentlemen: CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL MATER MAIN REPLACEMENT PROGRAM CONTRACT NO. 2666 The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete this Contract No. 2470 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM QUANTITY — ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sun Mobilization and traffic control @ 'One- Thousand Dollars and No Cents $ 1,000.00 er Lump Sum 2. 6 Remove existing fire hydrant'assembly Each ­-- @ Five Hundred Dollars and No Cents S 500.00 S 3,000.00 Each 3. 7 Install new fire hydrant assembly Each including trench resurfacing @ Twenty -Three Hundred Dollars and No Cents $2,300.00 S 16,100.00 Each 4. 3,500 Install 6 -inch water main with trench Lineal Feet resurfacing @ Thirty -Three Dollars and Fifty Cents S 33.50 S 717,250.00 Per Lineal Foot ITEM QUANTITY ITEM DESCRIPTION ............. UNIT TOTAL NO. AND UNIT UNIT RICE WRITTEN IN WORDS PRICE PRICE 6.• 6 ReplaceTkisting service with 1 -inch : Each service including trench resurfacing @ Five Hundred Dollars and No Cents $ 500.00 S___3,00.00 Each 7. 54 Extend and reconnect existing service Each including trench resurfacing @ Five Hundred Dollars and No Cents $ 500.00 $ 27,000.00 Each 8. 43 Reconnect existing service Each ' y @ Ninety -Five Dollars and No Cents $ 95.00 $ 4,085.00 ac 9. Lump Sun Temporary bypass water system @ Fifteen Hundred Dollars and No Cents $ 1,500.00 Per Lump Sum 10. Lump Sun Pressure testing and disinfection @ Six Hundred Dollars and No Cents $ 600.00 Per Lump Sun TOTAL PRICE WRITTEN IN WORDS One Hundred Seventy -Four Thousand Five Hundred Thirty -Five Dollars N and No Cents January 28, 1988 Date (213) 531 -8335 Bidder's e epnone Number 289250 C42, C34, A Contractor's License Number and Classification S Ra hael Decker V' Authorized �gnature ,t e s $ 174,535.00 i 0 0 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 SUBCONTRACTORS) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. The City of Newport Beach will not permit a substitute format for the contract documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of 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. The estimated quantities indicated in the PROPOSAL Are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held respon- sible for bidder errors and omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For part- nerships, 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 contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. 289250 A- C34 -C42 ontr's Lic. No. & assi ication January 28, 1988 Date R & L SEWERS, INC. gi He- r S /Raphael Deckert, Vice - President Authorized Signature Title M 0 t 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. Subcontract Work Subcontractor Address 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. R & L SEWERS, INC. Bidder S/Ra hael Deckert Vice -Pr ei ut orize Signature t e dent il FOR ORIGINAL SEE CITY CLERK'S FILE COPY BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, R & L SEWERS, INC. Page 4 as bidder, and INSURANCE COMPANY OF THE WEST as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT OF THE TOTAL BID IN Dollars ($10% of Bid ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of WATER MAIN REPLACEMENTS PROGRAM 2666 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 to said City the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of contract documents for execution to the above bounden bidder by and from said City, then this obligation shall become null and void; othemise 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 individual, 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 26th day of January , 19 88 . (Attach acknowledgement of Attorney -in -Fact) S /Barbara J. Bender Notary Public Commission Expires: Jun 15, 1988 R & L SEWERS, INC. Bidder S /Raphael Dekert, Vice - President Authorized Signature/Title INSURANCE COMPANY OF THE WEST Surety By S /Owen M. Brown Title . Attorney= i n- Fact . 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 28th day of January , 19 88 . My commission expires: April 7, 1989 R & L SEWERS, INC, Bidder S /Raphael Deckert, Vice- President Authorized Signature /Title S /Caren Bauer Notary Public • - Z rays o 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 1987 L.A.C.F.C. 226 -4211 1987 Waterlines- Hawthorne Dale Netouri 970 -7955 1986 Waterlines- Hawthorne Dale Netouri 970 -7955 1987 Storm Drain, Water, Sewer Nelson & Belding Arnie Newlson 321 -6242 City of Santa Fe Srpings 1985 -86 -87 Sewer & Water R & L SEWERS INC. Bid er _�Raahael Deckert Vice - President ut orized Signature /Title Page 7 NOTICE The following are 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 8 & 9) FAITHFUL PERFORMANCE BOND (pages 10 & 11) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12, 13, 14) CONTRACT (pages 15 & 16) The City of Newport Beach will not permit a substitute format for these contract documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be (1) licensed to conduct business in California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Ke Ratin Guide: Pro ert - Casualt . Coverages shall be pr a or a P N URANCE Chet ed on the CERTIFICATE OF INSURANCE. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction (latest edition adopted or use in the City of Newport Beach , except as supplemented or modified by the Special Provisions for this project. `i a\ I BOND NO. 02 33 24 - - EXECTITED IN FOUR PARTS Prgn, *cnarge for this �. taGe $ond. �r 1 PAYMENT BOND .. a �} SLY - i KNOW ALL MEN BY THESE PRESENTS, That EREAS, the City Council of the City of Newport Beach, State of California, by motion adopted February 8. 1988 has awarded to R 6 L SEWERS, INC. 1; hereinafter designated as the "Principal°, a contract for 1987-88 WATER a� r4 .... MAIN REPLACEMENT PROGRAM (C -2666) Page 8 .in the City of Newport Beach, in strict conformity with the Drawings and Specifications . and other contract documents on file in the office of the City Clerk of the City of 'Newport Beach- 1.4 ,:WHEREAS,`said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract,, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, " provisions, or other supplies used in, upon, for, or about the performance of. the work agreed to be done, or for any work or labor done thereon of pny kind, the Surety on this bond will pay the same to the extent hereinafter set forth: W, THEREFORE, We R3 T Sgftiis n Y,; is Principal, and -INST)RANCk "COMPANY OF THE WEST as Surety, are held firmly bound unto the City of Newport Beach, in the sum of y / p. {JtiE' H`UNDREb SEVENTY FOUR THOUSAND, ,FIVE HUNDRED THIRTY -FTYVp1lar'SI�$tS174,535.0o ), said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly 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, or other supplies, 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 Unemploy- ment 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 325O.of the Civil Code of the State of California. The 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 .... -.: a,� ,� , - i 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 addition$ 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. w *' IN WITNESS WHEREOF, this instrument has been duly executed by the PrinciW. and Surety above named, on the 19th day of FEBRUARY R & It' SEWERS Sewl - Tame of for rincipal etas { 3" [ thor Signature and Title Authorized gnature and Title V INSURANCE COMPANY OF THE WEST (Seal) Name of Surety PO BOX 2039, TUSTIN, C 92680 Address Sig;fature-and Title of ut orized gent` OWEN N. BROWN, ATTORNEY— IN—FAC.'' 281 N. RAMPART DR UNIT D, ORANL,E' CA. 92 8 ' Address o gent , 714 634 -1081 elephone No. of Agent n /ly�i �� /' `+l Y iL _ ^� I. i '/. �/ _ %�_ � l �Ti� �1�� '•�h1fAM1� n •�y��.� Ir""" "��..- ....:. 1 .' 1 � ' �i / _ I v^ `_� J p• ... yi i a S n N ,m Z Q 0 J Q U LL O 111 Q F N m _> W mg o 'c 'o I U W N O m m « L C_ ~ - O N C a m W � w a � c 0. i r c c Z 1 � m i CL M y m 0 3 m i LL O } z O�' 0 > m `O m E E 0 m O c ; o Y � « a m L C w ° da c = Eo •� m 3' C E ° c o ° � � m m L m V c p k O 4 m ✓ m 0 sag= O m C U m E m r m o n m m O c c L o YOa Y ?— o U m � m 9 LL z� 5� a w w 0 9 .0 m M L A m N N O z a v c v c L E o ..m a 00 E c O O c 'o > O f7Q� < a cc z N PICO» 1� sa V _ Lam= "'QJ Gm W< i g o � 2 m Y 0 C n n u 3 u INSURAi�CE COMPANY OF THI WEST HOME OFFICE: SAN DIEGO, CALIFORNIA Certified Copy of POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the Insurance Company of the West, a Corporation duly authorized and existing under the laws of the State of California and having its principal office in the City of San Diego, California, does hereby nominate, constitute and appoint: OWEN M. BROWN Its true and lawful Attorney (s)4n-Fact, with full power and authority hereby conferred In Its name, place and stead, to execute, seal, acknowledge and deliver any and all bonds, undertakings, recognizances or other written obligations In the nature thereof. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Insurance Company of the West at a meeting duly called and held on the Sixth day of February, 1973, which said Resolution has not been amended or rescinded and of which the following is a true, full, and complete copy: "RESOLVED: That the President or Secretary may from time to time appoint Attorneys -In -Fact to represent and act for and on behalf of the Company, and either the President or Secretary, the Board of Directors or Executive Committee may at any time remove such Attorneys -in -Fact and revoke the Power of Attorney given him or her; and be it further "RESOLVED: That the Attorney -in -fact may be given full power to execute for and in the name of and on behalf of the Company any and all bonds and undertakings as the business of the Company may require, and any such bonds or undertakings executed by. any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Secretary." IN WITNESS WHEREOF, Insurance Company of the West has caused its official seal to be hereunto affixed and these presents to be signed by Its duly authorized officers this 16TH DAY OF APRIL 1986 wMrANr¢ INSURANCE COMPANY OF THE WEST �allr0ala� President STATE OF CALIFORNIA SS: COUNTY OF SAN DIEGO On this 16TH DAY OF APRIL 1986 before the subscriber, a Notary Public of the State of California, in and for the County of San Diego, duly commissioned and qualified, came ERNEST RADY, President of INSURANCE COMPANY OF THE WEST, to me personally known to be the individual and officer described in and who executed the preceding Instrument, and he acknow- ledged the execution of the same, and being by me duly sworn, deposeth and salth, that he is the said officer of the Corporation aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of the said Corporation, and that the said Corporate Seal and his signature as such officer were duly affixed and subscribed to the said Instrument by the authority and direction of the said Corporation, IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of San Diego, the day and year first above written. r aFKx am a, MORMA PORTER , qqqq,/ �• ,'u NOIART PUBUC•CAUFORNM /Gt..LC/ u, �auvw Omw In aan DNp COUntr Notary Public f •r Commiuica E•a lsa. a. 1986 AVSFNK STATE OF CALIFORNIA 55: COUNTY OF SAN DIEGO I, the undersigned, Richard S. King, Secretary of the Insurance Company of the West, do hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect, and has not been revoked. IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the Corporate Seal of the Corporation, this 19th day of FEBRUARY 19 88. ICW CAL 37 (REV. 5192) 0 SK ry BOND NO. 02 33 24 E%ECUTED'IN FOUR PARTS • • Page 10 ,P�REF4I�JM: $3,618.00 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 February 8, 1988 has awarded to R & L SEWERS, INC. hereinafter designated as the "Principal ", a contract for MAIN REPLACEMENT PROGRAM (C -2666 1987 -88 WATER 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 furnishiin� o SI PRpd for the faithful performance of said contract; NOW, THEREFORE, We, R & L SEWERS as Principal, and INSURANCE COMPANY OF THE WEST as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of ONE HUNDRED SEVENTY -FOUR THOUSAND, FIVE THOUSAND THIRTY -FI Uoll sa O/ 1QOtn8174,535.00 said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly 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 11 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 19th day of FEBRUARY , 1988 a Authorized Signature and Title INSURANCE COMPANY OF THE WEST (Seal) Name of Surety PO BOX 2039, TUSTIN, CA. 92680 Address of S et Signtarfure 5nd Ti of Authorized Agent OWEN M. BROWN, ATTORNEY -IN -FACT 281 N. RAMPART DR. UNIT D, ORANGE, CA. 92668 Address of Agent 714 634 -1081 Telephone No. of Agent m g. A ir E m K 0 ODc "o w W C1 cow 'a m 3 > N m m « L • O w N � a 6 a •` W u O � � 1 v m C Z ow M M _ m « » m d m O m N N Q w Z z c. O 0 LL. J Q U t1 U. O O > w f- Z y7 a` 0 m E e �z« m » „ a m m ° o E e . Y L G m V t5 E o• m m C O r 9 m m L j C p M O a 0 m y C U M � E o u m a « m O c C L w O O m L m a c m g >— o U m m C C U « O m m m n m c a 0 a w w w 0 V HIa a » 1 u L _ r 1 ym U N 0 Z v c 9 c L E a) » vro 'E C Of O C "L) C7 Gf m s r a » u' 3 INSUPACE COMPANY OF TA WEST HOME OFFICE: SAN DIEGO, CALIFORNIA Certified Copy of POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the Insurance Company of the West, a Corporation duly authorized and existing under the laws of the State of California and having its principal office In the City of San Diego, California, does hereby nominate, constitute and appoint: OWEN M. BROWN its true and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred In Its name, place and stead, to execute, seal, acknowledge and deliver any and all bonds, undertakings, recognizances or other written obligations in the nature thereof. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Insurance Company of the West at a meeting duly called and held on the Sixth day of February, 1973, which said Resolution has not been amended or rescinded and of which the following is a true, full, and complete copy: "RESOLVED: That the President or Secretary may from time to time appoint Attorneys -In -Fact to represent and act for and on behalf of the Company, and either the President or Secretary, the Board of Directors or Executive Committee may at any time remove such Attorneys -in -Fact and revoke the Power of Attorney given him or her; and be it further "RESOLVED: That the Attorney -in -fact may be given full power to execute for and in the name of and on behalf of the Company any and all bonds and undertakings as the business of the Company may require, and any such bonds or undertakings executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Secretary." IN WITNESS WHEREOF, Insurance Company of the West has caused its official seal to be hereunto affixed and these presents to be signed by Its duly authorized officers this 16TH DAY OF APRIL 1986 3`ry,�MPAar� INSURANCE COMPANY OF THE WEST s oal�� President STATE OF CALIFORNIA SS: COUNTY OF SAN DIEGO On this 16TH DAY OF APRIL 1986 before the subscriber, a Notary Public of the State of California, In and for the County of San Diego, duly commissioned and qualified, came ERNEST RADY, President of INSURANCE COMPANY OF THE WEST, tome personally known to be the Individual and officer described in and who executed the preceding instrument, and he acknow- ledged the execution of the same. and being by me duly sworn, deposeth and saith, that he is the said officer of the Corporation aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of the said Corporation, and that the said Corporate Seal and his signature as such officer were duly affixed and subscribed to the said Instrument by the authority and direction of the said Corporation, IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of San Diego, the day and year first above written. S 'ATE OFCALIFORNIA SS: COUNTY OF SAN DIEGO 7 112136,42 7 Notary Public I, the undersigned, Richard S. King, Secretary of the Insurance Company of the West, do hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is In full force and effect, and has not been revoked. IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the Corporate Seal of the Corporation, this 19th day of FEBRUARY 19 88. cAM'PANrq' . ,FtAs,mVr��f:. f ICW CAL 37 (REV. 5182) �auroeta� OMMAL SM j a MORMA PORTER o`,'` - ✓�'y'�i�,. NOIART PUBLIC- CALIFORNIA FPW** Oeiw in San Maas, Coup" *' M/sFNih f ^r Commission Esp. Jan. 8. 1988 S 'ATE OFCALIFORNIA SS: COUNTY OF SAN DIEGO 7 112136,42 7 Notary Public I, the undersigned, Richard S. King, Secretary of the Insurance Company of the West, do hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is In full force and effect, and has not been revoked. IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the Corporate Seal of the Corporation, this 19th day of FEBRUARY 19 88. cAM'PANrq' . ,FtAs,mVr��f:. f ICW CAL 37 (REV. 5182) �auroeta� . RTIFICATE OF INSURANCE � Page 12 City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92563 I 'd; AND ADDRESS OF INSURED R & L SEWERS, INC. 8815 Somerset Blvd. Paramount, CA 90004 URANCE COMPANIES AFFORDING COVERAGES Company A Letter Bankers Standard Ins. Co. company B Letter Company C Letter Company D Letter Company E 1 attar is is to certify that policies of insurance listed below have been issued to the insured named ove and are in force at this time, including attached endorsement(s). )TE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. ',NCEL!_ATION: 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 City of Newport Beach by ! registered mail, attention: Public Works Department. i 'ate Wutnoriz d lepresentative Febr ar 25, 1988 Agency: H.W.JORDAN & ASSOCIATES Telephone 213- 434 -9991 :ascription of operations /locations /vehicles: All operations performed for the City of Newport each by or on behalf of the named insured in connection with the following designated contract: 1987 -88 WATER MAIN REPLACEME T C -2 Project Title and Contract Number OTICE: 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. Policy LIMITS OF LIABILITY IN THOUSANDS 000 .. MPANY TTER TYPES OF INSURANCE COVERAGE REQUIRED Policy No. Exp. Date g. ro ucts Each Completed Occurrence Operations A GENERAL LIABILITY 7x Comprehensive Form r. Premises - Operations )182549 55 3 -1 -89 Bodily Injury Property Damage $ $ $ . $ Explosion & Collapse Hazard x, Underground Hazard xx Products /Completed Operations Bodily Injury Hazard and Property ❑ Contractual Insurance rx-1 Broad Form Property Damage Damage Combined $1,000, $ 1,000, x Independent Contractors x Personal Injury Marine Aviation Personal Injury $ 1,000, AUTOMOTIVE LIABILITY A lL Comprehensive Form ❑ Owned D18254 55 3 -1 -89 Bodily Injury (Each Person $ $ Bo i y Injury (Each Occurrence) Hired Pro art Dama e $ 0 Non -owned Bodily Injury and Property Damage Combined $ 600, EXCESS LIABILITY ❑ Umbrella Form Bodily injury ❑ Other than Umbrella Form and Property Damage Combined $ $ WORKERS' COMPENSATION Statutory anal ach EMPLOYER'S LIABILITY Accident) )TE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. ',NCEL!_ATION: 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 City of Newport Beach by ! registered mail, attention: Public Works Department. i 'ate Wutnoriz d lepresentative Febr ar 25, 1988 Agency: H.W.JORDAN & ASSOCIATES Telephone 213- 434 -9991 :ascription of operations /locations /vehicles: All operations performed for the City of Newport each by or on behalf of the named insured in connection with the following designated contract: 1987 -88 WATER MAIN REPLACEME T C -2 Project Title and Contract Number OTICE: 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. • — Page 13 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 additi.onal -tamed 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 each occurrence each occurrence Bodily Injury Liability $ 600,000 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: 1987 -88 WATER MAIN REPLACEMENT PROG Project Title and Contra This endorsement is effective R_I_gR at 12:01 A.M. and forms a part of Policy No. X8254956 Named Insured R & L SEWERS INC. Endorsement No. Name of Insurance .Company Bankers Standard Ins.Co.BY A t rize epresentative • CITY OF NEWPORT EEACH • COMPREHENSIVE GENERAL LIABILITY INS'URAN'CE ENDORSEMENT it is agreed that: U a ge 1.4 7, <ith respect to such insurance as is afforded by the policy for Comprehensive General Lability, 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 of the named insured in connection with the contract designated below or acts and omissions of thelCity 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. lie 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 nold 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. a. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability ( � Single Limit occurrence $ each occurrence Bodily Injury Liability $ and Property Damage Liability Combined 1,000,000 each occurrence 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 endcrsement 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 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: 1987 -88 WATER MAIN REPLACEMENT PROGRAM (C -2666 ro.iect Title and Contra This endorsement is effective 3 -1 -88 at 12:01 A.M. and forms a part of Policy No. D18254955 Named Insured R & L SEWERS, INC. Endorsement No. 2 Name of insurance Company Bankers Standard Ins.Cay A rized oreseliltati ve Page 15 CONTRACT THIS AGREEMENT, entered into this day of 19 by and between the CITY OF NEWPORT BEACH; hereinafter "City," and R & L SEWERS, INC. , hereinafter "Contractor, "is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: 1987 -88 WATER MAIN REPLACEMENT PROGRAM C -2666 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: 1987 -88 WATER MAIN REPLACEMENT PROGRAM C -2666 Title of Project ontract 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 One Hundred Seventy -Four Thousand, Five Hundred Thirty -Five dollars /no cents ($ 174,535.00 This compensation includes 1 any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or 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 16 f) Plans and Special Provisions for 1987 -88 WATER MAIN iizie OT Project (g) This Contract. Contract No. 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 proximately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. C Q ATTEST: J City Clerc APPROVED AS TO FORM: CITY lkcs�-L� R & L $ RS INC. City Attorney Name ofd ntractor (P ncipa zed Signature and Title Authorized Signature and Title CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS WATER MAIN REPLACEMENT PROGRAM CONTRACT NO. 2666 I. SCOPE OF WORK SP l of 6 The work to be done under this contract consists of removing and replacing existing water main; adjusting existing City -owned utility frames and covers to finished grade; and other incidental items of work. All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions, (2) the Plans (Drawing No. W- 5174 -S, (3) the City's Standard Special Provisions and Standard Drawings for Public Works Contruction, 1985 Edition, and the Standard Specifications for Public Works Construction, 1985 Edition, including 9 supplements. opies o the tan ar Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. A copy of the Standard Special Provisions and Standard Drawings may be purchased at the Engineer's office for $5. Copies of the Standard Specifications may be purchased at Building News, Inc., 3055 Overland Avenue, Los Angeles, CA 90034. II. CLASSIFICATION OF CONTRACTOR'S LICENSE At the time of the award, the Contractor shall possess a General Engineering Contractor A License or a Pipeline Specialty Contractor C -34 License. III. AWARD AND EXECUTION OF THE CONTRACT The award of the contract is anticipated to occur on February 8, 1988. IV. TIME OF COMPLETION AND WORK SCHEDULE A. All work under this contract shall be completed by June 1, 1988. B. The Contractor's schedule shall consider the phasing of water main construction, testing, disinfection, and connection to the existing system. The Contractor shall use the following guidelines in establishing this schedule: 1. No connections to existing water mains will be permitted until the new main has satisfactorily passed the hydrostatic test and has been disinfected. 0 SP2of 6 2. Hydrostatic pressure testing will be permitted against new valves. The test pressure shall be 175 PSI. Any temporary bulkheads for thrust resistance will be the responsibility of the contractor. 3. Cutting -in of new water mains shall be done at times resulting in the least disruption to water service. Shutdowns to residences of up to four hours during the day will be permitted and will not require bypass. Operations requiring a longer shutdown period will require a temporary bypass. The Contractor shall notify the City's Utilities Superintendent, Mr. Gil Gomez, (714) 644 -3011, at least 48 hours in advance of the need to shut down or connect to any existing water mains. No shutdown will be allowed on Fridays, Saturdays, Sundays, holidays or after 12:00 noon. The Contractor shall not operate existing water valves except in cases of extreme emergency. It will be the Contractor's responsibility to ensure the availability of all materials prior to the start of work. Unavailability of materials will not be sufficient reason to grant the Contractor an extention of time. The intent of this section of the Special Provisions is to emphasize to the Contractor the importance of prosecuting the construction in an orderly, preplanned, continuous fashion, so as to minimize the inconvenience to residents and businesses. V. PAYMENT The unit or lump sum price bid for each item of work shown on the Proposal shall be considered as full compensation for all labor, equipment, materials, and all other things necessary to complete the work in place, and no additional allowance will be made therefor. SP 3 of 6 Payment for incidental items of work not separately provided for in the proposal shall be included in the unit price bid for each item of work. Partial payments for Bid Item No. 1 shall be made in accordance with Section 10264 of the California Public Contract Code. VI. NOTICE TO RESIDENTS AND "NO PARKING" SIGNS A. Notice to Residents Forty -eight (48) hours before restricting vehicular access to garages or parking spaces, the Contractor shall distribute to each affected address a written notice stating when construction operations will start and approximately when vehicular accessibility will be restored. Twenty -four (24) hours before shutting off water service, the Contractor shall distribute to each affected address, as determined by the Engineer, a separate written notice stating the date and time the dater will be shut off and approximate time the water will be turned back on. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates at the time he distributes the notice. Errors in distribution, false starts, acts of God, strikes and other alterations of the schedule will require Contractor renotification using an explanatory letter furnished by the Engineer. B. "NO PARKING" Siqns The Contractor shall furnish, install, and maintain in place "NO PARKING" signs (even if streets have posted "NO PARKING" signs) which he shall post at least 40 hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division, at (714) 644 -3742, for verification of posting at least 40 hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12 inches wide and 18 inches high; and (3) be similar in design and color to sign number R -38 on the CalTrans Uniform Sign Chart. The Contractor shall print the hours, day and date of closure in 2- inch -high letters and numbers. A sample of the completed sign shall be approved by the Engineer prior to posting. SP 4 of 6 C. Street Sweeping Signs The Contractor shall bag or cover street sweeping signs on those streets adjacent to the construction site in a manner approved by the Engineer, after posting "NO PARKING" signs. All street sweeping signs shall be uncovered immediately after completion of work and upon removal of all "NO PARKING" signs. D. Access Vehicular and pedestrian access shall be maintained at all times to residences adjacent to the project area; however, where conditions preclude such access for reasonable periods of time (as determined by the Engineer), access shall be restored at the end of each work day. The City can provide, free of charge, a limited quantity of 1"- thick, 5'x10' steel plates. These plates may be obtained from and shall be returned to the City's Corporation Yard at 592 Superior Avenue. To determine the number of plates available and to reserve the plates, the Contractor must call Mr. Gil Gomez, Utilities Superintendent, at (714) 644 -3011. The Contractor shall reimburse the City for all plates damaged or borrowed and not returned. VII. CONTRUCTION SURVEY STAKING Field staking for control of construction will be provided by the Engineer. VIII. WATER If the Contractor desires to use City's water, he shall arrange for a meter and tender a $500 meter deposit with the City. Upon return of the meter in good condition to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage. IX. WATER SERVICE Water service shall be maintained at all times to residences except as permitted in Section III. The Contractor's methods of providing such continuous service shall be approved by the Engineer prior to construction. • • SPSof 6 X. TEMPORARY BYPASS WATER SYSTEM The Contractor may obtain, at no cost, a temporary bypass water system for use on this project. The Contractor shall make arrangements to obtain the bypass from Mr. Gil Gomez, Utilities Superintendent, at (714) 644 -3011. The Contractor shall be responsible for transport to and from the jobsite and for application at the jobsite. The Contractor shall reimburse the City for all materials damaged or borrowed and not returned. XI. CONSTRUCTION DETAILS A. Materials The Contractor shall use asbestos cement pipe materials at all locations. 1. Pipe and Fittings Water pipe and fittings shall conform to Section 207 -7 of the Standard Specifications. 2. A.C.P. Installation A.C.P. laying shall be performed in accordance with the recom- mendations of the manufacturer as described in the most recent publication of "Installation Guide ", Transite Ring -Tite Pressure Pipe" published by Johns - Manville Corporation. Care shall be used to prevent damage in handling, moving and placing the pipe. It shall not be dropped, dragged, nor handled in such a manner as to cause scratches, bruises, cracks or chips. Power driven saws with abrasive discs shall be not be used for dry cutting or beveling asbestos cement pipe. Asbestos cement chips and cuttings from the field operations shall be disposed of in a manner that will not contribute airborne asbestos dust to the atmosphere. Loose material shall never be dry swept. Water or other dust suppressants shall be applied in those circumstances where sweeping is unavoidable. B. Water Meter Boxes The Contractor shall salvage and reset existing concrete meter boxes. The City shall furnish to the Contractor, at no cost, meter boxes to replace those boxes which the Contractor and the Engineer determine to be substandard or broken prior to construction. SP 6 of 6 Meter boxes provided by the City shall be picked up by the Contractor at the City's Utilities Yard at 949 West 16th Street. Boxes broken during the course of construction shall be replaced by the Contractor at his sole expense. C. Water Main Abandonment Water main abandonment shall include the following: 1. Removal and disposal of existing water valve frames and covers, backfilling void with sand, and placing resurfacing over the removal area per Std. - 105 -L. 2. Abandoned pipe openings shall be plugged with 4 inches minimum Class E mortar. 3. All water valves to be abandoned shall be left with the value set in the open position, unless otherwise indicated. D. Temporary Resurfacing Paragraph 4, Section 306 - 1.5.1, "Temporary Resurfacing" of the Standard Specifications shall be deleted and the following added: The cost of furnishing, placing, maintaining, removing and disposing of temporary resurfacing shall be included in the unit costs to install the water main and laterals with trench resurfacing. Temporary resurfacing shall be 2" in thickness, and is required over all excavated pavement areas. E. Water Meters The Contractor shall salvage and return any water meters to be replaced to the Utilities yard at 949 West 16th Street. The City shall furnish new water meters to the Contractor for installation on the job site. J t S U L 7 O N N y U O U== O ro Y Y U r Y C ; 4- i•r •r O O r T (0•r 6JrY rod U 9 i J ro N 0 3 yri0 L 7 d Y Y N r L N C r Y 4- C •r •r ° 3 to 4- O O rt3 N U n Nv u cn v c c yy w ro O 7 ro •r N Y d O 41 C i V U •r G/ O L u N V U W V) a c a d 0 Y 4- a w N C i i o a o 0 o c c r T r N O C N U rr O C C C o o E � d ro•N CL N •r O T c > U y i O Lfl}l y N > E n L N 4- v N4- L O O/ v L- Yd yy L 7 L L N= q W Y C N v L L 30 U A u U > Y r i C O C +L O ro i O V4--a mu J PRODUCER OWEN M. BROWN INSURANCE PO BOX 8599 ANAHEIM, CA. 92802 INSURED R & L SEWERS 8815 E. SOMMERSET BLVD. PARAMOUNT, CA. 90723 I ► t�l•1><?'.I ► L7 2 -19 -88 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY A LETTER COMPANY LETTER B COMPANY LETTER C RELIANCE INSURANCE COMPANY COMPANY LETTER COMPANY E LETTER THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI- TIONS OF SUCH POLICIES. CO LTR TYPE OF INSURANCE POLICY NUMBER =OUCY EFFECTIVE DA -E immm m POLICY EXPIRATION DATE (MWDDNY) LIABILITY LIMITS IN THOUSANDS EACH OCCURRENCE AGGREGATE GENERAL LIABILITY BODILY COMPREHENSIVE FORM INJURY $ $ PROPERTY DAMAGE $ $ PREMISES /OPERATIONS UNDERGROUND EXPLOSION 8 COLLAPSE HAZARD PRODUCTS/COMPLETED OPERATIONS CONTRACTUAL 81 & PO COMBINED `$ $ INDEPENDENT CONTRACTORS BROAD FORM PROPERTY DAMAGE PERSONAL INJURY PERSONAL INJURY $ AUTOMOBILE LIABILITY BWRY ANY AUTO NIIJflY {PEA ffESp'f� $ ALL OWNED AUTOS (PRIV. PASS.) eoolu' ALL OWNED AUTOS ( OTHER PRIV. PASS THATHAN ) IMUflY IRS AMN14r� $ HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE $ GARAGE LIABILITY B1 s PO COMBINED $ EXCESS LIABILITY UMBRELLA FORM BI 8 PO COMBINED $ $ OTHER THAN UMBRELLA FORM STATUTORY WORKERS' COMPENSATION $ (EACH ACCIDENT) AND LI) $ (DISEASE POLICY MIT C EMPLOYERS' LIABILITY WC 030 25 58 4 -1•-87 4 -1 -88 $ LISEASE EACH EMPLOYEE). OTHER X XXXXXXX THIS IS TO C RTIFY THAT WE HAVE ISS D A VALID RKER'S COMPENSATION POLICY IN A FORM APPROVED B THE CALIFORNIA INSURAN E COMMISSIO TO THE EMP DYER NAMED ABOVE DESCRIPTIOFT -OF OPERATUNSIUCArMSNERICLETSPEC JAL ITEMS JOB; 1987 -88 WATER MAIN REPLACEMENT PROGRAM (C -2666) CITY OF NEWPORT BEACH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ffNCH xeWLXDOC PO BOX 1768 MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, IfRUQF79i1m L71NNCEH1tOf00lOAR3♦ACItlR9C NEWPORT BEACH, CA. 92658 -8915 �2iMP4Pf➢fS __ - 0 March 3, 1988 TO: CITY CLERK FROM: Public Works Department 0 SUBJECT: 1987 -88 WATER MAIN REPLACEMENT PROGRAM (C -2666) Attached are forms of the subject contract documents. Please have them executed on behalf of the City, retain your copy and return the other copies to this department. �� Stephen J. Luy Project Engineer SJLlcic Att. wl • raj) February 8, 1988 CITY COUNCIL AGENDA ITEM N0. F -3 -(b) B.A. NO. 062 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: WATER MAIN REPLACEMENT PROGRAM 1978 -88 (C -2666) RECOMMENDATION: BY THE CITY COUNCIL CITY Of NEWPORT BEACH "i 1JI 1. Award Contract No. 2666 to R & L Sewers Inc. for the total price of $174,535, and authorize the Mayor and the City Clerk to execute the contract. 2. Adopt a budget amendment transferring $49,930.78 from the appropriation for MWD Connection in Corona del Mar. DISCUSSION: At 11:00 a.m. on January 28, 1988, the City Clerk opened and read the following bids for this project. •The low bid is 30% below the Engineer's estimate of $250,000. The disparity between estimated and bid amounts is attributed to an intense competition among pipeline contractors. R & L Sewers Inc., the low bidder, has not performed previous contract work for the City. However, a check with their experience references and the State Contractors' License Board has indicated that R & L Sewers Inc. (1) has successfully completed projects for other Southern California agencies, and (2) has sustained no actions detrimental to their contractor's licenses. Bidder Total Price Low R & L Sewers, Inc. $174,535.00 2 P & J Utility Co. 175,500.00 3 Elser Constructors 183,400.00 4 George Dakovich & Son 189,600.00 5 Jana Contracting Corp 192,300.00 6 Hemet Pipeline Inc. 197,604.75 7 Simich Construction Co. 202,800.00 8 John T. Malloy 205,250.00 9 Spear Pipeline Construction 216,360.00 10 Duffy Construction Co. 232,880.00 11 Barron & Eckhart 234,900.00 12 G. R. McKervey,Inc. 248,551.00 13 Bobco Construction Co.,Inc. 250,180.00 14 Savala Construction Co. 252,224.00 15 Channel Constructors,Inc. 277,070.00* *Corrected Total Price is $262,070.00 •The low bid is 30% below the Engineer's estimate of $250,000. The disparity between estimated and bid amounts is attributed to an intense competition among pipeline contractors. R & L Sewers Inc., the low bidder, has not performed previous contract work for the City. However, a check with their experience references and the State Contractors' License Board has indicated that R & L Sewers Inc. (1) has successfully completed projects for other Southern California agencies, and (2) has sustained no actions detrimental to their contractor's licenses. February 8, 1988 • Subject: Water Main Replacement Program 1987 -88 (C -2666) Page 2 The project provides for the replacement of approximately 3,500 lineal •feet of deteriorated water mains and water service lines in Newport Heights and Harbor Highlands. (See attached exhibit for locations.) The replacement water mains will improve domestic water service and provide increased pressure and reliability for fire protection. The water main replacement is part of the continuing program to replace existing deteriorated water mains in the City. Funds for award are proposed from the Water Main Replacement Program (Account No. 50- 9286 -001). To complete the funding, a budget amendment to transfer $49,930.78 from an unexpended appropriation for a Metropolitan Water District connection in Corona del Mar into the Water Main Replacement Program has been prepared for Council consideration. The amendment is pursuant to the January 11, 1988, City Council agenda item to approve the plans and specifi- cations for bid. The Water Committee has approved the transfer of funds. The plans and specifications were prepared by the Public Works De artment. The estimated date of completion is June 1, 1988. a";. / a )�z Benjamin B. Nolan Public Works Director IF • SL :so Attachment Authorized to Publish Advertisements of all kinds a161uding public notices by Decree of the Superior Court of Orange County, California, Number A -6214, dated 29 September. 1961, and A- 24831, dated 11 June, 1963. STATE OF CALIFORNIA County of Orange vvew 14e1Ke Adw Wkg ao.erea pry IM ellleenl H fM M ) eelrll wM 10 pica CoM,lr,n wale I am a Citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the below entitled matter. I am a principal clerk of the Orange Coast DAILY PILOT, with which is combined the NEWS - PRESS, a newspaper of general circulation, printed and published in the City of Costa Mesa, County of. Orange. State of California, and that a Notice of Inviting Bids of which copy attached hereto is a true and complete copy, was printed and published in the Costa Mesa, Newport Beach, Huntington Beach, Fountain Valley, Irvine, the South Coast communities and Laguna Beach issues of said newspaper for one consecutive weeks to wit the issue(s) of 198A 198_ 198_ 198_ 198_ I declare, under penalty of perjury, that the foregoing is true and correct. Executed on Jan,, 20 198 a t. Costa Mesa, California. Signature s iealed bids may be re- k's at the office of the y Clerk, 3300 Newport utevard, P. O. Boz 1768, ,wport Beach, �A 658.8915 until 11:00 a.m. the 28th day of January, 88, at which time such Is shall be opened, and W for rltis at Project: 1987 -88 UER MAIN REPLACE - iNT PROGRAM contrect No.: 2866 Engineer's Estimate: 50,000 Approved by the City wncil this 11th day of duary, 1988. WANDA E. RAOGIO, City ark Prospective bidders may Haln one set of bid dodo- ants at no cost at the office the Public Works Depad- ent, 3300 Newport wievard, P. O. Box 1768, ewport Beach, CA !658 -8915. For further Information, lit Stephen Luy. Prolect anger at 844 -3311. Published Orange Coast airy Pilot January 14, 1988 Th372 PROOF OF PUBLICATION • • • • TO: CITY COUNCIL FROM: Public Works Department January 11, 1987 CITY COUNCIL AGENDA ITEM NO. F -16 SUBJECT: WATER MAIN REPLACEMENT PROGRAM 1978 -88 (C -2666) RECOMMENDATION: 1. Approve the plans and specifications. 2. Authorize the City Clerk to DISCUSSION: BY THE CITY COUNCIL CITY OF NEWPORT BEACH JAN 11 IM APPROVED The project provides for the replacement of approximately 3,500 lineal feet of deteriorated water mains and water service lines in Newport Heights and Harbor Highlands. (See attached exhibit for locations.) The replacement water mains will improve domestic water service and provide increased pressure and reliability for fire protection. The water main replacement is part of the continuing program to replace existing deteriorated water mains in the City. The Engineer's estimate for the work is $250,000. The amount of funding available in the Water Main Replacement appropriation is $124,604.22. It is recommended that the balance of the funds be transferred from an unex- pended appropriation for a Metropolitan Water district connection in Corona del Mar. The Water Committee has approved the transfer of funds. A budget amend- ment to transfer the necessary funds into the Water Main Replacement Account will be prepared for Council consideration when the bids have been opened and the contract is ready for award. The plans and specifications were prepared by the Public Works Department. The /es'timated date of completionyl June 1, 1988. . Benjamin B. Nolan Robert J. Dixon Public Works Director Utilities Director SL:jd Att.