Loading...
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