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.