HomeMy WebLinkAboutC-2759 - Water Main, Sewer Main and Alley ReplacementCIT?OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
September 30, 1991
B & A Construction, Inc.
15842 Boyle Avenue
Fontana, CA 92335
(714) 6443005
Subject: Surety: Pacific States
Bond No.: 4748
Contract No.: C -2759
Project: Water Main, Sewer
Replacement Program
Casualty
Main
Company
and Alley
The City Council of Newport Beach on September 9, 1991 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 of Completion has been recorded in accordance with
applicable portions of the Civil Code.
The Notice was recorded by the Orange County Recorder on September
13, 1991, Reference No. 91- 499039.
Sincerely,
I
But
Assistant City Clerk
IB:pm
cc: Public Works Department
3300 Newport Boulevard, Newport Beach j
0 !
RECORDING REQUESTED BY AND REQUEST PER
WHEN RECORDED RETURN To: ,zm. ,WMNMENT CODE 6103
City Clerk -')�V.
City g#, o t Beach
3300 14e4:i$oulevard
Newport Beach, CA 92663
91- - 49903(
NOTiCF.,odGQ�j
e �
PUBLIC WORKS
1 o All Laborers and Material Men and to Every Ot)er Pet
YOU WILL PLEASE TAKE NOTIC£. July 2. 1991
the Public Works project consisting of Sewer Main and Alley Replacement
Program (C -2759)
on which B & A Construction, Inc., 15842 Boyle Avenue, Fontana, CA
was the contractor, and Pacific States Casualty Company, 4021 Rosewood, Third Floor
was the surety, was completed. Los Angeles, CA 90004
VERIFICATION
I, the undersigned, say:
CI LOFNEWPORT 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 -fhe foregoing is true and correct.
Executed on September 10, 1991 at Newport Beach, California.
Public orks 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 September 9, 1991 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 September 10, 1991 at Newport Beach, California.
�EWPO City Clerk
n� A .. @.
RECORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY, CALIFORNIA
P.M. SEP 1.3 1991
P
i
I
I
-
PPR--,
•
C]
•
TO: City Council
BY THE CITY COUNCIL
CITY OF NEWPORT 8EA
SFP 9 1991
APPROVED
FROM: Public Works Department
September 9, 1991
CITY COUNCIL AGENDA
ITEM NO. F -16
SUBJECT: ACCEPTANCE OF THE WORK FOR THE CONSTRUCTION OF THE
WATER, SEWER MAIN AND ALLEY REPLACEMENT PROGRAM
(C -2759)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a-dietice 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.
Bid Price $427,427.00
Amount of Unit Price Items Constructed 455,012.25
Amount of Change Orders 33.923.52
Total Contract Cost $488,935.77
The increase in the amount of the unit price items
constructed was primarily due to additional street paving on the
Peninsula and in Corona del Mar and added alley width to join
adjacent improvements.
Seven Change Orders were issued. The first, in the
amount of $5,065.00, provided for replacement of water services
in the alley adjacent to Miramar Drive. The second, in the
amount of $5,418.13, provided for removal of an abandoned pipe
and concrete slab in the alley adjacent to Court Street. The
third, in the amount of $5,547.83, provided for repaving of the
easement areas adjacent to Court Street. The fourth, in the
amount of $5,100.00, provided for the installation of sewer
cleanouts in the alleys in which new sewer mains were not
constructed. The fifth, in the amount of $4,433.83, provided for
excavation and inspection of sewer laterals in the alleys
adjacent to Carnation and Dahlia Avenues. The sixth, in the
yd
s
Subject:
• September
Page 2
•
Acceptance of the
Water, Sewer Main,
(C -2759)
9, 1991
_J
work for the Construction of the
and Alley Replacement Program
amount of $7,076.23, provided for the construction of two 2 -inch
water services and excavation to locate the existing water main.
The seventh, in the amount of $1,282.50, provided for a change in
the alley grades to accommodate the adjacent properties.
Funds for the project were budgeted in the General
Fund, Account Nos. 02- 497 -430 and 02- 5590 -102, and the Water
Fund, 50- 9290 -001.
The contractor is B & A Construction of Fontana.
The contract date of completion was April 27, 1991. The
contractor was delayed due to the Extra Work; the Gas Company's
replacement of their main in the Miramar Drive alley; and due to
an entire load of pipe found to be out of specification
(oversize). The work was completed on July 2, 1991.
• ,, J, a
Benjamin B. Nolan
Public Works Director
DH: so
Attachments
:7
i ) C -2-5-9
STOP NOTICE
NOTICE TO WITHHOLD TO HOLDER OF FUNDS
T0: City of Newport Beach
(Name of owner, construction lender or public officer)
3300 Newport Blvd ,Newport Beach, CA 92663 HOLDER OF FUNDS.
(Address of owner or construction lender)
YOU ARE HEREBY NOTIFIED THAT the undersigned claimant,
E.C. Pumpinq — P.O. Box 7516, Huntington Beach, CA 92615
(Name and address)
has furnished or has agreed to furnish roncrefie Pimping
(labor, services, equipment, materials)
of the following kind Concrete Pumping
(general description of labor, services, equipment or materials)
to or for R &A r nnc , ; on , for the work improvement, located at, or known as:
(name of person to or for whom furnished)
Alley-, on streets of 36th.37th and Balboa in Newport Beach -
(address, legal description, description of site or project identification)
The amount in value of the whole agreed to be done or furnished by claimant is $ DT/ A
The amount in value of that already done or furnished by claimant is,$ Q47, S0
Claimant has been paid the sum of $ —0— and there remains due and unpaid the sum of $ _ 942.50
plus interest thereon at the rate of 18 per cent per annum from December 1990
YOU ARE HEREBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST.
Date 3-_a- 9 /ted` /y/sl�ecr� 5 9l
D .Mayer
O Councilrnen
i � arvger
tta: ney
D Bsf3. Dir.
• crosery DVS TE OF CALIFORNIA
• V 8 R D'&�g��NTY OF —0 P P\ u Q E SS.
D Planning DD
D POiice Chid
firk.W..Du ,
Name of Claimant I /
75—/ 6 ft • B7
Address d Claimant
r - r „✓ r_ v u w Ro w S F?k K %? r\ \3 k e--% y S being duly sworn, deposes
Tand says: That _he is the person(s) who signed the foregoing Stop Notice; that _he has read the same and knows the contents thereof
to be true of h1°a own knowledge, except as to any matters or things that may therein be stated on h—!bL information and belief and
as to those matters and things _he believes them to be true.
Subscribed and sworn to before me OFFICIAL SEAL
JERE ANNE WHITNEY
this 5 day of �"� Q Q �i , 19�, m NOTARY PUBLIC - CALIFORNIA
ORANGE COUN Y
My comm. expires MAR 25, 1991
S1� i T
Notary Public and in and for said State
"k 5610141111111 mat 110210 au.es RnR oaaal Momma hl Ihs Bold ladkaeed. ld02s ym Nph lead fe. am 6 an llama.
STOP NOTICL ahugm SaSOaa 7uur . Cumurf a t1w• S ym doubt tlr f0210a tlteeu for TOUT WMoaa.
WOLCOnTS PORN 119 —Ray. 2•TS larINCIM3l '
k
i
n
r
7 0
PUit,: .: .,.
�- MAR 1 2 1991
CH
it
NEWT'.. J�
CALIF.
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
A4 -3005
C/Zt _;�� 'T'T�4r_'
TO: FINANCE DIRECTOR /0 , 2s- / d
FROM: CITY CLERK
DATE: October 25, 1990
SUBJECT: Contract No. C -2759
Description of Contract Water Main, Sewer Main and Alley
Replacement Program
Effective date of Contract October 25, 1990
Authorized by Minute Action, approved on October 8, 1990
Contract with B & A Construction, Inc.
Address 15842 Boyle Avenue
Fontana, CA 92335
Amount of Contract $427,427.00
I�LJGL %j 6e '
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
�_ y
COMrtNSATION
I IV aU.RANCa
FUND
OCT08ER 17,
r
0 0
P.O. BOX BOMAN FRANCISCO, CA 94101 -0607
CERTIFICATE OF WORKERS' COMPENSATION INSURANCE
1990 POLICYNUMSER: 1155820 — 90
CERTIFICATE EXPIRES: t 0- i- 9 1
z�
CITY Or NEWPORT REACH
P.O. °.CIX 1762
3300 NP.'+.PORT BOULEVARD
NENPOR7 3EAC9 „*0B: WP.T_ER ?'A I,`I, SE " =D MAiN
CA 9 ?r4 -qc, q AND .ALLEY pgat.ACENEr .•-
7_275
L
This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California
Insurance Commissioner to the employer named below for the policy period indicated.
This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer.
We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration.
This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the
policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with
respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policies
described hereirris subject to all the terms, exclusions and conditions of such policies. V"
PRESIDENT
r
L
EMPLOYER
SCIF 10262 (REV.10 -a6)
DOPY FOR NSIAWS. FIE
OLD 262A
0 4 CITY CLERK
NDTICE INVITING BIDS
Sealed bids may be received, at the office of the City Clerk,
330 Newport ]Boulevard, P. O. Box 1768, Newport Beach, CR.92659-1766
until 11.;00 M on the ?71b day of -Septem4a , 1998,
at vhlW—tlw such bids shall be opened and read for
Ln
a
2759
Contract No.
MAP
Engineer's Estimate
kh .4zJJ
POR
4�_ P
Rpproved by-the City Council'
,
this 27th day of_A_u_1u_s_t 1958.
Wanda E. Ragglo
City Clerk
Pro$ 9 active bidders may-obtain am set of bid documents at no cost
at the office of the Public Works Department,.3308 Newport Boulevard,
P. 0. Box 1768, Newport Beach, CR 92659-1768,
For further information, call Steve Luy at 644-3311.
Project Manager
PR 1.1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
WATER MAIN, SEWER MAIN AND ALLEY REPLACEMENT PROGRAM
CONTRACT NO. 2759
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
P.O. Box 1768
Newport Beach, CA 92659 -1768
Gentlemen:
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 work required to complete this
Contract No. 2759 in accordance with the Plans and Special
Provisions, and will take in full payment therefore 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 Sum Mobilization and traffic control
@ Twenty -cix thnimand civ Dollars
hundred and thirty -two and
Zero 0 Cents $26,632.00
Per Lump Sum
2. 410 Install 12 -inch A.C.P. water
Linear Feet main with trench resurfacing
@ Sixty -thrPP Dollars
and
Zero Cent $ 63.00 $ 25,830.00
Per Linear Foot
3. 140 Install 6 -inch D.I.P. water
Linear Feet main with trench resurfacing
@ Seventy Dollars
and
Zero 0 Cents $ 70.00 $ q mn On
Per Linear Foot
a w .. --®... _6.6 __: .
0
0 0
PR 1.2
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 920 Install 6 -inch D.I.P. water
Linear Feet main
@ Thirty -one Dollars
and
Zero ¢ Cents $ 31.00 $ 28,520.00
Per Linear Foot
5. 33 Replace existing service
Each with 1 -inch service
@ Eight hundred Dollars
and
Zero Cents $ 800.00 $ 26,400.00
Per Each
6. 3 Install 12 -inch butterfly valve
Each
@ Eleven hundred Dollars
and
Zero Cents $ 1100.00 $ 3,300.00
Per Each
7. 1 Install 8 -inch butterfly valve
Each
@ Seven - hundred twenty fiv (Dollars
and
Zero 0 Cents $ 725.00 $ 725.00
Per Each
8. 7 Install 6 -inch butterfly valve
Each
@ Five hundred fifty Dollars
and
Zero 0 Cents $ 550.00 $ 3850.00
Per Each
9. 1 Install 12" x 6" tapping sleeve
Each with 6" tapping valve
@ Two thousand five Dollars
un re and
Zero 0 Cents $ 2500.00 $ 2500.00
Per Each
•
0
PR 1.3
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
10. 1 Remove existing and replace
Each with new fire hydrant assembly
including trench resurfacing
@ Three thousand Dollars
and
Zero 0 Cents $ 3000.00 $ 3000.00
Per Each
11. Lump Sum Temporary bypass water system
@ Five hundred Dollars
and
Tarn 0 Cents $ 500.00
Per Lump Sum
12. Lump Sum Pressure testing and disinfection
@__ Two thousand Dollars
and
Tarn p Cents $ 2000.00
Per Lump Sum
13. Lump Sum Abandon existing water mains
@_ nna thousand Dollars
and
TaLump rn 0 Cents $ 1000.00
Per Sum
14. 1,090 Remove existing 8 -inch sanitary
Linear Feet sewer and construct new 8 -inch
sewer main
@ Forty Dollars
and
7em 0 Cents $ 40.00 $ 43,600.00
Per Linear Foot
15. 240 Remove existing 8 -inch sanitary
Linear Feet sewer and construct new 8 -inch
sewer main including trench
resurfacing
@ Ninety-five Dollars
and
Taro 0 Cents $ 95.00 $ 22,800.00
Per Linear Foot
0
0
PR 1.4
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
16. 585 Remove existing house connection
Linear Feet and construct new 4 -inch house
connection
@ Twenty -six Dollars
and
Zero 0 Cents $ 26.00 $ 1s,210.0 p
Per Linear Foot
17. 80 Remove existing house connection
Linear Feet and construct new 4 -inch house
connection including trench
resurfacing
@ nna hundred Dollars
and
Zero Cents $ 100.00 $ 8,000.00
Per Linear Foot
18. 5 Construct sanitary sewer manhole
Each
@ One thousand Dollars
and
Zero 0 Cents $ 1000.00 $ 5000.00
Per Each
19. 1 Remove existing flush tank and
Each construct sanitary sewer manhole
@ One thousand and five Dollars
u n re and
Zero 0 Cents $ 1500.00 $ 1500.00
Per Each
20. 1 Construct sanitary sewer cleanout
Each
@ Three hundred and fifty Dollars
and
Zero p Cents $ 350.00 $ 350.00
Per Each
21. 60 Construct house connection cleanout
Each
@ One hundred Dollars
and
Zero p Cents $ 100.00 $ 6000.00
Per Each
PR 1.5
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
22. 25,300 Remove existing alley pavement
Square Feet and construct P.C.C. pavement
@ Five Dollars
and
Twenty -five Cents $ 5.25 $ 132,825.00
Per.Square Foot
23. 1,800 Remove existing and construct
Square Feet P.C.C. strip gutter
@ Five Dollars
and
Zero Cents $ 5.00 $ 9000.00
Per Square Foot
24. 2,600 Remove existing alley approach
Square,Feet and construct new alley approach
@ Seven Dollars
and
Zero p Cents $ 7.00 $ 18,200.00
Per Square Foot
25. 800 Remove existing roadway pavement
Square Feet and construct new road pavement
@ Seven Dollars
and
Zero p Cents $ 7.00 $ 5600.00
Per Square Foot
26. 2,250 Remove existing pavement and
Square Feet construct P.C.C. pavement patch
back
@ Six Dollars
and
Zero p Cents $ 6.00 $ 13,500.00
Per Square Foot
0
0
PR 1.6
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
27. 115 Remove existing pavement and
Square Feet construct A.C. pavement patch
back
@ Nine Dollars
Zero p and
Cents $ 9.00 $ 1035.00
Per Square Foot
28. 50 Remove and reinstall brick
Square Feet paving
@ Forty -five Dollars
and
Zero 0 Cents $ 45.00 $ 2250.00
Per Square Foot
29. 20 Construct Type "A" P.C.C. curb
Linear Feet and gutter per CNB Std. -182 -L
@ Twenty -three Dollars
and
Zero 0 Cents $ 23.00 $ 460.00
Per Linear Foot
30. 40 Construct P.C.C. sidewalk per
Square Feet CNB Std. -180 -L
@ Twelve Dollars
and
Zero 0 Cents $ 12.00 $ 480.00
Per Square Foot
31. 390 Remove existing and construct
Square Feet P.C.C. driveway
@ Twelve Dollars
and
Zero 0 Cents $ 12.00 $ 4680.00
Per Square Foot
32. 240 Remove existing and construct
Square Feet P.C.C. patio
@_ Twelve Dollars
and
Zero 0 Cents $ 12.00 $ 2880.00
Per Square Foot
PR 1.7
Four hundred and twenty -seven thousand, four Dollars
hundred twenty -seven
and
Zero 0
Cents $ 427,427.00
TOTAL BID PRICE (WORDS) TOTAL BID PRICE
(FIGURES)
B & A Construction, Inc. 904541A 1 -141 -41
Bidder State Contractor's License
No. & Expiration Date **
x4ze,,1�51 9/26/90
Authorized ignature /Title Date
Allen Bowen - Chairman of the Board
' 15842 Boyle Avenue, Fontana, California (714) 355 -4380
Bidder's Address 92335 Bidder's Telephone
�►• I declare under penalty of perjury that the representations
made herein are true and correct.
9/26/90
A_�oried Signature /Title Date
Allen Bowen - Chairman of the Board
•* Business and Professions Code Section 7028.15 provides that
any bid not containing this information, or a bid containing
information which is subsequently proven false, shall be
considered non - responsive and shall be rejected.
0
INSTRUCTIONS TO BIDDERS
0
Page 2
The following 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 documents.
The City of Newport Beach will not permit a substitute format for the documents
listed above. Bidders are advised to review their content with bonding and legal
agents prior to submission of bid.
BIDDER'S BOND shall be issued by an insurance organization or surety (1)
currently authorized by the Insurance Commissioner to transact business of
insurance in the State of California, and (2) listed as an acceptable surety in
the latest revision of the Federal Register Circular 570.
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 responsible for bidder
errors and omissions in the PROPOSAL.
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.
All 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
partnerships, the signatures shall be of a general partner. For sole ownership,
the signature shall be of the owner.
504541 A
Contr's Lic. No. & Classification
9/26/90
Date
B & A Construction, Inc.
Bide
rA� '
Authorized Signature /Title
Allen Bowen - Chairman of the Board
Page 3
DESIGNATION OF SUBCONTRACTOR(S)
State law requires the. listing of all subcontractors who will perform work in an
amount in excess of one -half of one percent of the Contractor's total bid. If a
subcontractor is not listed, the Contractor will be responsible for performing
that portion of the work. Substitution of subcontractors shall be made only in
accordance with State law and /or the Standard Specifications for Public Works
Construction, as applicable.
The Bidder, by signing this designation, certifies that bids from the following
subcontractors have been used in formulating the bid for the project and that
these subcontractors will be used subject to the approval of the Engineer and in
accordance with State law.
Subcontract Work
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Subcontractor
Address
B & A Construction Tnr_
Bidder
uthoriz6d ignature Title
Allen Bowen - Chairman of the Board
• • Page 4
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, B & A Construction, Inc. as bidder,
and Pacific States Casualty Company as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
Ten Percent of the Amount of the Accompanying Bid 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 Sewer Main & Alle Replacement Program - Various Locations #2759
Tit e 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; otherwise it
is and shall remain in full force and effect, and the amount specified herein
shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an 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 September , 19 90.
(Attach acknowledgement of
Attorney -in -Fact)
Notary Public
Kim M. Mouzon
Commission Expires: December 16, 1990
B & A Construction, Inc.
Bidder
authorized Signature/Title
Allen Bowen- Chairman
Pacific States Casualty Company
Surety
X
Title Philip E. Vega, Attorney -in -Fact
POWER OF ATTORNEY OF
PACIFIC � N° 56905
STATES
c
STATES
NOTICE: 1. All power and authority herein granted in any event terminate on the 31st day of December, 1993.
2. This Power of Attorney Is void It altered or if any portion Is erased.
3. This Power of Attorney is void unless the Seel is readable, the text is in black Ink the signatures are in red ink and this notice is in red Ink
4. This Power of Attorney should not be returned to the Attomey -In -Fact, but should remain a permanent part of the obligee's records.
KNOW ALL MEN BY THESE PRESENTS, that, except as expressly limited, PACIFIC STATES CASUALTY COMPANY, does, hereby make, constitute and appoint
Jay P. Freeman, Philip E. Vega
the true and lawful Attorney -in -Fact, to make, execute, deliver and acknowledge, forand on behalf of said corporation es surety, bonds undertakings and contracts of suretyship in
an amount not exceeding $750.000 in any single undertaking: giving and granting unto said Attorney -in -Fact full power and authority to do and to perform every act
necessary, requisite or proper to be done in connection therewith as Said corporation could do. but reserving to said corporation full power of substitution and revocation;
and all of the acts of said Attorney -in -Fact pursuant to these presents, are hereby ratified and confirmed.
The authority and powers conferred by this Power of Attorney do not extend to any of the following bonds. undertakings or contracts of suretyship.
Bank depository bonds, mortgage deficiency bonds. mortgage guarantee bonds.
This Power of Attor :y is granted and is signed by facsimile under and by authority of the following resolution adopted by the Board of Directors of PACIFIC STATES
CASUALTY COMP: IY, effective as of August 3. 1984;
RESOLVED.tha, .e Chairman of the Board, the President and any Vice Presitlent of the corporation be, and that each of them hereby is authorized to execute Powers of
Attorney, qualifying the attorney named in the Powers of Attorney to execute, on behalf of the corporation, bonds, undertakings and contracts of suretyship; and that the
Secretary or any Assistant Secretary of the corporation be, and each of them hereby is authorized to attest the execution of any such Power of Attorney;
RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such
Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in the future with respect to any bond,
undertaking or contract of suretyship to which it is attached.
IN W ITN ESS W H EREOF, PACIFIC STATES CASUALTY COMPANY has caused these presents lobe signed by its President and attested by its Secretary this 4th day of
January 1988.
�tEO C,yt`
m PPOq v
00 ��
DACI ATTEST 5 S CASUALTY COMPANY = rte.,, o n
i •p
` > �rriOPpY krE
• B
By Bruce E. MacKenzie .� y Esther R. Lowy, Secrete
STATE OF CALIFORNIA
SS.
COUNTY OF LOS ANGELES
On September 5, 1989, before me, the undersigned, a Notary Public in and forestal State, personalty appeared Bruce E MacKenzie and Esther R. Lowy, personally
known to motor proved to me on the basis of satisfactory evidence) to be the persons who executed the within instrument as President and Secretary on behalf of Pacific
States Casualty Company, the corporation therein named and acknowledged to me that the corporation executed it
WITNESS my hand and official seal.
./ OFFICTAL SEAL
� � I TANIA SHPARAGA
Signature /Q'� m. NOTARY PUBLIC - CALIFORNIA
Notary P lic LOS ANGELES WUNTY
My comm. expires FEB 1, 1993
CERTIFICATE
The undersigned, as Secretary of PACIFIC STATES CASUALTY COMPANY, does hereby certify that the foregoing and attached Power of Attorney remains in full force
and has not been revoked; and furthermore, that the provisions of the resolution of the Board of Directors of said corporation set forth in the Power of Attorney, are in force as of
the date of this Certificate. t, v ,,
This Certificate is executed in Me City of Los Angeles, California, this �Ap4h day of Mfb 1990
TE6 Cqq
PACIFIC STATES CASUALTY COMPANY Q40pPOq�`�r<
A
w: rE9. r, o n ,
n ,rz i
BY -- r,rr ppp'a'v PSC -S -101 14/901
Either R. LOwy, b
NONCOLLUSION AFFIDAVIT
State of California
ss.
Page 5
Allen Bowen being first duly sworn, deposes and says that he or
she is Chairman I of B R A ConstrNrtinn, Tnr. the party
making the foregoing bid that the bid is not made in the interest of, or on
behalf of, any undisclosed person, partnership, company, association,
organization, or corporation; that the bid is genuine and not collusive or
sham; that the bidder has not directly or indirectly induced or solicited any
other bidder to put in a false or sham bid, and has not directly or
indirectly colluded, conspired, connived, or agreed with any bidder or anyone
else to put in a sham bid, or that anyone shall refrain from bidding; that
the bidder has not in any manner, directly or indirectly, south by agreement,
communication, or conference with anyone to fix the bid price of the bidder
or any other bidder, or to fix any overhead, profit, or cost element of the
bid price, or of that of any other bidder, or to secure any advantage against
the public body awarding the contract of anyone interested in the proposed
contract; that all statements contained in the bid are true; and, further,
that the bidder has not, directly or indirectly, submitted his or her bid
price or any breakdown thereof, or the contents thereof, or divulged
information or data relative thereto, or paid, and will not pay, any fee to
any corporation, partnership, company' association, organization, bid
depository, or to any member or agent thereof to effectuate a collusive or
sham bid.
ta.M1 OFFICIAL SEAL
LINDA M.AR;ARET ALMENDAREZ
NOTARY PUDLIC - CALIFORNIA
My c..n—i res MAR 1, 1993
�! I a
..-
Allen Bowen - Chairman of the Board
Subscribed and sworn to before me this 97th day of September , 1990.
My commission expires:
March 01, 1993
$6tary lhiblicl L'
Linda Margaret Almendarez
• s
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.
1988 City of Ontario
1989 Lewis Homes
Rosemary
714) 391 -2528
Martin (714) 985 -0971
1989 Church Street, Rancho Cucamonga
Cucamonga County Water Dictr;rt Betty Fien (714) 987 -2591
Etiwanda Avenue, Rancho Cucamonga
1989 r.uramnnga Cnunty Water District Betty Fien (714 )987 -2591
Miller Avenue
iggo rnramnnge rnunty Water District Betty Fien (714) 987 -2591
& A Construction, Inc.
° Authorized Signature /Title
Allen Bowen - Chairman of the Board
Page 6
Page 7
N O T I C E
The following contract documents shall be executed and delivered to the
Engineer within ten (10) days (not including Saturday, Sunday and Federal
holidays) after the date of mailing Notice of Award to the successful bidder:
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.
Payment and faithful performance bonds shall be issued by an insurance
organization or surety (1) currently authorized by the Insurance Commissioner
to transact business of insurance in the State of California, and (2) listed
as an acceptable surety in the latest revision of the Federal Register
Circular 570.
Insurance companies affording coverage shall be (1) currently authorized
by the Insurance Commissioner to transact . business of insurance in the State
of 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 Key Ratinct Guide: Property - Casualty. Coverages shall be
provided as specified in the Standard Specifications for Public Works
Construction, except as modified.by the Special Provisions.
The following Workers' Compensation Insurance Certification shall. be
executed and delivered to the Engineer along with a Certificate Of Insurance
for workers' compensation prior to City's execution of the Contract:
WORKERS' COMPENSATION INSURANCE CERTIFICATION
"S.am aware of the provisions of Section 3700 of the Labor Code which require
every employer to be' insured against liability for workers' compensation or
to undertake self= insurance in accordance with the provisions of that code,
and I will comply with such provisions before commencing the performance of
the work of this contract."
B & A Construction, Inc.
Date Name of Contr ctor (Principal)
.2759
Contract Number uthorized Signature and Title
Allen Bowen - Chairman of the Board
Water Main, Sewer Main and Alley Replacement Program
Title of Project
Page 8
7.1V1rW 1tMI1N 11
KNOW ALL MEN BY THESE PRESENTS, That
BOND #4748
PREMIUM INCLUDED IN
PERFORMANCE BOND
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted October 8. 1990
has awarded to B & A Construction, Inc.
hereinafter designated as the "Principal ", a contract for Water Main, Sewer Main and
Alley Replacement Program, C -2759
i.
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond with said contract, providing that if
said Principal or any of his or its subcontractors, shall fail to pay for any materials,
provisions, 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 any kind, the Surety on
this bond will pay the same to the extent hereinafter set forth:.
NOW, THEREFORE, We —B & A Construction, Inc.
as Principal., and_ PACIFIC-STATES CASUALTY COMPANY
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of FOUR HUNDRED
TWENTY SEVEN THOUSAND FOUR HUNDRED TWENTY SEVEN AND NO /100Dollars ($ 427,427.00. - - - -),
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 3250 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
Payment Bond (Continued)
•
Page 9
this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil Code of
the State of California.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or the specifications accompanying the same shall in
any wise affect its obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions to the terms of the contract
or to the work or to the specifications,
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 15TH day of OCTOBER , 19 90
.Seal)
Name of Contractor r ncipal
`utho Tit e Ari na
Allen Bowen - Chairman of the Board
Nuthorized Signature and Title
PACIFIC STATES CASUALTY COMPANY (Seal)
Name of Surety
4021 ROSEWOOD,, THIRD FLOOR
714/623 -6161
Telephone No, of Agent
0 i
f�_ ♦ .
d
�
Y
f�_ ♦ .
d
t1Z[tlifiii!l1111f111fiifif ii lilllifiiliiitfif fiiiii!!lfilfifllfltfllt�
f
1
'
STATE OF CALIFORNIA, COUNTY OF
LOS ANGELES
f
r
4'
On this 15TH day of
OCTOBER
19 90 before
•
me a Notary Public, within and for the said
County and
State, !
'
Personally appeared PHILIP E. VEGA
'
Personally known to me (or proved to me
on the Basis of
satisfactory
'
evidence) to be the person whose name is
subscribed to
the within '
'
instrument as the Attorney -In -Fact of and for the PAC-IF-IC STATES CASUALTY'
'
COMPANY, and acknowledged to me that he
subscribed the
name of the '
'
PACIF-IC STATES CASUALTY COMPANY thereto
as Surety, and
his own name as '
'
Attorney--fix-Fact..
'
{
1'
t
i
i
aOFFICIAL 7EAl
WM M. MOUZON
NOTARY PUBLIC- CALIrDgNIA
NOTARY BOND SLED IN
L% ANGELES COUNTY
My Commission Expires DeEembw 16, 1991
r
Notary Public '
l {f{ { { {iiiti { {iiittftitiftiritif iitf if ■f lftt{itf itii {ii {{ft{it11t•rf t•f titi{
• . Page 10
EXECUTED IN.FOUR,(4). ANAL SETS
FAITHFUL PERFORMANCE BOND BOND #4748
PREMIUM: $7,,411.00
KNOW ALL MEN BY THESE PRESENTS, That "
WHEREAS, the City Council of the City€ Newport Beach, State of California, by
motion adopted October 8 1990
has awarded to B & A rnnctrurtinn_ Tnr
hereinafter designated as the "Principal ", a contract for Water Main, Sewer Main and
Alley Replacement Program, C -2759
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, B & A Construction, Inc.
as Principal, and PACIFIC STATES CASUALTY COMPANY
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of FOUR
HUNDRED TWENTY SEVEN THOUSAND FOUR HUNDRED TWENTY SEVEN & NO /Inn Dollars ($ 427,427.00- - - - -),
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
Y • • Page 11
Faithful Performance Bond (Continued)
of any such change, extension of time, alterations or additions to the terms of the
contract or to the work or to the specificai«fons.
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 15TH day of OCTOBER 19 90
B & A Construction, Inc. - (Seal)
Name of Contractor (Principal)
utho
rized Sig. ure and Title
Allen Bowen - Chairman of the Board
Authorized Signature and Title
PACIFIC STATES CASUALTY COMPANY (Seal)
Name of Surety
4021 ROSEWOOD, THIRD FLOOR
} LOS ANGELES, CA 90004 .
Address of Surety
r � V
51Tjm a an it a of Authorize gent
PHIL P',E, V sA ATTORNEY— IN —FAC
GAREY AVENUE, PUMA, CA 91767
714/623 -6161
Telephone No. of Agent
STATE OF CALIFORNIA, COUNTY OF
LOS ANGELES
SS..
On this 15TH day of
OCTOBER
19 90 before
me a Notary Public, within and for the said
County and
State,
Personally appeared PHILIP E. VEGA
Personally known to me (or proved to me
on the basis of
satisfactory
evidence) to be the person whose name is
subscribed to
the within
instrument as the Attorney --In -Fact of and
for the PAC -IF -IC STATES CASUALTY•
COMPANY, and acknowledged to me that he
subscribed the
name of the
PAC -IF -IC STATES CASUALTY COMPANY thereto
as Surety, and
his own name as
'
Attorney --1'n- Fact..
--- --- -- __ _ -.._-
OFFICIAL 9ZAL. .
KIM M. MOUZON
NOTARY PUBLIC-- CAl1F00MA
NOTARY BOND FILED W
i
LO$ ANGELES COUNTY
MY C4mmhf7on Expim Dedember 16. i991
W
Notary Pulpit '
l tfffftfffltffffffffif ff if llf f!f lffffllf •f!leflf
POWER OF ATTORNEY OF
PACIFIC* N° 56941
STATES
CASUALTY COMP ANY
NOTICE: 1. All power and authority herein granted in any event terminate on the 31 at day of December, 1993,
2. This Power of Attorney is void if altered or if any portion is erased.
3. This Power of Attorney is void unless the seal is readable, the text is in black ink, the signatures are in red ink and this notice is in red ink.
4. This Power of Attorney should not be returned to the Attorney -In -Fact, but should remain a permanent part of the obligee's records,
KNOW ALL MEN BY THESE PRESENTS, that, except as expressly limited, PACIFIC STATES CASUALTY COMPANY, does, hereby make, constitute and appoint
Jay P. Freeman, Philip E. Vega
the true and lawful Attorney -in -Fact, to make, execute, deliver and acknowledge, for and on behalf of mid corporation as surety, bonds undertakings and contracts of suretyship in
an amount not exceeding $750,000 in any single undertaking; giving and granting unto said Attorney -in -Fact full power and authority to do and to perform every act
necessary, requisite or proper to be done in connection therewith as said corporation could do, but reserving to said corporation full power of substitution and revocation;
and all of the acts of said Attorney -in -Fact, pursuant to these presents, are hereby ratified and confirmed.
The authority and powers conferred by this Power of Attorney do not extend to any of the following bonds, undertakings or contracts of suretyship:
Bank depository bonds, mortgage deficiency bonds, mortgage guarantee bonds.
This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolution adopted by the Board of Directors of PACIFIC STATES
CASUALTY COMPANY, effective as of August 3,1984;
RESOLVED, that the Chairman of the Board, the President and any Vice President of the corporation be, and that each of them hereby is authorized to execute Powers of
Attorney, qualifying the attorney named in the Powers of Attorney to execute, on behalf of the corporation, bonds, undertakings and contracts of suretyship; and that the
Secretary or any Assistant Secretary of the corporation be, and each of them hereby is authorized to attest the execution of any such Power of Attorney;
RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such
Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in the future with respect to any bond,
undertaking or contract of suretyship to which it is attached.
IN W ITN ESS WHEREOF, PACIFIC STATES CASUALTY COMPANY has caused these presents to be signed by Its President and attested by Its Secretary this 4th day of
January 1988.
PACT S S CASUALEXIL PANNY
By
Bruce E. MacKenzie
STATE OF CALIFORNIA
SS.
COUNTY OF LOS ANGELES
AFtcB C.rg4
vo
ATTEST
iEe. 1, O n
i O lap t �I A (�
o 'groPPA'�a \�Vµ{IVJ�I tw °I /��I/r
• By
Esther R. Lowy, Secrete
On September 5, 1989, before me, the undersigned, a Notary Public in and for said State, personally appeared Bruce E MacKenzie and Esther R. Lowy, personally
known to me (or proved to me on the basis of satisfactory evidence) to be the persons who executed the within instrument as President and Secretary on behalf of Pacific
States Casualty Company, the corporation therein named, and acknowledged to me that the corporation executed it
WITNESS my hand and official seal.
_ OFFICIAL SEAL
Signature 0 �J Aa�_ „ a NOTARY TANIA
BLIC P CALt ORNIA
Notary P blic LOS ANGELES COUNTY
My comat. expires FED 1, 1993
CERTIFICATE
The undersigned, as Secretary of PACIFIC STATES CASUALTY COMPANY, does hereby certify that the foregoing and attached Power of Attorney remains in full force
and has not been revoked; and furthermore, that the provisions of the resolution of the Board of Directors of said corporation set forth in the Power of Attorney, are in force as of
the date of this Certificate. cam. In �.�p r.
This Certificate is executed in the City of Los Angeles, California, this /5fh day of Dr- &4 199 .
ce 4s Y
PACIFIC STATES CASUALTY COMPANY °g OOPPOq�f i
�/��,V.t/1 /�}�1 � �lY �� / /]/� /� /�yfr% /� , 1 Z FEa. I, O n
` \ T / \\ 6 1, F�Pr D
By 1\ I s� PSC -S -101 (4190)
Esther R. Lowy, le A
PUBLIC w0 ;;,'
OCT 2 4 1990 ►
co me of wrimmu
LTF
A. CO20557219 7
CD 6*1RAcnIAL MR ePQQ1Fr
CONTMOT
Fflowmitomm 4p,,isL
'-XCU K4AMG
scqA%%%& OF INTEREST
CIA,-
PM� WIT
AUTOMOR"
kFa
01SEKSW UMBRELLA FORM
wommms": -COMPENUMN
OOMPAW
LFrMK
7/
FJO0205572JO
7/15/91 7/
ALL Lam im rka&44$
OGNMAI AdGAIGAM = 2, OOD
MP'ANMASAEGSATff G2,000'
'E 1,000'
$1,000
EIRE DAM
;ANT Wit flti) 100
6
MEO" c(PiNg" 5
ow ORE Phw. fA I
............ . :
Ago=
EMY
-Acakw7p
ommane.
SHAWYM
ILI
"m
F
I -
I
L
Wum-poucl LWIT
0 f"polu
FRO. ALL OPEUT1014 PERO 0, R. lir
Ceilint C
'6!ate� -4 _�Jn, Sewer t 1n end , 'e
-27 SO: 6CjTF �m o
• fAATMCT NUMBER
CERTIFICATE' MOLDER
-CAtM iON
crily OF NEWPORT IiIEACR
P.O. BOX L17100
.3wo NEMcm aLvc).
NEWPOW BEACH, CAL Ms"q s
CANa6LED OR 'e. CEO'O&OPE TIME CCMWIOw UTF 7,4c
I cCA1PAAn A" I cwZRA _ NIA" pkeV = do :lklm UslL
C TO THE or ?� 49ACH AA,4!STdR'-D M#9.
10/22/60
AVThOR=3 MMIRVATME "Ve 6ATc
Page. 13
1 Cl-` Of NEWPORT BEACH
AUTOMOBILE 01kBILITY INSURANCE ENDORSEMENT
i
? -t. ,1s agr:eed..that:
1. :With respect to such Insurance as is afforded by.thi.POlicy for AutnmOblla Liability,
th4 City of.Newport Beach,'tts o"ioers and omoloyees.'are additional .insureds but only
with respect to liability for dzrages arising out of the ownership, mnintenwe.a use
of `automobiles (or autos) wed oy or on behalf of the named insured in connection with
the contract designated below. , The insurance extended by this endorsement to:`.peid
adcitiona.l Insured does not .apply to bodily injury or property damage arising out of
automobiles (I). owned by or registered Sn iha Hama of an additional insured,.or ('27
1daidd,6r rented by an additional insured, or '3) operated by an additional insured..
The insurance afforded said.additional insureds) shall apply as primary Insurance and
66-other insurance maintatned by the amity of Rewporc: Beach shall oe called upon to
contribute witii i4ur4noe'provide0 by this policy,
2. The policy includes the following pro-aision,:
3,
"The.ineurance afforded by the policy applies separately to each insured who. is .sea ing
coverage or against .whom a claim is rade or suit t : brought, except with .resp.eet to the
fimitt.:of liability of the,cpmpany aff.ordlny coverage.,,
'he'1imits of itabiIlly under this endorserent for 'the additional insureds named in
Paragraph 1, of thisendorsempnt snail be the limits indioated below for ei.thee MulzIple
Limits or Single Limit;
('7 Multiple lid's
Bodily tnwury:.l.iabtliiy
Bodily injury Liability
Property CamAge LAW lity
(xl Combined Single limit
Bodily In Liability
i ;:., ....... and .
Property :Image V ab`,Iity S, l,000r 000 _
The limits of ..liability as.statad in this endorsement shall not increase the total
TIaolli;y..of.rhe company affording coverage for Ili da.a;ts as the fesult of any one
accid or. occurrence in excess of the IItI is of liability stated in the Palicy:.d;.
applicable to Automobile .lability ;nsurante.
Should the:peliby be nun - renewed, cancelled or coverage reduced. before the exCiretion
date thereof; the .issuing Company Shall provide 30 days' advance nctico to the City of
Newport Beach by registered mail, Attention: Public Works Oapartmant,
o; ,Designate, Contrart: Tatar Main. 5 r•ialn ndnd A11 Replacement program C•2759
ro ect Tic al -dnG cont o.7
This endorsement.I effsctive 1p/22/90 at 12:01 AX an4 forms a part of .
Policy NI: ..F.Sa0245Z220 of Aetna Casualty
W :.Cv -pant' ffur3fir; rayuj "
Lnsu ^ @G a Q ^nn< rnr inn.1yc. __ Endersemanty?jo, n/a
l ��
Qrcducer `.Robert Culp���"ti
.. et'
AverbecktCompany ".� .ar+td epresen aElve
'
CITY Or NEWPORT BEACH Pape 14
AAL LIABILITY INSURANCE MbRSEMENT`
It':1s agreed that:.
1., with - re §'pest to Stich insurance as is afforded oy thq.poll.Cy for General Liability; the,'
City'.of :Newport Beach, its officers anC emoloyees.are additional insureds, out only.• with..:':.
respect.tb liability arising out of operations performed.by or, on behalf :o'f the named
Insureds in conneotion with -the contract designated.-below or acts and omissions.of.,the
additional insureds in connection with its general supervision of such Operations, 'The
tr.surance afforded said .additional insured(s) shall apply as primary 'Inauradoe -and no.;'::;:'`
other -fnsurance maintained by the City of Newport Beach shnli be called upon to
Contribute with insurance provided by this policy..
24 fhe;'poitsy` includes the fol•1.owing provisiur;
'The insurance'affbrded by tile. policy applies separately to each Insured against whom
.l¢.im.ls:mede or snit is Urought, except with respect'to.thie limits of ti.abt`lity of. tno;,.,;,`,.;:
cornpany,.af.fording coverage, .
3,: the' {insurance afforded:by the po.iicy for Con:,ractual Liability .Insurance '(iU'Q ect to the,'J: "!'
terms;-conditions and exclusions applicable to such -Insur.an.e) includes liability
itsumed: by, the named:i,nsured undo. tht indemnificetioh er'hold harrnless.'provision con•
taineL",the written contract designated below,.betweeh the named ins.ured..and':the;. .
4;;' 3Witti'XespeLt to. Such insurance as is efforded by this poiicy, the uxciusl.on'sf.if. any,',
per.ialning to the Skp1A5.10n hdiard, coilapsd batard:and untlergr0und .proper.ty; halard'
(commonly referred to es I'M ".herards) are deleted,•
S. The : links' of liability under this endorsement for:the additional insured(s).. namod ifs
paragraph 1. of this endortement shall be the limits ,indicated below written on an
'.'Dccurr'ence" basis:
).commercial { ) Comprehensive
General Liability E I,000,000.. tach.:oCCUrran,i:;
2,000,000.. _ ^a99regata .
Tme.;applicable limit of CoAtractual Liability for the company affording' coverage shah,
be reduced by arty amount paid as damages under this endorsement in behalf of the
add.i.tichal insure d(s),
The "limit s.of liability a3 stated i-, this endorsement' shall not increase tine total'. .
tiabt.lity?of the company affording coverage for alt dnmapes as, the result :.of.any. one
occurrence in excess of the lUnits "of liability stated in the policy ae app'lieable to
Genera7;.Liability"Inturande,
6. Should the policy be non - renewed, cancel'ie2 or coverage reduced before the expiration
dete.thereof, the !ssuing Co!npony shalt provide 30' days' advance notico to the 'City of.
Niwooit'Beach. by registered mail, Attention: Public Works Department.
7. ;Desi'ght eC Cootracti t ,r MAin cowe tar .n 'r21j,Y;27�o
rd�ect .re and ontraci NO.7
this er,dcrser4nt is effectiys 10/22/90 _ at 12:01 A,M, and forms a part of.'.. .
7olicy NoCO20557219 of Aetna Casualty
. .. 'Company .for ngs erage .
Insured: 3 &_A Construction, Inc. _ frtdorsdrwn , n/a
producer Robert Culp _
Company U n r zed epreee7tat.1 �—
Page 15
CONTRACT
THIS AGREEMENT, entered into this c2�day of , 19%>
by and between the CITY OF NEWPORT BEACH, hereinafter "City, and
B & A Construction, Inc. hereinafter "Contractor, "is madh
reference to the following facts:
(a) City has heretofore advertised for bids for the following
described public work:
Water Main, Sewer Main and Alley Re 1
Title of Project
C -2759
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:
Water Main, Sewer Main and All
Title of Prole(
placement Pro
M C -2759
on rac o.
which project is more fully described in the contract documents. Contractor
shall perform and complete this work in a good and workmanlike manner, and in
accordance with all of the contract documents.
2. As full compensation for the performance and completion of this
work as prescribed above, City shall pay to Contractor the sum of Four Hundred
Twenty -Seven Thousand, Four Hundred Twenty Seven Dollars
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 Water Main, Sewer Main
and AllpSV Replacement Program C -2759
Title of Project Contract No.
(g) This Contract.
4. Contractor shall assume the defense of, and indemnify and hold
harmless, City and its officers, employees and representatives from all claims,
loss or damage, except such loss or damage 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.
ATTEST:
City Clerk
APPROVED AS TO FORM:
'. , , City
Attorney
CITY OF NEWPORT BEACH
By
Mayf r
B & A Construction, Inc.
Name of Contrac (Principal)
/�E
Authorized Signature and Title
Allen Bowen - Chairman of the -board
Authorized Signature and Title
CITY
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
WATER MAIN, SEWER MAIN AND ALLEY REPLACEMENT PROGRAM
CONTRACT NO. 2759
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . .
. . 1
II.
CONTRACTOR'S LICENSES . . . . . . . . . . . . . .
. . 1
III.
HOURS OF WORK . . . . . . . . . . . . . . . . . .
. . 1
IV.
COMPLETION, SCHEDULE AND PROSECUTION OF WORK . .
. . 2
V.
PAYMENT . . . . . . . . . . . . . . . . . . . . .
. . 4
VI.
LIQUIDATED DAMAGES . . . . . . . . . . . . . . .
. . 4
VII.
NOTICE TO RESIDENTS AND "NO PARKING" SIGNS . . .
. . 4
A. Notice to Residents . . . . . . . . . .
. . 4
B. "NO PARKING -TOW AWAY" Signs . . . . . . . . .
. . 5
C. Street Sweeping Signs . . . . . . . . . . . .
. . 5
VIII.
CONSTRUCTION SURVEY STAKING . . . . . . . . . . .
. . 5
IX.
WATER . . . . . . . . . . . . . . . . . . . . . .
. . 5
X.
STEEL PLATES . . . . . . . . . . . . . . . . . .
. . 5
XI.
SURFACE AND GROUNDWATER CONTROL . . . . . . . . .
. . 6
XII.
WATER SERVICE . . . . . . . . . . . . . . . . . .
. . 6
XIII.
TEMPORARY BYPASS WATER SYSTEM . . . . . . . . . .
. . 6
XIV.
CONSTRUCTION DETAILS . . . . . . . . . . . . . .
. . 6
A. Sewer Main Replacement . . . . . . . . .
. . 6
B. Street and Alley Construction . . . . . . . .
. . 8
C. Water Main Replacement . . . . . . . . . . .
. . 9
XV.
TEMPORARY RESURFACING . . . . . . . . . . . . . .
. 10
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMEN
SPECIAL PROVISIONS
WATER MAIN, SEWER MAIN AND ALLEY
NAD
III.
CONTRACT NO. 2759
SCOPE OF WORK
SP 1 of 10
19111
The work to be done under this contract consists of
removing and replacing existing sewer mains, water mains
and alley improvements; 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- 5181 -S, S- 5129 -S
and A- 5121 -S) , (3) the City's Standard Special Provisions
(1988 Edition); and (4) the Standard Specifications for
Public Works Construction, (1988 Edition), including
Supplements. Copies of the Standard Special Provisions
and Standard Drawings may be purchased at the Public
Works Department for Five Dollars ($5.00). Copies of the
Standard Specifications may be purchased from Building
News, Inc., 3055 Overland Avenue, Los Angeles, California
90034, telephone (213) 202 -7775.
CONTRACTOR'S LICENSES
At the time of the award and until completion of work,
the Contractor shall possess a General Engineering
Contractor "A" License or a Pipeline Specialty Contractor
C -34 License. At the start of work and until completion
of work, the Contractor shall possess a Business License
issued by the City of Newport Beach.
HOURS OF WORK
7:00 AM - 6:30 PM weekdays
8:00 AM - 6:00 PM Saturdays
No work will be permitted on Sundays and holidays which
disturbs, or could disturb, a person of normal
sensitivity who works or resides in the vicinity.
"Holiday" shall be defined as January 1st, the third
Monday in February (President's Day), the last Monday in
May (Memorial Day), July 4th, the first Monday in
September (Labor Day), November 11th (Veterans Day), the
fourth Thursday in November (Thanksgiving), and December
25th (Christmas) . If January 1st, July 4th, November
11th or December 25th falls on a Sunday, the following
Monday is a holiday.
• • SP 2 of 10
IV. COMPLETION. SCHEDULE AND PROSECUTION OF WORK
A. The Contactor shall complete all work within one
hundred twenty (120) consecutive calendar days, but
no later than March 15, 1991.
B. The Contractor shall complete all work on each alley
or street within thirty (30) consecutive calendar
days after beginning work on that alley or street.
The term "work" as used herein shall include all
removals, adjustments, and replacements;
construction of sewer and water improvements;
construction of alley pavement, alley approaches,
street pavement, curb, driveways, sidewalk,
adjacent PCC or AC garage approaches and AC joins.
Also included within the specified period is curing
time for new PCC improvements.
In summary, this means that each alley or street and
every garage approach with access from that alley
must be returned to normal vehicular use within
thirty (30) consecutive calendar days from the day
it is first closed to such use. The Contractor
must employ sufficient men and equipment to meet
this schedule. If it becomes apparent during the
course of the work that Contractor will not be able
to meet this schedule, he will be prohibited from
starting additional work in additional alleys or
streets until he has exerted extra effort to meet
his original schedule and has demonstrated that he
will be able to maintain his approved schedule in
the future. Such stoppages of work shall in no way
relieve the Contractor from his overall time of
completion requirement, nor shall it be construed
as the basis for payment of extra work because
additional men and equipment were required on the
job.
The Contractor will be assessed $350.00 per day
(including Saturdays, Sundays and holidays)
liquidated damages for each day in excess of the
thirty (30) consecutive days allowed for 100%
completion of the construction work at each alley
or street. Additional liquidated damages shall be
assessed for failure to complete the project as
specified under Section V, Liquidated Damages.
The intent of this section of the Special
Provisions is to emphasize to the Contractor the
importance of prosecuting the work in an orderly,
preplanned, continuous sequence so as to minimize
the time an alley or street is closed to vehicular
traffic.
• • SP 3 of 10
C. The Contractor shall complete all work within a
portion of sewer easements shown on Sheet 5 of Plan
5- 5129 -5 within thirteen (13) consecutive calendar
days after beginning work in that portion of
easements. In summary, this means that each
easement and every vehicular parking stall with
access from that easement shall be returned to
normal use within thirteen (13) consecutive
calendar days from the day the easement is first
closed to such use.
The Contractor will be assessed $350.00 per day
liquidated damages for each day in excess of the
thirteen (13) consecutive calendar days allowed for
100% completion of the work within an easement.
All other provisions of Subsection B shall apply to
this subsection.
D. 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 and has satisfactorily
passed bacteriological testing.
2. Hydrostatic pressure testing will be permitted
against new valves. The test pressure shall
be 225 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 of
water service. Shutdowns to residences of up
to four hours during the day will be permitted
and will not require a temporary by -pass.
Operations requiring a longer shutdown period
will require a temporary by -pass.
The Contractor shall notify the City's Utilities
Superintendent, Mr. Peter Antista, (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.
rw
VI.
VII.
• • SP 4 of 10
E. It will be the Contractor's responsibility to
ensure the availability of all material prior to
the start of work. Unavailability of materials
will not be sufficient reason to grant the
Contractor an extension of time for 100% completion
of work at each alley or street.
F. No work shall begin until a_ schedule of work has
been approved by the Engineer.
PAYMENT
The unit or lump sum price bid for each item of work
shown in the proposal shall be considered as full
compensation for all labor, equipment, materials and all
other things necessary to complete the work in place, and
no additional allowance will be made therefor.
Payment for incidental items of work not separately
provided for in the proposal shall be included in the
unit price bid for each item of work.
Partial payments for mobilization and traffic control
shall be made in accordance with Section 10264 of the
California Public Contract Code.
LIQUIDATED DAMAGES
Commencing on March 15, 1991, the Contractor shall pay to
the City, or have withheld from monies due the
Contractor, the daily sum of $350.00 in lieu of the daily
sum of $100.00 specified in Section 6 -9 of the Standard
Specifications.
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 water
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 and time at the time he
distributes the notices. Errors in distribution,
false starts, acts of God, strikes or other
alterations of the schedule will require Contractor
renotification using an explanatory letter
furnished by the Engineer.
• • SP 5 of 10
B. "NO PARKING -TOW AWAY" Signs
The Contractor shall furnish, install, and maintain
in place "NO PARKING -TOW AWAY" 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-
3740, 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 dimension of 12 inches wide and 18
inches high; and (3) be similar in design and color
to sign R -38 on the Caltrans Uniform Sign Chart.
The Contractor shall print the hours and dates of
parking restrictions on the "No Parking -Tow Away"
signs in 2- inch -high letters and numbers. A sample
of the completed sign shall be approved by the
Engineer prior to posting.
C. Street Sweeping Signs
After posting "No Parking -Tow Away" signs, the
Contractor shall bag or cover street sweeping signs
on those streets adjacent to alley construction in
a manner approved by the Engineer. Immediately
after completion of alley work and upon removal of
the "NO PARKING -TOW AWAY" signs, the Contractor
shall uncover street sweeping signs on those
streets adjacent to the completed alley.
VIII. CONSTRUCTION SURVEY STAKING
Field staking control of construction will be provided by
the Engineer.
IX. 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
City, the deposit will be returned to the Contractor,
less a quantity charge for water usage.
X. STEEL PLATES
The City can provide, free of charge, a limited quantity
of 1" thick, 5' x 10' steel plates. These plates may be
obtained from and shall be returned to the City's
Utilities Yard at 949 West 16th Street. To determine the
number of plates available and to reserve the plates, the
Contractor must call the City's Utilities Superintendent,
Mr. Peter Antista, at (714) 644 -3011.
XII.
XIII.
XIV.
• • SP 6 of 10
SURFACE AND GROUNDWATER CONTROL
Groundwater may be encountered at certain sites in the
project area. The Contractor will be responsible for
providing, installing, maintaining and operating a
dewatering system in the project area. Groundwater or
surface runoff water containing mud, silt or other
deleterious material due to the construction of this
project shall be treated by filtration or retention in
settling basin(s) sufficient to prevent such material
from migrating into the bay.
WATER SERVICE
Water service shall be maintained
residences except as permitted in
Contractor's methods of providing suct
shall be approved by the Engineer pri
TEMPORARY BYPASS WATER SYSTEM
at all times to
Section III. The
.continuous service
or to construction.
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.
Peter Antista, 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.
CONSTRUCTION DETAILS
A. Sewer Main Replacement
The Contractor shall be responsible for maintaining
sewer service at all times during construction of
this project. Method of maintaining service shall
be approved by the Engineer prior to the start of
work.
1. Sewer Alternatives
a. Vitrified Clay Pipe (VCP)
1. Sewer Main
Sewer main pipe, house connections,
sewer cleanouts, and fittings shall
be extra strength vitrified clay
pipe (VCP).
• • SP 7 of 10
2. House Connections (HC)
All new HC laterals shown on the
plan shall be aligned perpendicular
to the new sewer main unless
otherwise shown on the plans. To
accomplish this, the Contractor
shall determine the exact locations
of existing HC at property lines
prior to laying any new pipe. The
material and size of existing
laterals at property lines may vary
and shall be verified by the
Contractor at his own expense.
The Contractor shall furnish and
install a sewer cleanout at each
house connection lateral.
3. Manhole Connections
Manhole connections shall be
watertight. The vitrified clay pipe
shall be cement - grouted to existing
manholes. Grout, proportioned by
volume, shall be 1 part portland
cement and 2 k to 3 parts sand, to
which 1 /10 part lime may be added.
b. Polyvinyl Chloride (PVC)
1. Sewer Main
Sewer main pipe, house connections,
sewer cleanouts, and fittings shall
be polyvinyl chloride (PVC) SDR 35
and shall conform to the
requirements of ASTM D1784 and 3034.
The PVC pipe shall have a nominal
diameter of 8 and 12 inches except
for smaller sized house connections,
and shall have integral bell and
spigot connections with elastomeric
gaskets.
2. House Connections (HC)
See Section XIII, A.l.a(2).
3. Manhole Connections
Manhole connections shall be
watertight. Approved methods for
connection can be made as follows:
SP 8 of 10
a. Manhole couplings with
elastomeric gasket seals may be
cement - grouted into the manhole
walls. Pipe inserts into
coupling.
b. Waterstop in various forms
(e.g., flexible boot or sleeve
O -ring or gasket) produced from
elastomeric compound may be
grouted or locked into manhole
wall. Pipe inserts into
waterstop.
C. Grouted connections directly to
PVC pipe may be effective if
the pipe at the connection is
first softened with solvent and
covered with sand.
d. Grout, proportioned by volume,
shall be 1 part portland cement
and 2� to 3 parts sand to which
1 /10 part lime may be added.
B. Street and Alley Construction
1. Removals and Excavation
The work shall be done in accordance with
Section 300 - 1.3.2. of the Standard
Specifications except as modified and
supplemented herein. Final removal at the
sawcut lines may be accomplished by the use of
jackhammers or sledgehammers. Pavement
breakers or stompers will not be permitted on
the job. Final removal accomplished by other
means must be approved by the Engineer.
2. Existing Utilities
The Contractor shall adjust to finish grade
all sewer manholes, sewer cleanouts, water
meter boxes, water valve covers, and monuments
prior to the placement of pavement.
The Contractor shall be responsible for any
damages to existing utilities resulting from
his operations.
3. PCC Curb and Sidewalk
The cost of constructing curb and sidewalk
adjacent to new alley approaches to join
existing or new improvements shall be included
in the cost of constructing PCC alley
approaches.
• • SP 9 of 10
4. Encroaching Improvements
The Contractor shall salvage any brick
encroaching in the alley in conflict with the
work, and stack it neatly on the property
adjacent to the alley.
5. Patch Back and Reinstalling Brick
The Contractor shall patch back AC and PCC
within private property at locations shown on
the plans in a manner that matches the
adjoining private property improvements in
structural section, texture and color.
6. Water Meter Boxes
The Contractor shall salvage and reset
existing concrete meter boxes. The City shall
furnish to the Contractor meter boxes to
replace those boxes which the Contractor and
the Engineer determine to be substandard or
broken prior to construction.
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 Replacement
1. Materials
The Contractor shall use ductile iron, Class
52, pipe materials at all locations.
a. Pipe and Fittings
Water pipe and fittings shall conform to
Section 207 -9 of the Standard
Specifications.
b. Encasement
Ductile iron pipe shall be encased in
minimum 8 -mil. polyethylene.
.0. .
VVA
• 0 SP 10 of 10
C. D.I.P. Installation
D.I.P laying shall be performed in
accordance with the recommendations of
the manufacturer and as described in the
most recent publication of AWWA C600
Installation Guide. 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.
Water Main Abandonment
Water main abandonment shall include the
following:
a. 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.
b. Abandoned pipe openings shall be plugged
with 4 inches minimum Class E mortar.
C. All water valves to be abandoned shall be
left with the valve set in the open
position, unless otherwise indicated.
3. Water Meters
Where plans specify new service to a meter
box, the Contractor shall salvage and return
water meter to the Utilities yard at 949 West
16th Street. The City shall then furnish a
new water meter to the Contractor for
installation on the job site.
4. Water Meter Boxes
See "Construction Details," Section XIII, B.6.
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 water and sewer mains and
laterals with trench resurfacing. Temporary resurfacing
shall be 2" in thickness, and is required over all
excavated pavement areas except where an entire alley or
street pavement is being reconstructed.
fl 1,
u
•
•
TO:
FROM:
0
City Council
Public Works Department
44�
•
October 8, 1990
CITY COUNCIL AGENDA
ITEM NO. F -3(a)
SUBJECT: WATER MAIN, SEWER MAIN AND ALLEY REPLACEMENT
PROGRAM (C -2759)
RECOMMENDATION:
Award Contract No. 2759 to B & A Construction, Inc. of
Fontana for $427,427.00 and authorize the Mayor and
the City Clerk execute the contract.
DISCUSSION:
At 11:00 A.M. on September 27, 1990, the City Clerk
opened and read the following bids for this project:
Bidder Amount
Low B & A Construction, Inc. $427,427.00
2 Nobest Incorporated $438,394.50
3 Gillespie Construction Inc. $489,800.00
4 Clayton Engineering, Inc. $526,400.00
5 John T. Malloy and
John T. Malloy, Inc. $590,230.00
6 Colich & Sons (JV) $753,531.00
The low bid is 15% below the Engineer's estimate of
$505,000.00. The disparity between estimated and bid amounts is
attributed to an intense competition among pipeline contractors
caused by scarcity of such work.
The low bidder, B & A Construction Inc., is a well -
qualified general contractor who possesses a Class A Contractor's
License. B & A Construction Inc. has not performed previous
contract work for the City; however, a check with their experience
references and the State Contractor's License Board has shown that
B & A Construction Inc. has successfully completed previous
contracts for Rancho Cucamonga Water District and the City of
Ontario and has no pending actions detrimental to their
contractor's license, respectively.
The replacement of the sewer main and laterals is part of
a continuing program to replace deteriorated sewer mains and
laterals throughout the City. The water main replacement is part
of the continuing program to replace existing deteriorated mains in
the City. The replacement water mains will improve domestic water
service and provide increased pressure and reliability for fire
protection.
(00
J
•
•
•
Subject: Water Main, Sewer Main and Alley Replacement Program
(C -2759)
October 8, 1990
Page 2
The reconstruction of the alley improvements will
facilitate drainage and provide a smooth portland cement concrete
driving surface. This project is just one phase of alley
reconstruction planned for old Corona del Mar and Balboa Peninsula.
Adequate funds are available for award from the following
appropriations:
Description Account No. Amount
Sewer Main Replacement Program 02- 5590 -102 $153,400
Water Main Replacement Program 50- 9290 -001 $149,427
CDM Alley Replacement Program 02- 3397 -512 $52,300
Balboa Peninsula Alley Repl. Prog. 02- 3497 -430 $72,300
Total $427,427
The plans and specifications were prepared by the Public
Works Department. All work should be completed by March 15, 1991.
az��, Z�o )�4
Benjamin B. Nolan
Public Works Director
SL: so
Attachment
J
•
•
SCALE r moo�..
OA
LOVES i ;,/ A? SNARES
e
A —77 -Z
URI6timG gASIN , " I � I
INDS,-3 'SALOO -p
PROJECT LOCATION
1� oz A
g&
vez
e jo is.
AY IS
L Ld
-17
CD Cz
!AC,H
91-1- z
I I
PROJECT LOCATION• 4--`
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
WATER MAIN, SEWER MAIN AND
ALLEY REPLACEMENT PROGRAM
SCALE 1- = 1600'
Fir
r
...........
PUBLIC
C-2759
DATE
t I ff"WED
DRAWING NO. EXHIBIT A
• TO: City Council
FROM: Public Works
AUG 2 _ 1990
August 27, 1990
CITY COUNCIL AGENDA
ITEM NO. F -12
SUBJECT: WATER MAIN, SEWER MAIN AND ALLEY REPLACEMENT PROGRAM
CONTRACT NO. 2759
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to ild— tine L - b;a, r„
t— P-Q -A —t !logo _a v _2.7 -y -1990.
DISCUSSION:
This project provides for the replacement of 1,470 lineal
feet of sewer main, 1,330 lineal feet of water main, and
reconstruction of alley improvements.
• The sewer main and lateral replacements will restore the
original flow capacity to the system. 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
mains in the City. The reconstruction of the alley improvements
will facilitate drainage and provide a smooth portland cement
concrete driving surface. This project is just one phase of alley
reconstruction planned for Corona del Mar and for Balboa Peninsula.
The Engineer's construction estimate is $505,000. Funds
for award are provided in appropriations for Sewer Main Replacement
Program, Water Main Replacement Program, Corona del Mar Alley
Replacement Program, and Balboa Peninsula Alley Replacement
Program.
The plans and specifications were prepared by the Public
Works Department. All work should be completed by March 15, 1991.
An exhibit is attached for reference.
Benjamin B. Nolan
Public Works Director
SL: so
Attachment
f ^ ^�
•
•
•
SCALE r i6oa.
PROJECT LOCATION -
"74 0
L
SCALE \ r i600,
,4/N DA In
C:
c- A
-ro
i L
All
ir ir
-R�-k
X-I.--
-- --- -w
---- ---- ------ k
Ul
cz
Oc� �L-Y
a A IL 8 �OJAL
EA 4
NEACN
PROJECT LOCATION
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
WATER MAIN, SEWER MAIN AND
ALLEY REPLACEMENT PROGRAM
C-2759
DRAWN -ivy DATE
APPROVED 77-,,,
DRAWING NO. EXHIBIT A