Loading...
HomeMy WebLinkAboutC-2784 - Water Main Relining ProgramCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 October 15, 1992 Creamer Bros., Inc. 101 E. Broadway Hackensack, N. J. 07601 (714) 644 -3005 Subject: Surety: Safeco /General Insurance Company of America, Bond No.: 5713335 Contract No.: C -2784 Project: Water Main Relining Program The City Council of Newport Beach on September 14, 1992 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 his been recorded in accordance with applicable portions of t6 Civil Code. The Notice was recorded by the Orange County Recorder on September 25, 1992, Reference No. 92- 649669. Sincerely, Wanda E. Raggio City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach 6 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk /�,7' CM ofwNpewp r Beach Newport Beach, Boulevard 92= 649669 RECORDED IN OFFICIAL RECORDS Or OGANGE COUNTY. CALIFORNIA PM SEP 2 5 7992 0a Q., Recorder Other "Exempt from recording fees pursuant to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Creamer Bros., Inc., 101 E. Broadway, Hackensack, N. J. 07601 as Contractor, entered into a Contract on January 15, 1992 Said Contract set forth certain improvements, as follows: Water Main Relining Program (C -2784) - located in the City of Newport Beach. County of Orange Work on said Contract was completed on March 31, 1992 and was found to be acceptable on September 14, 1992 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Safeco /General Insurance Company of America, 120 Montgomery Street, San Francisco, CA 94104 Vol BY Pubild works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the _byes /t of my knowledge. Executed on �i� Gov ��Cc� . /99� , at i Newport Beach, California. BY i RECEE IVED city cierk Assistant OCT 15 iw CITY CLERK r�; NEyJpGpttRT BE1CH /. 0 • ,H SEP 1 4 WZ APPREM TO: Mayor and Members of the City Council FROM: Public Works Department September 14, 1992 CITY COUNCIL AGENDA ITEM NO. 13 SUBJECT: ACCEPTANC.E:OF WATER MAIN RELINING PROGRAM (C -2784) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to:file..a:Notice of> Completion: 3. Authorize the City Clerk to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. DISCUSSION: The contract for the relining of the 8 -inch water main in Coast Highway easterly of the Arches has been completed to the satisfaction of the Public Works Department. The bid price was $268,350.00 Amount of unit price items constructed 222,670.00 Amount of change orders 34,129.63 Total contract cost $256,799.63 The decrease in the amount of the unit price items constructed was due to finding that a portion of the main to be relined had already been replaced with asbestos - cement pipe. Three Change Orders were issued. The first, in the amount of $14,350.00, provided for deletion of the lining of the main that had been replaced and reimbursement to the contractor for fixed costs pro -rated on the per -foot cost of lining. The second, in the amount of $1,600.00, provided for pot - holing to find the connection between the older cast iron and the newer asbestos cement pipes. The third, in the amount of $18,179.63, provided for the reconstruction of four existing fire services and the connection of these services to the 24 -inch main. Funds for the project were budgeted in the Water Fund, Account No. 7503 - 5000003. The contractor is Cz�emer Brothers of Santa Fe Springs. The contract date of completion was March 31, 1992. The work was completed by that date. Acceptance has been delayed ding resc u_t of the cost of the extra work. Benjamin B. Nolan Public Works Director PD:so CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 6443005 TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: January 15, 1992 SUBJECT: Contract No. C -2784 Description of Contract Water Main Relining Program Effective date of Contract January 15, 1992 Authorized by Minute Action, approved on December 9. 1991 Contract with Creamer Bros., Inc. Address 101 E. Broadway Hackensack, N. J. 07601 Amount of Contract $268,350.00 "wtl(et' 4f Le Wanda E. Raggio City Clerk WER:pm Attachment 3300 December 9, 1991 CITY COUNCIL AGENDA • ITEM NO. F -3(a) BY THE CITY CCU-, TO: CITY COUNCIL OF NEwPOrT CITY ea: >c,I FROM: Public Works Department DFC SUBJECT: WATER MAIN RELINING PROGRAM (C -2784) RECOMMENDATION: Award Contract No. 2784 to 4keaaer,Bros., Inc. of Hackensack, N.J. for the total bid price of $268,350.00, and avAhhorize•..the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on November 26, 1991 the City Clerk opened and read the following bids for this project: • Bidder Total Bid Price Low Creamer Bros., Inc. $268,350.00 2 Spiniello Const. $336,900.00 The low total bid price is 10% below the Engineer's estimate of $298,000.00. The low response of qualified bidders is attributed to the specialized nature of such work. The low bidder, Creamer Bros., Inc. is a well - qualified General Engineering contractor who possesses a Class A Contractor's License. Creamer Bros. has not preformed previous contract work for the City; however, a check with their experience references and the State Contractor's License Board has shown that Creamer Bros. has successfully completed similar contracts for the City of Los Angeles' Dept. of Water and Power, and has no pending actions detrimental to their contractor's license, respectively. • This project provides for the relining of 3,000 lineal feet of water main, installation of additional valves, and fire hydrant replacement. The location of the work is shown on the attached Exhibit "A". (0) . A 0 • The relined water main will improve domestic water service and provide increased pressure and reliability for fire protection. The water main relining is part of the continuing program of maintenance of existing deteriorated mains in the City. Sufficient funds to award this contract are available from the Water Main Replacement Program, account No. 500 -7503- 9800- 50030 - 5000003. The plans and Public Works Department 31, 1992. J'I�r , 2a Benjamin B. Nolan Public Works Director 1r� u specifications were prepared by the All work should be completed by March • C • fl�l� 4p TURNING MN "�21Nr�G N CITY OF NEWPORT REHCH PUBLIC WORKS DEPRRTMENT WRTER MRIN RELINING PROGRRM C -2784 EXHIBIT "R" 10/3.1/91 CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CFI 92659 -1768 until 11.0a a.m on the 96thday of NovPmhPr , 1991, at whit time such bids shall be opened and read for Water Main Relinin Title of Pro C -2784 Contract No. $298,000.00 Engineer's Estimate low PORT 4J fff � ► -,A V, ib , LI F flpproved by the City Council this 12th day of November 1991 Wanda E. Raggio City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CH 92659 -1768. For further information, call Stephen Luy at 644 -3311. Project Manager 64 Y _ Sys _ s `1 } `1 PR 1.1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL WATER MAIN RELINING PROGRAM CONTRACT NO. 2784 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. 2784 in accordance with the Plans and "contract documents ", "-and that he 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, traffic control and Caltrans' Permit reimbursement @ Fifteen Thousand No Per Lump Sum Dollars and Cents 2. 3,000 Line existing 8" C.I.P. Linear Feet @ Forty Two Dollars and Ten Cents Per Linear Foot 3. 1 Tap 24" water main and Each install connecting pipe and fittings $ 15,000.00 1 11 11 @ Nine Thousand Dollars an No Cents $ 9.000.00 $ 9,000.00 Each z PR 1.2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 5 Install 6 -inch valve Each @ Seventeen Hundred Dollars and No Cents $1~700.00 $85,000.00 Each 5. 8 Install 8 -inch valve Each @ Two Thousand Dollars and No Cents $2,000.00 $16.000.00 Each 6. 11 Construct lining access Each excavation and remove and replace water main @ Fifteen Hundred Dollars and No Cents $1.500.00 $16,500.00 Each 7. 11 Reconnect existing 1" Each service @Fifty Dollars and No Cents $ 50.00 $ 550.00 Each B. 12 Reconnect existing 2" Each service @ One Thousand Dollars and No _ Cents $1X00.00 $ 1,200.00 Each 9. 6 Reconnect existing fire service Each connection @ Fifteen Hundred Dollars and No Cents $1,500.00 $ 9,000.00 Each R ; 0 PR 1.3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 5 Remove existing and replace Each fire hydrant assembly @ Thirty Five Hundred Dollars and No Cents $ 3.500.00 $ 17.500.00 Each 11. Lump Sum Temporary bypass water system @ Thirty Five Thousand Dollars and NA Cents Per Lump Sum 12. Lump Sum Pressure testing and disinfection @ Fifteen Hundred Dollars and Nn Cents Per Lump Sum 13. 3 Each Remove pipe obstruction @ Five Hundred Dollars and No Cents Per Each Two Hundred and Sixty Eight Thousand, Three Dollars Hundred and Fifty Dollars and 111 11 $ 1.500.00 +11 11 11 /1 No Cents $ 268.350.00 TOTAL BID PRICE (WORDS) TOTAL BTD PRICE (FIGURES) V Creamer Bros., Inc. #587920, Classification A Bidder State Contractor's License Authorized Signature /Title Date Dale A. Creamer, Vice President v 101 E. Broadway, Hackensack, N.J. 07601 _ (201) 488 -9800 Bidder's Address Bidder's Telephone Page 2 The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: PROPOSAL (Page 1) INSTRUCTIONS TO BIDDERS (Page 2) DESIGNATION OF SUBCONTRACTORS (Page 3) BIDDER'S BOND (Page 4) NON - COLLUSION AFFIDAVIT (Page 5) TECHNICAL ABILITY AND EXPERIENCE REFERENCES (Page 6) 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. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 5/91 i • Page 2A 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 insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." All documents shall bear authorized to sign on behalf of signatures shall be of a col authorized by the corporation. shall be of a general partner. shall be of the owner. signatures and t the bidder._ For -porate officer For partnership For sole ownersh #587920, Classification A Contractor's License No. & Classification Creamer Bros., Inc. titles of persons corporations, the :)r an individual s, the signatures ip, the signature /a� 919 / ��,e�.., Date Au orized Signature /Title Dale A. Creamer, Vice President 5/91 Page 3 DESIGNATION OF SUB99NTRAC (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. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Subcontract Work Subcontractor Address 1 Excavation MVW P.O. Box 383, Yorba Linda, CA 92686 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Creamer Bros., Inc. Bidder 5/91 Authorized a Signature/Title Dale A. Creamer, Vice President Page 4 "BIDDER'S BOND ATTACHED KNOW ALL MEN BY THESE PRESENTS, That we, as bidder, and , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($ ),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 Relining Program, C -2784 (Title of Project and 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) after the date of the mailing Notice of Award to the above bounden bidder by and from said City, then this obligation shall become null and void; otherwise it 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 obligation under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this day of , 19 Bidder (Attach Acknowledgment Authorized Signature/Title Of Attorney -In -Fact) Dale A. Creamer, Vice President SURETY By: Notary Public Commission Expires: 5/91 I, ® VFECO INSURANCE COMPANY OF AMERICA ENERAL INSURANCE COMPANY OF AMERICA FIRST NATIONAL INSURANCE COMPANY SAFECO OF AMERICA HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 KNOW ALL BY THESE PRESENTS, That we, CREAMER BROS., INC. of 101 E. BROADWAY HACKENSACK, NEW JERSEY 07601 (hereinafter called the Principal), as Principal, and GENERAL INSURANCE COMPANY OF AMERICA (hereinafter called the Surety), as Surety, are held and firmly bound unto City of Newport Beach 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92659 -1768 (hereinafter called the Obligee) in the penal sum of Ten Percent of the Total Amount Bid -Aet -= -- ---------------------------------------------------------- - - - - --- Dollars for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That WHEREAS, the Principal has submitted or is about to submit a proposal to the Obligee on a contract for Water Main Relining Program Contract #C -2784, City of Newport Beach, CA NOW THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be specified, enter into the Contract in writing, and give bond, if bond is required, with surety acceptable to the Obligee for the faithful performance of the said Contract, then this obligation shall he void; otherwise to remain in full force and effect. Signed and sealed this 26th day of November 19 ()l i R .G CREhXER EROS., INC. (Seal) Principal ,,,,c:,JUce President e A. Creamer Title GENERAL INSURANCE COMPANY OF AMERICA, By Ao me -in -Fact JOA,\ MUL -3Z ,, CONSENT OF SURETY The undersigned, GENERAL INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Washington and authorized to do business in the State of California with offices at 1200 MACARTHER BOULEVARD - 3RD FLOOR MAHWAH, NEW JERSEY 07430 does hereby consent and agree with City of Newport Beach, CA that if the proposal of CREAMER BROS., INC. 101 E. BROADWAY HACKENSACK, NEW JERSEY 07601 for Water Main Relining Program Contract #C -2784. Newport RParhY CA be accepted and a contract for said work be awarded to the said CREAMER BROS., INC. it will, upon its being so awarded, become surety for the said CREAMER BROS., INC. in sum not to exceed ONE HUNDRED PERCENT (100%) OF THE TOTAL AMOUNT BID------- - ------------------------------------------- - - boTlars ($ ---- - - - - -- ) 'or the faithful performance of said contract. Signed, sealed and dated this 26th day of November 19 91 . GENERAL INSURANCE COMPANY OF AMERICA . By — JOAN` ARZ [torn yin -Fact PRINTED IN U.S.A. ECO INSURANCE COMPANY OF AMERICA ERAINSURA CE COMPANY OF FAMERICA ST NATIONALI NSURANCE COMPANY S�E`O OF AMERICA HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 CONSENT OF SURETY The undersigned, GENERAL INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Washington and authorized to do business in the State of California with offices at 1200 MACARTHER BOULEVARD - 3RD FLOOR MAHWAH, NEW JERSEY 07430 does hereby consent and agree with City of Newport Beach, CA that if the proposal of CREAMER BROS., INC. 101 E. BROADWAY HACKENSACK, NEW JERSEY 07601 for Water Main Relining Program Contract #C -2784. Newport RParhY CA be accepted and a contract for said work be awarded to the said CREAMER BROS., INC. it will, upon its being so awarded, become surety for the said CREAMER BROS., INC. in sum not to exceed ONE HUNDRED PERCENT (100%) OF THE TOTAL AMOUNT BID------- - ------------------------------------------- - - boTlars ($ ---- - - - - -- ) 'or the faithful performance of said contract. Signed, sealed and dated this 26th day of November 19 91 . GENERAL INSURANCE COMPANY OF AMERICA . By — JOAN` ARZ [torn yin -Fact PRINTED IN U.S.A. I ® GE*AL INSURANCE COMPANY OF AMIOA SAFECO® FINANCIAL STATEMENT — DECEMBER 31, 1990 Assets Liabilities Cash and Bank Deposits .................. .SF 18,041,638 Unearned Premiums ...................... S 225,920,770 Reserve for Claims and Claims Expense ..... 674,840,824 *Bonds — U.S. Government ................ 104,094,349 Reserve for Dividends to Policyholders ...... 5,484,187 'Other Bonds ............................. 793,618,636 Additional Statutory Reserve .............. 8,349,157 Reserve for Commissions, Taxes and *Stocks ... ............................... 247,681,355 Other Liabilities ........................ 62,184,740 Real Estate .............................. 16,217,077 Total ............................... $ 976,779,678 Agents' Balances or Uncollected Premiums... 93,854,729 Capital Stock .............. S 2,500,000 Accrued Interest and Rents ................ 26;512,024 Paid in Surplus .............. 2,391,058 Unassigned Surplus ......... 356,922,807 Other Admitted Assets .................... 38,573,735 Surplus to Policyholders .............. 361,813,865 Total Admitted Assets ................ SI,338,593,543 Total Liabilities and Surplus ........... $1,338,593,543 5����kCE COpp'y` CORPORATE `Bonds are stated at amortized or investment value; Stocks at Association Market Values. S E AL a Securities carried at $183,262,133 arc deposited as required by law. = X ej 9 X923 0 I, PHILIP A. STE PH ENS, vice - president of General Insurance Company of America, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as of December 31, 1990, to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this Ist day of March, 1991. r , Vice - President/'_ / ORegistnre0 trademark & SA ECO Corporation. S-8853/91 PRINTED IN U.SA. 'r ® i POWER SAFECO INSURANCE COMPANY OF AMERICA OF ATTORNEY �ENERAL INSURANCE COMPANY OF AMERICA OME OFFICE: SAFECO PLAZA eMECD SEATTLE. WASHINGTON 98185 No. 3145 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AM£RICA,each a Washington corporation, does each hereby appoint - - - -- GEORGE E. CLAFFEY, JR.; RICHARD H. HUNT; JOSEPH T. CLAFEEY; JOAN MULARZ; LINDA BAUMGARTNER; DEBORAH V. H. MESLAR; Clark, New Jersey--- ------=- - - - - -- its true and lawful attorney(s) -in -fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents 30th day of CERTIFICATE May Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: 19 90 . 'Article V, Section 13. — FIDELITY AND SURETY BONDS ... the President, any Vice President. the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business ... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of,the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced: provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking.** Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28. 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out. (i) The provisions of Article V. Section 13 of the By -Laws. and' (ii) A copy of the power -of- atto(ney appointment, executed pursuant thereto, and (iii) Certifying that said power -of- attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile. and the seal of the Company may be a facsimile thereof." I. Boh A. Dickey, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 26th day of November —.19 91 i NUZi- COLLUSION AFFIDAVIT New Jersey State of (COl)1MdS1tXllbd() ) ss. County of Bergen ) ri Page 5 being first duly sworn, deposes and says that he or is Vick PrP�jdent. of rr�amar Rrn - rn�_, the party making the forego�.ng 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. I declare under penalty of perjury that the foregoing is true and correct. Creamer Bros., Inc. Bidder Authorized Signature /Title Dale A. Creamer, Vice President Subscribed and sworn to before me this 22nd day of November 19 91. Notary Public NJ My Commission Expires: KATHLEEN FUEN T. MNEWJE NOTARY- PtlBttE'8F NEW JERSEY My Commission Expires July 2i, 1995 5/91 [SEAL] Page 6 TECHNICAL AMITY 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 For Whom Person Telephone Completed Performed (Detail) To Contact Number Creamer Bros., Inc. Bidder 5/91 Attached Authorized Signature /Title Dale A. Creamer, Vice President Q\ C) 0 U Z H N O C m C K U it i • o 4 L O O O O O O +� O LO O CC) O Y Lr -�-+ Lo "Cl - H N an M M U D - N m CO U U U d m m= a) a) u d w LL C C C O C= C C= C= J J J J N J N J J CL of at of s' as co o-6 } -C y d y y ro ro ro ro 10 ro+ ro+ .NN dH m= a) al m d m N UU UU U.- Ue Um L-) co ULo Lo 0 C) °o z r w o 0 co M O rn O . O O F Z LO LO O M m O Q Q to OL O N co m M U N C M M N N O C C Lo m N O ro 0 ro C) 3 Lo m N O H_n y 0 y 0 O ^- g Lo N Q) •r Co c to .a N - N L W O M ed ,I- C rn a) «) ro Lo ed Lo •� LO Z (A C' J to W m Q m U� Q N •_ ko LO •r to 7 rI L1 a1 co a N W > — I c ^ -0 1 y Lt Cu Lo yr• LO yM 'OM "OM y V W 410 roO O— NO - a)O NO ro .- C N M U N n N S N F- r z . J � Q) U � r� rn z U F- x c Z y > U ~ a) rd c d Y 41 S G 41 U O d 3 3 41 ed i+ Of Z y rn y ro v z W Z f > +r > T u ++ 1 y y O C C Y p*Q T 41 v v c uu Y yro - O¢ Ly c> ✓L 3 Q 41 O •r J y ++ Li 41 C = N d O Y + rY y U y O E 10 d E 'o O s 41 C Z E rd ed r- N F- Q Ted F- ¢ T ro H rd - y 3ya rd 41U c OU C OU -Ike C C r L 4- y O i. ro 41 (0 W Y ro= y •r v W O 4� u O ed n .Y O G 41 3 o- - G - O L 2 2 UQN r* iaz ux O c c u E.lZ u EYL >- !_- N a/ .nap C a) .r O - ed -P H v LT a) r- d U ro > O u U 41 U rd •r O u u 41 U rd •r d c 4- 'o 3 N Z L T c r• C c ed u y 3 u y 3 O C O +L N rd w L a) a) O •r L O S • a) y I- C () y F-' C �� L O Y O u00 u C N r• Sa- 41 Y L u0 ++ -r 3 C d a) CYv N C N N C.FJb w C _lC 3 M y w CA 0 0 rd rd C) rd O d d O ed, y 0 rd . S- OLD O Z CO V) F- x 2 N 2 V) LIZ u m o u U 3 0 C.7 O v. F- J m m O^o d^o coo co co d Q m U w 4- d O O O O +• •- O O O O . p N O O C O m H O �^ d 1c M N U C' N m d b N H (, 7 3 M r r N U! O l~ N H d V 4 r_ C U c U C C N IL 4• U U 0 C J J= J= J J , .m O - c W J m 'O "O CY "O 'd m b CL a } tpo d3 7 rd H rd rd rd ra = I'•' N C L CU CL CL CL C • dl rd N <d ++ rt5 +' rG 41 b C d y= d d d N J U� U•- U V Um Q 2 O m O N V O 1' O H- ^ � Lo m L!] a p¢ M m m M 1 N N N tm C N O C + N ' O O O Id L d rt0 '0 N N M _b0 E00 C:) �Lm cp W N - ^ O (J W y •u •U L W rd G1 3 1 n W d 1 I d Q I I -m 1 u I rm N I I rtO I "Or f I O O I Ym U• 0: . I .. r LO V) M N Cl) m� L m 000 b m W L tD a a to rd d d' Z r..r V.• N I I I I L I - I I Z LLJ OC rj— 00 NO N O L N rd0 r O NC) 00 C •-- a+0 H J K N Z N ZN Ut>7 CGN U N YN otS C7 Z ... H Z Q W n r'7 Y n J n Z z Y f z U z n Z m m at LO -o z w T a a J > > > N 4- C 3 L O T U m J m m m m m N d a i+ d •,�.. O N O Q Q L 41 L O L fts 0)41 d) Cr! dl Cn 41y%' A d W —O Nn C 41 W m OZ m O Z rd -Y rd N T m rd Z C rd d) 2 •N 41 3 L 3 L a O U OC 3 L 4- a 4- M - M ^ ++ - 4- - T � W ++ O C 01 O C d N d L V) L O -a rd w Z U TN T �r •r-- —L, O O — m 7 41— L 0L O_ rd N C ^ d H •r N -r ..- N .� .- O •r •> L •.- L •- O., w d) 0,0 L rd > L rd > O> to rd Id L ..- 4- O> c 2•r S N3 d N3 d Ncn N S i2 N U S Q C T O y 3 N .- 3 N •- 7 to •7 L r, L C• O S C O Y O T +r d 4; O to w Otin N O M O J 10M rd m M m O I- f m M rd U lf) m a g m f I... CO I-- r m J d m H K F- W W f JF 93- m m co m W S C m m m m m m U O rn a rn 03 M co M V d U W W K 2 H W Q n. U z H N co m W f Q W u U a c c 0 u O H W J d k� c C L a N N Ow w C • a)r w CA w w b N 4- 4- 4- •L - r N41 r N NQ O L V co O OM a E Q D a) E 'O C7 )d O O c �d L O N n O L Nr- O C O U M l0 M L p M 41 id 0! r ed N L •C rd OG !✓ N CT O C d r a L O G m 41 W 10 i x :3 CL u E -i[ L G 1- )d E u N = C. u E -IC t N N U E,t- H •r O u u a W d.+r CL= O m a a) a U d >O> Lrd> N 3 d a) N 1... U L a) $- H C N L 3 N a) L 1--' C N N N G.O 41 N� 41 7 O a00a C a) a) C 41 V N C a) 4. C41 r C a) a/ C41'O C Cl J Ui co V d QNQ yCL 00 00 C r r O Cn 1p m W OD W ca rd an t0 n n n a0 '- C C C L C L C L C m C) (d b ro b y C a) H al H d a) a) d J D F-) L; U 'D U 1-- O O O O O O O Q Z O LO O N O O O la7 M �O M M O O t p V O o, V m �D M b N E E �O a) O O o O O Ln 0 iD O O E O- W C N E a O N n O N ��r U T r )d to C to CO C In L M r- ro L� 1 - I N I O 1 W 2 n et > m m >a% edT cn0 co C co O N 0%6 m UD to W Y n 16 r Um Clm Um )n N Ct ti c 1 E 1 1 w f t - 1 ar I W rd N i n C M N n C M 1- N E r C 0 CD - ON LL V 2 N ONO r!n ON UL7 ri Q Y Z 41 ~ c a) U L rd v a) H U f U L H m u )d C C N •i •> •> 4- L a) a) N N d Ae r (D J r J ) C.0 m O H W J d k� C L N N Ow U C • a)r r OC) CA w b •L N O d > n N41 1- N NQ L V r Q 0 O a E Q D a) E 'O C7 )d E •17 �+ t^ >- c �d L Q Trdr T7 - Q T)dH )d•.-Y m Oz Nr- L i•) C O U )d C QN C OU M L 4- - a) N 41 id 0! r ed N L •C rd OG !✓ N CT O C d r a L O G m 41 W 10 i x :3 CL u E -i[ L G 1- )d E u N = C. u E -IC t N U E,t- 3 l- •r O u u > O•�m O D U d.+r CL= >-Ua a0C u u t-3 >O> Lrd> N 3 d a) N 1... U L a) $- H C N L 3 N a) L 1--' C N N N G.O 41 N� 41 7 O a00a C a) a) C 41 V N C a) 4. C41 r C a) a/ C41'O C D-3 Cl) 3 Ui V d QNQ U30U 00 00 a0 m 00 Cn 1p m W OD W CO a7 r- an t0 n n n a0 '- 0 W W Q a d c 41 c O U U z H N O m ' K W Q W Ex U U ' U Q U�m H.-> H w Oo a m m m m co \D �. co O O C U � rn >1 m 1d rt w d M o 3 , , o • o m O 3 C o o a1 z o L L.) V Vi r ro In E C C 7 r rn N n 10 • V O O n � L V O rn O O N K O N V M d rd 0 N a to 1 0 > C> N yy 0- d m m I d 1 lA m H 0 rn N n V V ^ 0 _ U Z 4 U O� "v Y Y O c 4 W N N d N d d W U 2 O Q p c co c c c c c d N 1 S 1r .°' n d H H v 01 w w 00.- 01 1 1L C w- d 1L S •ci E W J J co J J J J N J -o N CL y >1 O c c O L C •r O M M�L L > >> L O J a a L > 10 > Y .6 .3 ,0 CL N 0-6 O;j Oa .0 O 10 F C N f c c m c U c c c L c b 1d 1d 1d U b b (2)H d= d CD H w d d dH U U U N U N0 U U U D U ID U U Om O LO O M U 1- Ln O Q Z m m O O O Cl) N Oz t` O ko O m O+ m 0 Q M V 4i N N O� U L L N N � } L d C U > % O NO +' O Id C) L 0 O •r0 O O , E O v m rn0 O m c 0 W n0 OJ M CO 1nM O N H O •rN U nv d' rn Z O 1 u 1 "O 1 0 1 1 W U O m m N L•L m L �O d I� •O b E lA E Id U7 C V w nr` �n Ln Esc c cc co W > 1 > d i c I b I b I 1 > > I W 9> C) N C) 1d V 3 C) L(D C .- d OC O O O a-1 r- O O O d1 0 +1 Cl V) N N n N N M w W N i C Y N V7 N >1 d ' N L n d Z n Y Z n ^ 3 Z m -lC _ a- d) -o r rt • •V1 0 N d d 4- - O J 1 C J O c CL W •l- 1d O O r• >1 r• 41 rt 4' rd 41 m U N > Q m f U Q U�m H.-> H w Oo a m m m m co \D �. co O O C U � rn >1 m 1d rt d M o 3 , , o • o m O 3 C v o c c y o a1 z o L L.) V Vi r ro In E C C 7 r rn N n 10 • N I CD C L ns z n � L L 1 • C '1 ( (dd N O N a1 0 7 7 U 01%D 1 0 I Id > N d d rd 0 N a 1 0 > C> N 0- d m m I d 1 10 J 0 3�Ld D DYO�O- 1 1d 0 0 _ Z 4 _> O� "v Y Y O c 4 4J CL O O c + +1 rd U I Id N Z 41 — Z V S O V V1 +1 - U U 2 O Q Q 1- m m 7 f f 10 ^ rd 0 C r d N 1 S 1r .°' n d H H v 01 w w 00.- 01 1 1L C w- d 1L S •ci E O - cdr 0 C . . u O¢ c 0 0 3 Id 1Lir • (D 0 O -o N u c >1 O c c O L C •r O M M�L L > >> L O J a a L > 10 > 41O T ; ;H� OM— r rd 0 10 r r O m+ 1 1d Oro M M+ M M 10 O O 10 H w Oo a m m m m co \D �. co O O C U � rn 0- 6 o CJ O O h O H O r H N O I c N N U U w U - co " r V LLJ r > OC 0 O r-1 01 N lD d t0 G1 tl v Gl m N N 311 c 1 a ° r • r V ^U r r W U.1 J 4- J V- J= J J J J V- J 4- Lo I Q WI a21 r "27 r ep N .i1 V] °O l0 oi3 O v0 r o23 r H d CL l c o c o c c c M c c o L� >I qo Ioo q q q q qO 0— 0or FI vIn a) (D vw vw- vw aI V- a) C> vrn= r r r r r • r ^N U M U M U r U r U r V r V 4; O o O O O I G Z I t0 O O O O O h h 1' H OI O O O M O Q V x to V) co O M O N O . •C.` Ch t0 O1 r d' O V � C 4- U r r C L E E •r O 1 q q rtf L Y v L O c N r 4' 1 O O t N tl N O N r O WI GJO `VI rq d0 S- to EO YlO O oI VI +1M �r •r nO 0101 NM JO YM WI ZI WI VI 0l I L O O 1 300 1 O� U I O M S I rON U I 0 J I Nr N 1 F I =1 r r tD O co O N W I N-*- c (p 4 M L %D C 11'1 d N 1 I LL q m A h N W N tD r N M1 N >1 f l WI L I U, 1 > I q i L w I > 1 I v a =1 V V c N 1/ I t D N r v 0, r N V f V 1 I I •r Z IT q r C 01 3 .- C N h o VIN d L9 M O'O 17) N 4J r V1 M C HI ml OI it ? z a z z Y z 0 z j of v av 1•-11 Q 01 r r •• q O N I V OI •r c c t E E q U Z a1 JI 0 0 •=I N U O O 3 N S- •r Gj N Q1 O S tl tl Z 2 WI U 1 y�i y •L • N r M >= i O Y O L C) O e{ G1 N tp O1 01 N >•L O (D 0) O > > r O +> r c O - c CJ l +> L 4) tD h Q/ Q IA U "> O/ r r •C i tD c C O ++ L r E E O r O V Z 3 1/1 N C q 1.1 O O C 0.. O +> O O 1-1 >1r L. q i M r Y •r Nr D O do Q N01 O q to d N O : >1 > r 0.h• Z N U C1 4/ N r • N 7 q r 10 C +J O G/ V 1 L O 1 i r L L co O q Z U c Y q Y c V d (D 1 O NT L qh+M Ol N d2 3 0 C T Y L i Y Z a 3N Yr Q V-d ^ 3 0/ 0 O O O Z r }a C C d' I 4- 0 d O 0 d 5- O C U N W 0 3 , ca V)'O C 3 r r Z C3 q VSO >> 0 U Z 01 L V d q d 3 q h• q h1 C N C r Z 3 G7 L C 1 eb •r L e7y L •r O.•r • 0' U1, O 01•r L= H O 011-• •r L ^ d v L •r V^ 0 O O C r C g i y u O q I q L C C L H C Y L i� N V E VI 0 0/ O r O O= U Z G7 ^ I r 0 •r O O O u1 1Y C 'r O c 0, Y i. C L +. q T 1.1 r Z V I V Y O V d V- C l W 3 G 0 fO 3' O q V O i O h 1 L i Y 1 D• r N rtf q W C L •r L O =, O O L q 0 q C 7 0 >1 •r V) t O >h O i3 U F- ftl F--NU 'SN S O4ZN UN 3 co O H Oc W WI r. J¢ I rn rn Ic w co 0 o o+ O rn o rn o rn p[ C N \ O O �•7 r M M t0 Ol r N W C7 Q a V 2 H N O K m E ¢ ¢W� I YI I SI LL �l al P-I F- I- I ZI I a V d 3 C C O I I WI WI WI C� 1 LWi. I Lul of wI Ul pl 71 I tD i =j 1 -�� of 01 �� aj UI I °I WI I vl C W Z - L 00 a L c - +� ^ m io 0 d d H d d� d ♦ d d d 4- V r 4- •r • J J J • J ^ J U J J U J U ea C) ♦-• ea r LD aL C) e25 N)-+ ea etf H as = et) = O M r C) • 0 00 m m cow crn co cr c� c cu c c roo roc, roN ro R+=a ro roea ro a 00 N 1 N r 0 r 0 W r= r m - U W r U N r V D U U U to O u7 lCl N t� O O O O GNP N m O O n I� L^ m r C r Cn lD � N 00 r l0 N L i d Y d V) +> U C > E + r d ro rom V1O ^O LO >Ul M mko 20 4-N r 0 d C) r 0 •U O C� N 4-N r d O Y M aCO •"O ro N 0C) C b d t0 i 1 S 1 ro 1 E i 1 1 d 1 3 1 a C' C i0 ro on r • c7 2 1�. N C m a 00 O' Y m N ai rod C N O N m ro rn t0 CO rot\ 1n I ro I Z 1 C 1 L 1 Y 1 d) E 1 V1 M T Gt •C M U c{ L E 0, ro r dr a r 0C) 'r r rd 100 L O Z U p ^ Y Z N C) O '"O 3 V U ^ Z N v c rn ) c C O O L L ro i Q 4J d ^ d C m L Y > a O N N L C N d i 3 O O d J LL Y O O lL 7 Z co 1b N O Y MO L N +) . c d d Y 00 U O O N d O �C L Z Y O) 01N N •C) • CL d i m i 4) S- O c O) �O +• tom. ro d 3 +-) o f " d " 10 C�*- r L In Y N r C> -T ea y V) 3 O c> w CL 4) N C 4- O U N O Q a c Z 01 Q L O 3 Q +) d> N r N r •� •L Y S.. O 7 ' O L O Q O i d '0 \ L ^ dQd O)im 4> O 00 0L d M rO CO - -14 •H O ^ Y 7 Yr'r S-L O d Y a O f d +3 U 10 N S 1/1 ro O L •r d d +) +• Z d U 4-, 3 N Y 3 0 4) 3 Lt, O O L 2 4� 0 4- to L ^ 0 4- •7 d 3 JLr V Y i IOr U O 3 W L dC E 2 Z-0 N 4- 4> d 4- +) d C 3 O) 4-) u CL O L c O 4- L M O N ^ 4- a 3 • ^ d L C 4- i Y .,o ^ 4- 10 O O c d 0 O C O L 3 L MY •r O O L L ro O A L ZQ d d m L C Z d o m C 10 m ++ A i 1J c Y > O > r 0, a C O A m C 4jr 0 roO d 3 m L C O C r• z N Nr O) 3c) i Y 3 Cu O 0, O t0 O d b d •r N •r O L 0 0 d •r CO O) Im V r.J mm Cl 1-MY Or O O Ur L� 1--'\O:-_- Ur 2 a a I w I f x1 n = a = w o a a 0 ,� a a to N ZI C C • U C LL= n C , M Ci C r LL N •r LL •r • N •r LL W IL J J = CJ J J .- C J ee C J LL (;} OI Jr J O n O J O Q I W ^ N ot1 N O L i etJ = L aO J C W 61 O= C) 00 N d t0 .-.a O a00 C In M F- i-1 m Ch Y m 4] F-I a = O a In ^ w a n { 00 � N� i r q= m 01= m f U r 0 U N r-• U d• U U O U U N V FI I 00 to m O O I Z¢I ^o N rn co In V a v c C _ m O I a r > I a >> O `O .Oq M C N WI a• O 0) co SO 4J a- OI C:I N OIO CO N LN •Or WI LU WI m Cq U W 1 LL 1 ml1 i t OIr 1 L G1 O 1 WI LLI ON r1� 3tN0 r- `-II 1 I I �O� >In ZI W 0:1 E U 1 c 1 N 1 m 1 V I CN O n m<* NM Cr Yr Vi I t 4-.- H O m� mO m r N CC O IDI =I .. V I C O O ji w ... CI Q v c¢7 4j 4I 0 c+ a ^ VI Y O C r a O HI I t N N V I Q�I Z N J S i >• W J •r V i a m L t a 4J r U r > Of O 3 a 0 N +1 L• r r O H a 0 L C 7 aSm 0. a L01 a O ¢ CC) N N C0 Y I tMD i a N m O 4J a q m U M O ¢ 3 C C M O I Y • r O• r C L C a U a 7 m N . c C) J I"- 'r O a Q a C> Z O L • � 10 w -0 ]C f 41 O ; ¢ U a.+1 M En cu G'I m+1¢ +ICr > O a Nry -0 WI ZC.E N 41 VI JL M4J� dNVQ U •=I m 4- =•r 4- 4> a � L a I Lq L - 4- 0 0 O 4- L O a 0 v Co oa •-� O i O m +1 O N O O O a .0 Z 4- 1 L ^ Z J ¢ I C m >I�O +1 >1 Nr•r O a~ O I .1 }1� N O M m 04D+1 a O Mr m mOO m C ' F- M Z U q r V) O U r J W r n E 3 n F C x d O N w ru W r- ¢ a 41 a+ rn rn m rn � � O I N o n !- U w O O O C O O '.. �Xr 3 a .The following deliyered t6..- the Engi Saturday�S.unday and P Notice `of Award to the «.may 4i. PAYMENT BOND (Page 8)' -NN .'FAITHFUL PERFORMANCE BOND (Page 9) -CERTIFICATE OF OF INSURANCE (Page.10)_� .; `WoENERAL LIABILITY INSURANCE`BNDORS. a 11) AUTOMOBILE .LIABILITY_. INSURANCE ENDORSffiRffii'i'�PSge 12) WORiCBRS'. COMPENSATION INSURANCE CERTIFICII'1'ION (Page 13) :CONTRACT (Page 14) The City of Newport Beach will not.permiVAR sub stitntforaat for :these contract documents. Bidders are advfsed to review their ,:content with bonding, insuring and legal agents- pri or:to submission of .bid. Payment and faithful performance bonds shall be issued by an insurance organization or surety (1) currentiy authorised by the- insurance Commissioner to transact business:c>finsurance,.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 busnsss,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 Rev Rating Guide: Property- Casualty Coverages, shall be provided as specified in the ,Standard Specif ;cations for Public Works Construction, except as modified by.the Special Provisions. The Workers' Compensation Insurance Certification shall be executed and delivered to the Engineer along with a Certificate Of Insurance for workers' compensatione prior to City's execution of the Contract. 5/97 - -._ Page 8 fit and:.Specifications and other contract documents. :'in: the office of the,City,Clerk of the City of Newport Beach, and`all of which are incorporated herein by this reference; WHEREAS, said Principal has executed or is about to execute Contract No. r_97 and the terms thereof requir-.e< the furnishing of .a bond, providing that if Principal or any': of, Principal's 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, CREAMER BROS.-, INC. as Principal, and SAFECO GENERAL INSURANCE COMPANY OFAMERICA as Surety, are held firmly bound unto the City of Newport Beach, in thesumof Two Hundred Sixty Eiqht Thousand. Three Hundred Fifty Dollars and 0( Dollars ($268,350.00 ) , said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well'.:and.truly made, we bind ourselves, our heirs, executors and: administrators, successors, or assigns, jointly and severally, firmly. by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his /her subcontractors, .f ail. to pay for any materials, provisions, or other supplies, used in,.upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind-or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to. be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, that the Surety or Sureties will pay for. the same, in an amount not exceeding the sum specified in the.bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be. fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 501 100 0 0 r 8 `SAF�Ca�/ GENERAL INSURANCE COMPANY OF AMERICA 120 MONTGOMERY.STREET .SAN FRANCISCO, CA 94104 Address of Surety NOTARY ACXNO11LBDONENTS OF awn *adsf^oi ,$ ti 1 A Page -8A The bond shall in(&d to the benefit of , any and; all" persons, R companies, and corporations entitled" to:file.- claias:under..Section 3181 of the California Civil Code so as to give;a: right to ahes or their assigns in any suit brought upon .this bond,'as- required -by" and in accordance with the provisions of'sections 324, et. eq. of , the Civil Code of the State of CaliforniaL And said Sure ty, 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. 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. naxed.executed:this bond as an individual, it is agreed that the death:of:: any, soch principal shall not exonerate the Surety from its obligations under this 4- bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 23rd day of December , 19 91 . Creamer Bros., Inc. Z . Nameof Contractor (Principal) Authorized S ge na�tu re/Ttle Dale A. Creamer,"��t(ti r`1Pre;;ident V _ \\ 9 r 8 `SAF�Ca�/ GENERAL INSURANCE COMPANY OF AMERICA 120 MONTGOMERY.STREET .SAN FRANCISCO, CA 94104 Address of Surety NOTARY ACXNO11LBDONENTS OF awn *adsf^oi ,$ ti 1 6 0 cv ss,'- "c ACKNOWLEDGMENT BY SURETY STATE OF CALIFORNIA County of San Francisco ss on this 23rd day of December n the year 1991 before me B. Smathers Notary Public personally appeared Dawn Wascholl personally known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument as the Attorney -in -Fact and acknowledged to me that he (she) subscribed the name of SAFECO Insurance Company of America thereto as Surety and his (her) own name as Attorney -in -Fact. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Officia eal, at my office in the aforesaid County, the day and ye q L OFFICIAL SEAL X� B. SMATHERS Notary Public Notary POlic -California i Ctry & CWM OF SAN FRANCISCO s- s� My Commission Fapires Mar. 2,1993 • POWER FECO INSURANCE COMPANY OF AMERICA OF ATTORNEY ONERAL INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA SAFECO SEATTLE, WASHINGTON 98185 No. 9372 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,each a Washington corporation, does each hereby appoint ------------------- ----- ----- - - - - -- -DAWN WASCHOLL------- ------------ ----- ------ - - - - -- its true and lawful attorneys) -in -fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 26th day of December 19 90 CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. — FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -tact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business ... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power -of- attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of- attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Boh A. Dickey, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 23rd day of December 1991 t 8 -976 R10 3/86 PRINTED IN UsA. ® GENOL INSURANCE COMPANY OF AMEJA f .SAFECO® FINANCIAL STATEMENT' — DECEMBER 31, 199 Assets Liabilities Cash and Bank Deposits .................. S 18,041,638 Unearned Premiums...................... 3 225,920,770 Reserve for Claims and Claims Expense ..... 674,840,824 'Bonds — U.S. Government ................ 104,094,349 Reserve for Dividends to Policyholders ...... 5,484,187 *Other Bonds ............................. 793,618,636 Additional Statutory Reserve .............. 8,349,157 Reserve for Commissions, Taxes and *Stocks ... ............................... 247,681,355 Other Liabilities ........................ 62,184,740 Real Estate .............................. 16,217,077 Tota l ............................... S 976,779,678 Agents' Balances or Uncollected Premiums... 93,854,729 Capital Stock .............. S 2,500,000 Accrued Interest and Rents ................ 26,512,024 Paid in Surplus............. 2,391,058 Unassigned Surplus ......... 356,922,807 Other Admitted Assets .................... 38,573,735 Surplus to Policyholders .............. 361,813,865 Total Admitted Assets ................ 51,338,593,543 Total Liabilities and Surplus ........... SI,338,593,543 COR►ORATE 'Bonds are stated at amortized or investment value; Stocks at Association Market Values. S E A L Securities carried at 5183,262,133 are deposited as required by law. T _A 7 923 .'fin I, PHILIP A. STEPHENS, vice - president of General Insurance Company of America, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as of December 31, 1990, to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this Ist day of March, 1991. S-8853/91 { � �' ✓ � fJC:! yam.._.. Yiee- Pr<mdeD / 9 8s91in.1e0 V.Eem.rk of SAFECO Carper: SA PRINTED W USA r� u ,.,,the, C: Page, 9 mity with the'. Contract, Drawings, and 0 ktions and other contract documents in the off ice .of the CityClerk .of the. =;City of: Newport Beach, all of __;which are incorporated herej)n:.by this reference; JiHiiiAS, Principal has executed or is about, to execute Contract_ No. C-278 and the terms thereof require the furnishing of a bond for the faithful performance of the Contract; NOW;. THEREFORE, we, Creamer Bros., Inc. as Principal, and SAFECO INSURANCE COMPANY OF AMERICA s`$ "re are held firml bound unto the C t of Ne ort Beach in the sum otf tWo- Hundred Sixty Eight Thousand, Three Hundred Fifty dollars and 00/100, Dollars ( 68 850 00 ) said sum being equal to 1001; of the estimated: amount of the contract, to be paid to the City or .its, certain attorney, its successors, and assigns; for which payment well-and truly 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, its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well keep truly and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified; and in all respects according to its true intent and meaning, and shall indemnify and :save harmless the City of Newport Beach, its. officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby, and in addition to the fact amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, in the event it is required by bringing any action in law or equity to enforce the obligations of this Bond. Surety, for value received, 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 5191 SK Lam. r-j LA obligations.on.this bond,-:and it such change,`; extension'.. of. time,?; contract or to the work or.to th4 This Faithful Performance maintained by the Principal in f months' following the date'of fox the City. In the event that the,`pr individual, it is agreed that.th not exonerate the Surety from i- IN WITNESS WHEREOF, this it the Principal and Surety abo December , 19 91• Creamer Bros., Inc. Name of Contractor (Principal) `9A 'any: the fications. strament has been duly executed by 1e ?: named, i,. on the 23rd day of Authorized Signature /Title Dale A. Creamer, Vice President °SAFECO / GENERAL INSURANCE'"COMPANY OF AMERICA. (/�q J, l rAfh� / Dawn kyascholl ILL .� � C --.�?f Name of Surety Authorized Agent Signature Attorney -in -Fact 120 MONTGOMERY STREET SAN FRANCISCO, CA 94104 (415) 392 —$011 _ Address of Surety Telephone NOTARY ACRNOWLEDGXENTS OF CONTRACTOR_AND SURETY MUST BE ATTACKED 9; i 0 •a - Y' STATE OF CALIFORNIA County of San Francisco on this 23rd day of - B. Smathers personally appeared ACKNOWLEDGMENT BY SURETY ember ss in the vear 1991 , before me personally known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument as the Attorney -in -Fact and acknowledged to me that he (she) subscribed the name of SAFECO Insurance Company of America thereto as Surety and his (her) own name as Attorney -in -Fact. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official al, at my office in the aforesaid County, the day and Y bis,C&6d1�. . 7 OFFICIAL SEAL Notary Public B.SMATHERS NotaryP�bGc- Ca'ifornia M B COUNVf OF SAN FRANCISCO s is7 MYCOmmissim Wkes &far. 2, 1993 01POWER FECO INSURANCE COMPANY OF AMERICA OF ATTORNEY ENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA SMECO SEATTLE, WASHINGTON 98185 No. KNOW ALL BY THESE PRESENTS: 9372 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,each a Washington corporation, does each hereby appoint ---------------- --------- --- - - - - -- -DAWN its true and lawful attorneys) -in -fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 26th day of CERTIFICATE December 19 90 Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. — FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business ... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power -of- attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of- attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." 1, Boh A. Dickey, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 23rd day of December _,is 91 , r S -974 R10 3/86 PRINTED IN USA, It - =3 au - T JCAE' PROOUCER CONrPANIES AFFORDING COVERAGE'. WNI 8 CLAFFEY AMENCY, Ike. t 6 `d�bllNEli Atk NUE COMIPANY LETTER A CLARK -NE JERSEY 07066 . (YOt1:574-9888 .? .. ° COMPANY B.' THE PO CROUP. INSURED .. ".r LETTER CREAMER SROS., INC. x COMPANY 101 E. BROAMY NACKENSACK, NEW JERSEY 07601 LETTER =. rtOYE, POLICIES gem asuku To I NfwASTm NOIWIDmANOMID ANY REOIAE i TERM OR CONDITION OF ANY cmm1Cr OR O4HER'DO!CINIENT YYTfI1 lE.4P!ECf 70 YNlipl 7HS6 As - t NRFICAYE MAY BE ISSUED OR MAY PERABL THE N91XWXE Affd10® BY THE POLICIES IAN IS SLOJECT TO ALL THE TERMS , ' u.'�;:i° EXWUMOIS,'AND CONDITIONS OF SUCH POLICES AND S NOT ALB3IDFA M9CW OR ALTERED BY THIS. .CERIIFICATE :''•. � TYPE OF INSURANCE POLL,y HUMBER ��� EXPIRATION . All 11101'8 IN THOUSANDS ..; GENERAL LIABILITY GENERAL. AGGREGATE. S 1,000 (OCCRIANCE BASS ONLY) PROOU LE°� s 500, .....:.. COMMERCNL COMPREHENSIVE RENEWAL. OF: ::;; :;;• A C� OWNERS & PROTECTIVE CO 5533629 10/1/92 r : .T .; ,•.,. „,_ -. INJURY ` s 500 PERSONAL , © CONTRACTUAL FOR SPECIFIC .. EACH OCCl1RANCE. .. S 500, CONTRACT PRODUCTSiOOMPL OPER ® X ® BROAD FORM PROP. DAMAGE - FIRE DAMAGE S 100, QSEVERABLLIIY OF INTEREST CLAUSE ZANY ONE FIRE) . PERSONAL 1LIURY WITH . . EMPLOYEE EXCLUSION MEDICAL EXPENSES . REMOVED MARINE (ANY ONE PERSON) ,..:.� .. AUTOMOBILE LIneBJiY COMPREHENSIVE COMBINED SINGLE S T,000 � � s. g 1591009260100 10/1/92 ESQ OWNED n BOOILYRRIFY $ EDITED (PER ACCIOENT) .. ANONOWNED PROPERTY ” DAMAGE AGGREGATE EXCESS LIABILITY RENEWAL OF: .1 OC�IFRENGE A UMBRELLA FORM XS 659758 10/1 /9Y : y. s 10,000 s 10;000 OTHER THAN UMBRELLA FORM RENEWAL OF: STATUTORY . S ,. EACH ACCIDENT B WORKERS' COMPENSATION 9050307 -01- s 500, .. DISEASE- POLICY Lill AND 00 -900 EMPLOYED' LIABILITY DISEASE - EACH EMPLOYEE LONGSHOREMEN'S AND HARBORfw p,. WORKERS' COMPENSATION STAMOf1Y c' +�^s '5:' DESCRIPTION OF OPEMTMIWLOCATIDNSINEHI MEWKSTPoCTK>NS/SPECULL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH THE FOLLOWING CONTRACT: rilli Watil Main PROJECT TITLE AND i CT� NU ER . CERTIFICATE' HOLDER ``3 ` �Ci4NCELLATION �. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON RENEWED. - CITY OF NEWPORT BEACH CANCELLED OR OOVERAGE lEDUCED�BEFOIE THE 'EXPIRATION DATE. THE: P.O- BOX 1768 COMPANY AFFORDING COVERAGE SMALL PROVIDE 30. DAYS MIN. ADVANCE 3300 NEWPORT BLVD. NOTICE TO THE CRY OF NEWPORT BEACH. BY REGISTERED MALL NEWPORT BEACH, CA. 92659 -1768 A10N` 12- FtGIT2koE SVE ?RTE It - =3 I, 1. 2. 3. is agreed that: With respect to such insuranci-as -is afforded by the policy for General Liability, the City of.'Newport Beach, its:offie#rs and employees are additional 'insureds, but only with respect to liability arising out of operations performed'-by or on y behalf of the named insureds: in connection with the contract designated below or acts :and 'omissions of thi`r,e`additionall. insureds in connection with its general supervision of such operations. The insurance afforded said additional insureds) shall apply as primary insurance and no other- .,insurance maintained by the City of Newport Beach shall be` called upon to contribute with insurance provided by this policy.. The policy includes the following provision: "The insurance afforded; by the policy applies i separately to each insured against whom claim is made or suit is brought, except with respect to the limits of liability of the ,� company affording coverage: The insurance afforded by the. policy for Contractual viability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed-by the named insured under the indemnification or holdharmless provision contained in the written contract designated below, between the named insured and the City of Costa Mesa or the City of Newport Beach. 4. With respect to such insurance, as is afforded. by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU" hazards) are deleted. 5. The limits of liability under this endorsement.. for the additional insured(s) named in Paragraph 1 of this endorsement shall be the limits indicated below written on an "Occurrence" basis: (X) Commercial (X) Comprehensive General Liability $ 500.000,00 each occurrence $ 1,000,000.00 aggregate � > t fir' Pale- "11 r GSNMLAL Lf"II,ITY INSDR]lNCB MDORSEMOM I, 1. 2. 3. is agreed that: With respect to such insuranci-as -is afforded by the policy for General Liability, the City of.'Newport Beach, its:offie#rs and employees are additional 'insureds, but only with respect to liability arising out of operations performed'-by or on y behalf of the named insureds: in connection with the contract designated below or acts :and 'omissions of thi`r,e`additionall. insureds in connection with its general supervision of such operations. The insurance afforded said additional insureds) shall apply as primary insurance and no other- .,insurance maintained by the City of Newport Beach shall be` called upon to contribute with insurance provided by this policy.. The policy includes the following provision: "The insurance afforded; by the policy applies i separately to each insured against whom claim is made or suit is brought, except with respect to the limits of liability of the ,� company affording coverage: The insurance afforded by the. policy for Contractual viability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed-by the named insured under the indemnification or holdharmless provision contained in the written contract designated below, between the named insured and the City of Costa Mesa or the City of Newport Beach. 4. With respect to such insurance, as is afforded. by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU" hazards) are deleted. 5. The limits of liability under this endorsement.. for the additional insured(s) named in Paragraph 1 of this endorsement shall be the limits indicated below written on an "Occurrence" basis: (X) Commercial (X) Comprehensive General Liability $ 500.000,00 each occurrence $ 1,000,000.00 aggregate 0 Page 11A The limits of.,.liability.as stated in this endorsement, shall; not increase the, total liability of the company affording 11 coverage for all damages as the result of any one occurrence: in excess of the limits of liability stated in the Policyas . applicable to General Liability Insurance. 6. Should the policy be non- renewed, canceled or coverage reduced before the expiration date thereof, the Issuing Companyshall provide 30 days' advance notice to the City of Newport Beach',: by registered mail, Attention: Public works Department. 7. Designated Contract: Water Main. Relining Program, C -2784. Project Title and Contract No. This endorsement is effective Jay" 13. 1992 at 12:01. "a.m. and forms a part of Policy No. ()0 5533629 of Aetm Caaxt �t 6 owoty (Company Affording Coverage). Insured: cAeou 8W6., DX. Endorsement No.: ISSUING COMPANY By Author d R resentat e/ C sp; I Page:_12 .:AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance, as is afforded by the ^policy for Automobile Liability, the City of Newport Beach';'; its officers and employees are additional insureds, but only ,with . respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used '`by' ?or.on: behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall: be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage." The limits of liability under this endorsement for the additional insureds named in Paragraph 1. of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit: ( ) Multiple limits Bodily Injury Liability Bodily Injury Liability Property Damage Liability (X) Combined Single Limit per person per accident Bodily Injury Liability & Property Damage Liability $ 110001000.00 The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one accident or occurrence in excess of the limits of liability stated in the policy as applicable to Automobile Liability Insurance. 1 191 0 "I am aware of the provisions of Section. 3700 of „the3:I:abor Code' which require every employer to be insured agaitnst ;liability for workers' compensation or to undertake self -insurance accordance.' with the provisions of that code, and I .will compii►r with such provisions before commencing the. performance of-;the,wark.,_of this contract." r Date C -2784 Contract Number 5/91 CONTRACT 1y�� THIS AGREEMENT, entered into this �t7lr'C� day of 19YA by and between the CITY OF.NEWPORT BEACH, hem Pna and Creamer Bros., Inc:: , "Contractor," is made with reference to the following vGCQGL ter, "C hereir facts: A. City has heretofore advertised for bids for the described public work: B. NOW, 1. Water Main Relining. Program T tl f P t C -2784 14 i e o r67ec Contractor has determined by City to be the lowest_ ;.._ responsible bidder on said public work, and Contractor'sc bid, and the compensation set forth in this contract; = =is';;' based upon a careful examination of all plans' -and :` specifications by Contractor, THEREFORE, the parties hereto agree as follows: Contractor shall furnish all materials and perform all of- the work for the construction of the following described public work: Water Main Relining Program C -2784 Title of Project Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and 'completion of this work as prescribed above, City shall pay to Contractor the sum of Two Hundred Sixty Eight Thousand Three Hundred Dollars ($Fifty, 00/ This compensation includes: (a) Any loss or damage arising from the nature of the work, (b) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (c) 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. 5/91 as though set_out'in full and include the-followng (a) Notice Inviting Bids (b) Instructions to Bidders and documents referenced therein (c) Payment:; Bond (d) Faithful Performance Bond (e) Certificate of Insurance and Endorsement(s) (f) Water Man Rein ng Provisions sion5 for 2784 Title. of Project Contract No. (g) This Contract (h) Standard Specifications of Public Works Construction (current Edition) and all supplements 4. Contractor shall assume the defense o£, pay all expenses:' of defense and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, injury and liability of every kind, nature and description by reason of or arising out of the negligent or willful conduct of the Contractor, his /her employees, agents and subcontractors in the performance of the Project, except such loss or damage caused solely by the active 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 written above. APPROV ` AS O FO RM: : CITY ATTO EY ATTEST: CITY CLERK ` -/41 CITY OF NEWPORT BEACH - A Municipal Corporation RPM Creamer Bros., Inc. Name of Contractor Authorized Signature and Title Dale A. Creamer, Vice President CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS WATER MAIN RELINING PROGRAM CONTRACT NO. 2784 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 . . . . . . . . . . . . . . . . . . . . . . . 2 VI. LIQUIDATED DAMAGES . . . . ... . . . . . . . . . . . 2 VII. NOTICE TO RESIDENTS AND "NO PARKING" SIGNS . . . . . 3 A. Notice to Residents . . . . . . . . . . . . . 3 B. "NO PARKING -TOW AWAY" Signs . . . . . . . . . . . 3 VIII. CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . 4 IX. WATER . . . . . . . . . . . . . . . . . . . . . . . . 4 X. WATER SERVICE . . . . . . . . . . . . . . . . . . . . 4 XI. STEEL PLATES . . . . . . . . . . . . . . . . . . . . 4 XII. SURFACE WATER CONTROL . . . . . . . . . . . . . . . . 4 XIII. TEMPORARY BYPASS WATER SYSTEM . . . . . . . . . . . . 4 XIV. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . 5 A. Water Main Relining . . . . . . . . . . . . . . . 4 B. Water Main Replacement . . . . . . . . . . . . 10 C. Service Line Replacement . . . . . . . . . . . 11 XV. TEMPORARY RESURFACING . . . . . . . . . . . . . . . 11 XVI. ENCROACHMENT PERMIT . . . . . . . . . . . . . . . . . 11 XVII. ACCESS AND BIKE ROUTE . . . . . . . . . . . . . . . 12 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS WATER MAIN RELINING PROGRAM` CONTRACT NO. 2784 SP 1 of 12 I . SCOPE OF WORK The work to be done under this contract consists 'o relining existing water mains and other incidental items of work. All work necessary for the completion of this contract shall be done in accordance with (1) attached Encroachment Permit issued by the State of California, (2) these Special Provisions, (3) the Plans (Drawing No. W- 5199 -5), (4) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (1991 Edition); and (5) the Standard Specifications for Public Works Construction, (1991 Edition). 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. II. CONTRACTOR'S LICENSES At the time of the bid opening and work, the Contractor shall possess Engineering Contractor "A" License Specialty Contractor C -34 License. work and until completion of work, possess a Business License issued Newport Beach. until completion of a General or a Pipeline At the start of the Contractor shall Dy the City of III. HOURS OF WORK 7:00 AM - 6;30 PM weekdays, unless modified by the Engineer 8:00 AM - 6:30 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 of 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 12 IV. V. COMPLETION, SCHEDULE AND PROSECUTION OF WORK A. The Contractor shall complete all work within forty five (45) consecutive calendar days, but no later than March 31, 1992. B. 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. Shutdowns will be allowed from 3:00 a.m. to 11:00 a.m. on Monday through Thursday. C. 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. D. No work shall begin until after a preconstruction meeting is held and a schedule of work has been approved by the Engineer. E. The Contractor shall make every effort to provide normal access through the work area for pedestrians and business and emergency vehicles. If the Contractor's work will interfere with normal access in any manner, the Contractor shall provide alternative access to the extent possible. During the Contractor's non -work hours, the Contractor shall bridge trench excavations to restore normal pedestrian and vehicular access to businesses. F. The Contractor shall complete all work adjacent to Josh Slocum's Restaurant and Minney's Marine Supply between the hours of 3:00 a.m. and 9:00 a.m.. 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. + 0 • SP 3 of 12 VI. LIQUIDATED DAMAGES Commencing on April 1, 1992, or on the 46th consecutive calendar day of work, whichever occurs first, the Contractor shall pay to the City, or have withheld from monies due the Contractor, the daily sum of $500.00 in lieu of the daily sum of $250.00 specified in Section 6 -9 of the Standard Specifications. VII. NOTICE TO CUSTOMERS AND "NO PARKING" SIGNS A. Notice to Customers Twenty -four (24) hours before shutting off water service, the Contractor shall distribute to each affected business as determined by the Engineer, a written notice stating the date and time the water will be shut off and approximate time the water will be turned back on. Twenty -four (24) hours before interfering with vehicular or pedestrian access to adjacent businesses, the Contractor shall distribute to each affected business, as determined by the Engineer, a written notice stating the date and time that access will be limited and approximate time the access will be restored. 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 alter ti-_+ of the schedule will require Contractor renotificatlon ubi„y ... 1,- n+atory letter furnished by the Engineer. B. "NO PARKING -TOW AWAY" Signs The Contractor shall furnish, install, and maintain in place "NO PARKING -TOW AWAY" signs (even if Pacific Coast Highway has 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" • •SP 4 of 12 signs in 2- inch -high letters and numbers. A sample of the completed sign shall be approved by the Engineer prior to posting. VIII. CONSTRUCTION SURVEY STAKING Field staking control of construction, where necessary, will be provided by the Engineer. IX. WATER If the Contractor desires to use City's water, he shall arrange for a City hydrant 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. WATER SERVICE Water service shall be maintained at all times to all customers except as necessary to install a temporary bypass system. The Contractor's methods of providing such continuous service shall be approved by the Engineer prior to construction. XI. 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. SURFACE WATER CONTROL 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. XIII. TEMPORARY BYPASS WATER SYSTEM The Contractor shall provide, a minimum 4 -inch temporary bypass water system for use on this project. The Contractor shall make arrangements for disinfection and bacteriological testing and certification of the bypass system from Mr. Peter Antista, Utilities Superintendent, at (714) 644 -3011. The Contractor shall be responsible for disinfecting and flushing the bypass system. The City will pull the bacteriological samples and run the incubation tests for coliform bacteria. 0 SP 5 of 12 XIV. CONSTRUCTION DETAILS A. Water Main Relining Access to Reline The plans designate pipeline access locations. The Contractor shall provide removal of street, driveway or sidewalk surface, excavation, shoring, plating, backfilling, temporary resurfacing, replacement of street, driveway or sidewalk surface and traffic control during those operations. The Contractor shall be responsible for dewatering and for removing debris resulting from his operations. Additional access holes desired by the Contractor and approved by the Engineer shall be provided by the Contractor without additional compensation. The Contractor shall cut and remove sections of pipe at each access hole as necessary for the lining work. Pipe sections or fittings removed from water mains shall be replaced with new pipe or fittings. Where pipe is removed, it shall be replaced with new cement mortar lined, class 52, ductile iron pipe. Flex couplings shall be used to reinstall all pipe sections previously removed for access to the main. They shall have all stainless steel bolt hardware and shall have a minimum center sleeve length of seven (7) inches. Materials a. Portland - pozzolan cement shall be Type P or IP in accord with the latest revision of ASTM Specifications C- 595 -86 for Blended Hydraulic Cements. Pozzolanic material shall be Class N, F or C in accord with the latest revision of ASTM Designation C- 618 -87. b. Sand shall conform to the requirements for soundness as specified in the latest revision of ASTM Specification C- 33 -86. Sand shall be a well graded, fine aggregate with 100 percent passing the No. 16 sieve. C. Sand shall not contain alkali - reactive substances in amounts which will produce a ratio of dissolved silica to reduction in alkalinity, 9 9 3. 4. Sc /Rc greater than 1.0 by the latest revision Specification C- 289 -87 SP 6 of 12 when determined of ASTM d. Admixtures shall conform to the requirements of ASTM Specification C- 494-86 except as herein modified. Admixtures containing calcium chloride shall not be used. e. Water shall conform to the requirements of Section 201 -1.2.3 of the Standard Specifications. Cleaning Interior Pipe Surfaces The Contractor shall remove all tuberculation, silt, sand; debris, detritus, or other sedimentation or foreign material from within pipe to be lined and from inlet and outlet areas. After cleaning, the interior of the pipe shall present a surface free of all tuberculation and foreign matter except non- deteriorated original coating, and shall be free of accumulated water. Water used for flushing during the cleaning operations shall be piped or drained into local catch basins, drainage channels, or storm drains. Cement Mortar for Lining a. General The cement mortar shall be a mixture of one part of portland cement to not less than 1 and not more that 1 -1/2 parts of dry, screened sand, by volume. Up to 25 percent, by weight, of the required portland cement may be replaced with Pozzolan Cement. When a mixture has been determined, materials shall be controlled within ± 2 -1/2 % by weight. The cement mortar for lining shall be a dense, smooth, uniform material of a consistency to assure efficient one - course machine application. The water - cement ratio of the mortar shall be as low as possible, consistent with proper plasticity for application, and with due allowance for slight variations of temperature, length of haul of the cement mortar and moisture conditions in the pipe. Q • • SP 7 of 12 Cement mortar shall be mixed for not less than 1 -1/2 and not more than 6 minutes after all ingredients are in the mixer, and after mixing shall be used promptly for lining the pipe. Mortar that has obtained its initial set shall not be used for lining. Water shall be the last ingredient added to the mix. b. Testing The Contractor shall, at his expense, provide sampling and testing of all of the materials, with the exception of water, used in the cement mortar for conformance with the requirements of these Special Provisions. Testing shall be under the direct supervision of an independent civil engineer registered by the State of California and qualified as an expert in cement testing. Two certified copies of reports of the required tests shall be submitted to the Engineer prior to delivery of the material to the work site. All sampling and testing of cements shall conform to the requirements of ASTM Designation C- 183 -83a. 5. Application of Cement Mortar Lining a. Thickness of Lining The thickness of lining for the water main shall be 1/2 -inch to 5/8 -inch. b. Machine Placement The lining shall be applied in one course by use of a machine which will centrifugally uniformly distribute the mortar against the interior surface of the pipe without injurious rebound and with sufficient velocity to cause the mortar to be densely packed. Use of blowers or compressed air will not be permitted in the process of application except to power equipment. Travel of the lining machine and discharge of mortar against the pipe wall shall be controlled to produce the required lining thickness. The machine shall progress ahead of the lining so that nothing will come in contact with the troweled surface until it has attained its final set. C. Hand Placement 0 SP 8 of 12 Hand placement of lining shall be permitted at bends, special or other locations where machine placement is impossible or impracticable. Hand placement shall be done either just preceding the machine lining or soon after the machine - placed mortar has set so that the hand work and the machine work will adequately bond. d. Surface Finish Machine - applied linings in pipe 12 inches in diameter and smaller shall be finished by means of a drag trowel. The finished surface shall have a smooth appearance. Design of the trowel attachment shall permit operation in pipelines found out -of- round. Trowels shall smooth the surface with minimum disturbance of the lining. The trowels shall be cleaned at frequent intervals to prevent accumulated mortar from drawing a sanded or unglazed finish. e. Hand Finishing Cement mortar for hand finishing and repair shall be of the same materials and proportions as the mortar used for machine lining. Defective areas in the machine - applied lining shall be cleaned of all loose foreign material, moistened with water and repaired by hand finishing with steel trowels to yield the required lining. All hand finishing shall be completed not later than the day following the machine application of mortar lining to that particular pipe section. f. Cure of Lining Immediately after completing any portion of the mortar lining, curing operations shall begin. The pipe shall be closed by airtight bulkheads and a moist atmosphere shall be maintained in the completed section of the pipe to keep the lining damp and to prevent evaporation of entrained water from the mortar lining. The Contractor shall maintain a moist atmosphere inside the pipe until the Engineer permits the pipe to be filled with water. y • • SP 9 of 12 Clearing Laterals Laterals and service connections to the pipe being lined shall not be left obstructed by cleaning or lining operations. Laterals and service connections, 1 -1/2" diameter or less, shall be cleared by back flushing with air once just prior to final cleaning "squeegee" and again as soon as practical after the mortar lining has been placed, but before final set. Back flushing shall be done in a manner that will not damage the freshly applied lining. If a lateral or service connection remains obstructed after the Contractor has attempted to clear it during back flushing operation, he shall immediately notify the Engineer. The Contractor shall make another attempt to clear the obstruction by back flushing with air in the presence of the Engineer. If the lateral or service connection still remains obstructed, the Contractor shall be responsible for clearing the lateral or service connection by excavating and manually clearing the line at no additional cost to the City. (See also sub - paragraph "C ", below, "Service Line Replacement ".) Existing service laterals whose outlets from the main are 2 -inch diameter or larger, shall have service pipe sections cut out and removed at the main, prior to the cleaning and lining operations. The service lines are to be cut at the main. After the lining is completed and prior to reinstallation of the service connections, the outlets from the main shall be cleaned by back flushing with air or water, of all debris and spun mortar and the openings shall be smoothed. All corp stops shall be replaced. Service saddles shall be replaced where existing saddles are deteriorated beyond practical reuse. The Contractor shall repair all copper service lines with silver solder copper pipe and fittings. 4 -inch and larger connections shall be repaired with class 52 ductile iron pipe and flexible couplings with stainless steel hardware. As an alternative, existing outlets 2- inches and larger in diameter may be temporarily closed internally with stoppers to prevent the spun mortar from being thrown into the outlets. After the lining is applied, the Contractor shall remove all the stoppers from the outlets, replace the outlet valve and fittings, and repair any damaged lining. Outlet tees i SP 10 of 12 (where they exist) shall be mortar lined to the outlet valve, but not exceeding a length of 2 feet, (as this pipe will be removed when the valve is installed by the Contractor). All outlet valves which are not of the resilient -wedge gate or butterfly type shall be replaced with new valves. Any valve, regardless of type, or age, shall be replaced if it is damaged or deteriorated so that it is not water tight. In the event of cement mortar falling away from the main, the main and all laterals shall immediately be cleared either manually or by back flushing. In the event of a delay which allows initial set or mortar, all laterals shall be cleared manually. 7. Obstructions If the Contractor encounters unforeseen obstructions (not including corrosion and tuberculation) to the passage of the cleaning or lining equipment such as excess joint caulking material, offset joints, bends, reducers, or other protruding fittings inside the pipe which are not normally removed by the cleaning operation or which restrict the passage of lining.equipment, he shall immediately notify the Engineer. The Contractor shall be responsible for excavating an access hole and for removing the required section of pipe, clearing the obstruction and replacing with new pipe and fittings. The cost of the above work shall be included in the bid price for "Remove pipe obstruction ". B. Water Main Installation 1. Materials The Contractor shall provide Class 52 Ductile Iron Pipe and install the pipe in conformance with section 207 -9 of the Standard Specifications. 2. Installation Ductile iron pipe shall be encased in minimum 8 -mil. polyethylene. D.I.P. installation shall be performed in accord 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, • SP 11 of 12 and placing the pipe. It shall not be dropped, dragged, nor handled in such a manner as to cause scratches, bruises, cracks, or chips. All flange pipe connections shall be made utilizing type 316 stainless steel nuts and bolts. All flex and transition coupling hardware shall be stainless steel. C. Service Line Replacement 1. Service Fitt* All 3/4 -inch water services and corp. stops to be cleared and reconnected per these plans and specifications shall be replaced with f- inch diameter fittings in exact accord with the City Std.- 502 -L. All 1 1/2 -inch water services and core. stops to be cleaned and reconnected per these plans and specifications shall be replaced with 2- inch diameter fittings in exact accord with the City Std.- 503 -L. XV. 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 or reline water mains with trench resurfacing. Temporary resurfacing shall be 2" in thickness. The Contractor shall place steel plates or temporary resurfacing over access holes which are not required for access during the work day. XVI. CALTRANS ENCROACHMENT PERMIT The City has obtained a California Department of Transportation Encroachment Permit (attached hereto). The Contractor shall comply with all provisions contained therein. The Contractor shall obtain a rider for California Department of Transportation Encroachment Permit. Contractor shall remit permit and inspection fees (approximately $900) with the Department of Transportation and will be reimbursed by City for actual costs of permit and inspection fees upon completion and acceptance of the project. 0 0 SP 12 of 12 XVII. ACCESS AND BIKE ROUTE The Contractor shall maintain access for pedestrian and vehicle access to the adjacent businesses along Coast Highway at all times. The Contractor shall maintain access for pedestrians and delineate a 6 -foot minimum width route for bicyclists and pedestrians traveling along Coast Highway adjacent to access pits. The Contractor shall submit a sketch of the proposed bike route traffic control plan to the Traffic Engineer prior to construction. DEPARTMENT OF TRANSPORTATION (CALTRANS) ColkckA by ENCROACHMENT PERMIT RIDER DM -M -P -207 (REV 2182) Rider Fa Paid EXEMPT Date October 8, 1991 Permit No. (Original) 1290- NUS -0298 Diat/CoffltdPM 12- ORA -1- 18.79/19.76 Rid" Number 1291 -NRT -0690 TO: CITY OF NEWPORT BEACH 3300 NEWPORT BOULEVARD NEWPORT BEACH, CA 92658 -8915 ATTN: STEPHEN LUY PROJECT ENGINEER, PERMITTEE In compliance with your request of OCTOBER 8. 1991 we are hereby amending the above - referenced permit as follows: Date of completion extended to: JUNE 13, 1992. NO OTHER CHANGES. Except as amended, sB other terms and provisions of the original permit shall remain in effect. DON PERUZZI- INSPECTOR Approved: File 1290 -NUS -0298 Accounting Orange Mtee. (2) RUSSELL O IGHTCAP District Director By: /�J Prepared by Alfred Anguinno ILMER C. BENGTSON, R. Di:4icl Pcrmit inecr V� •Q DEPARTMENT OF TRANSPORTATION AWNS). (/J` ENCROACHMENT PERMI4' DM-M- P -202A (REV 2/82) in compliance with (check one): X Your application of APRIL 30. 1990 TO: CITY OF NEWPORT BEACH ✓ 3300 NEWPORT BOULEVARD NEWPORT BEACH, CA 92658 -8915 ATTN: LLOYD DALTON DESIGN ENGINEER Permit 1290 -NITS -0298 Dist /CO /Rte /PM 12- ORA -1- 18.79/19.76 Date: July 2, 1990 Fee Paid Deposit $EXEMPT $ Bond Amount: NA Bond Company-. NA Bond Number: NA , PERMITTEE and subject to the following, PERMISSION IS HEREBY GRANTED to: enter State right of way along the southbound side of Pacific Coast Highway, ORA -1, from 2001 Coast Highway for approximately 3,000 feet to Newport Boulevard, to line the existing 8" CIP water line with cement - mortar, all in accordance with current Caltrans Standard Specifications and Standard Plans, the Encroachment Permit Utility Provisions dated July 1987, the attached Provisions and Permit Plans dated JULY 2, 1990. Permittee shall notify the State Permit Inspector DON PERUS21 at 714/954 -0519 between 0700 and 0900 a minimum of two working days prior to the initial start of work. CONTINUED ON SHEET 2 The following attachments are also included as part of this in addition to fee the permittee will permit (Check applicable): be billed actual costs for: % Yes No General Provisions Yes X No Review X Yes No Utility Maintenance Provisions X Yes No inspection X Yes No Special Provisions SEE SHEET 2 X Yes No Field work by Caltrans Mtce forces Yes No A Cat-OSHA permit is required prior to beginning work. Permit No: Yes X N.A. The information in the environmental documentation has been reviewed and considered prior to approval of this permit. This permit is void unless the work is completed before DECEMBER 23. 1990. This permit is to be strictly construed and no work, other than that specifically mentioned above, is hereby authorized. No project work shall be commenced until all other necessary permits and environmental clearances have been obtained. Distribution: I APPROVED: ORANGE (2) KEITH E. McKEAN, District Director DON PERUZZI- INSPECTOR BY W. G. BENGTSON, ., District Permit Engine CITY OF NEWPORT BEACH 1290 -NUS -0298 If the work authorized by this permit is to be performed by contractors forces for a Public Agency, the Permittee's contractor shall furnish the State wit]; a signed application requesting a separate Caltrans permit authorizing the contractor to perform the work within the State Highway right of way for the Permittee. The Permittee's contractor will be required to pay a deposit of $900.00 estimated for inspection costs and to reimburse the State for the actual costs incurred for engineering inspection of the work within the State right of way and other permit related field work performed by Caltrans Maintenance Forces. In addition to the attached General Provisions, form DM- M- P -202B, the following Special Provisions are applicable: 1- Permittee shall arrange a pre - construction meeting with his contractor(s) and the State Permit Inspector to insure a complete understanding of the work and the permit requirements. 2- All traffic control shall be provided, installed and maintained by Permittee in accordance with State Standards and subject to the approval of the State Permit Inspector. All work which requires traffic control shall only be performed on weekdays between 9 AM and 3 PM, with the following exception for work which affects the Route 55 ramp: If the work causes ramp traffic to backup at Newport Boulevard, such work shall then be performed between 10 PM and 4 AM. 3- California Highway Patrol Area Commander, and OCTD DETOUR COORDINATOR at 714/638 -9000, extension 4130, shall be notified at least 48 hours prior to implementing traffic control which requires lane closures. 4- All traffic control which requires lane closures shall be in compliance with the appropriate STANDARD PLANS traffic control plan. Where required by the plan, the use of a flashing arrowboard is MANDATORY. C30 signs shall be installed every 200 feet along the closed lane. 5- Orange vests and hard hats shall be worn at all times while working within State right -of -way. 6- A minimum of two days prior to the start of any excavation authorized by this Permit, Permittee shall notify UNDERGROUND SERVICE ALERT at 1- 800 - 422 -4133. 7- Backfill for the access holes shall consist of sand /cement slurry. 99- Immediately following completion of the work permitted herein, Permittee shall fill out and mail the Notice of Completion postcard attached to this permit. 2 DEPARrUENr OF TRIINSPORfAMON ENCROACIMIENT PERMIT GENERAL PROVISIONS DIh- Y -R202B ale. IMM 1. AWborhr Each Encroachment Pen mlt 4 issued In secordancewlth Chap- ter S of Division 1. commencing with Section 660, et seq, of the Streets and Highways Code (SH4 - 2. tosoratlom Except as otherwise pro- vided for public corporations, fran- chise hoiden, and utilities. En- croachment Permits are revocable on five (5)days' notice. These General Pro- vlslons, Utility Maintenance Pro- visions. and any Encroachment Permit f hued hereunder are revocable or sub - ject to modification or abrogation at any time, without prejudice, however. to prior rights. including those eviden- ced by Joint use agreements, franchise rights reserved tights, or any other agreements for operating purposes, In the State highway right-of-way. S. Responsible Party: No party other than the named permittee or their agent 1s authorized to work under any permit 4. Acceptance of Provisions It Is understood and agreed by the permit tee that the doing of any work under this permit shall constitute an accep- tance of the provisions of this permit and all attachments. S. NaticaPriertolita tingWorlc Before starting work under the Encroach- ment Permit the permltteeshall notify the designated Department represen• tative two (2) working days prior to In- Us] start of work When work has been Interrupted for more than f Ive (S) work - Ing days, an additional 24 -hour notification Is required before restart- Ing work unless a pre•aaanged agree- meet has been made with the Department's representative. Unless otherwise specified. all work shall be performed on weekdays and during normal working hours of the Depart- ment's representative. fl Standards of Construction All work performed within the highway shall conform to recognized standards of construction and the current Depart- ment Standard Specifications, Stan- dard Plans and Manual on Hip and Low Risk Facilities Within Highway RigMso -Wy and any Special Pro- visions relating thereto. 7. Inspection and Approval by tits Departsuaft Allworkshallbesubject to monitoring Inspection, and approval by the Department The pen mittee shall request a final inspection and acceptance of the work & Keep Permit on the Work seta: The Encroachment Permit or a copy thereof shall be kept at the site of the work and must be shown to any rep resentattve of the Department or any law enforcement officer on demand WORTS SHALL BE SUSPENDED IF PERMIT is NOT AT JOB SfiE AS PROVIDED. 9. Conflicting Permits If a prior encroachment convicts with the pro- posed work the new permittee must . arrange for any necessary removal or relocation with the prior permittee. Any such removal or relocation will be at no expense to the Department 10. Permits From Other Agendas: The party or parties to whom a permit Is Issued shall wheneverrequfred by law. secure the written authorization for anywork that must be approved bythe Public Utilities commission (PUCI of the State of California CAI.)SHA or any other public agency having juris- diction. Failure to complywlth the law as noted above, will Invalidate the Department's permit 11. Provisions star Prdeablu a: Where facilities exist a minimum sidewalk and blkepath width of four feet (41 shall be main tamed at all than forsafe passage through the work area At no time shall pedestrians be diverted onto a portion of the street used for vehicular traffic At locations where adjacent alternate walkways cannot be provided, appropriate signs and barricades shall be Installed at the limits of construction and In advance of the closure at the nearest crosswalk or Intersection to divert pedestrians across the street 12. Hotentlon of TAAMc Adequate pro visions shall be made for the protection of the traveling public Warning signs, lights and safety devices and other measures required for the public safet34 shall conform to the rarybe- ments of the Manual of Traffic Controls blued by the Department Traffic control for day or nighttime lane closures shall be In conformance with Department Standard Plans for TrafficControleystema Nothingin the permit is Intende4 as to third parties. to Impose on permittee any duty, or standard of cart, greater than or di- ferentthan thedutyorstamlardofcare Imposed by law. IS. PDetmsm interference with Trail, ft All work shall be planned and tar- ried out so that there will be the least possible Inconvenience to the trave- Ing public The permittee ls authorized to place property- attired flagger(y to stop and warn conventional highway traffic Traffic shall not be unresson- ablydelayed Flaggingproceduresshall be to conformance with the tnstruo- turns to Flaggers pamphlet and/or Manual of Traffic Controls for Construction and Maintenance Work Zones issued by the Department 14. Storage of Equipment and Materials The permittee shall Install temporary rathng(Type l9 between any lease earry- Ing public traffic and any obstacle, material stored or equipment parked within twelve feet (121 of the lane UUhtim are subject to the provisions of Section 225 12 of the Callfomla Vehicle code (CVC). 15. CarosfDralaage Iftheworkeontem• plated In any Encroachment Permit shall interfere with the established dralnaga ample provision shall be made by the permittee to provide for it as may be directed by the Department 16. 646IngRepakat Ineveryc u4theper- mfttee shall be responsible for reator- tngtoftsformercondition asuearly as may be possible any portion of the State blghwy facility which has been excavated or otherwise disturbed by permittee. The permittee shall mah- taln the surface over facilities placed underattypermlt If the higbwy ls not _ resteredashereln provided for, orlfthe Department elects to make repalm permfttee agrees byacoeptance of per- mit to bear the cost thereof: 17. Permits for Record Oabt If occupa- tion of highway right -ofwy Is under Joint use agreement or under prior easement Encroachment Permits will be Weed to the permlttee for the pur- pose of providing the Department with notice and a record of work The permit will also specify the current terms and conditions relating to public safety. No new or different rights or obligations are Intended to be created by the Permit In such cases. and all such prior rights shall be fully protected Encroachment Permits issued In such cases shall have designated across the face thereof "Notice and Record PurpesesOnly- (DlstrktOfficeofRight of Way must give approval for this designation,) 18. Oess Up RigisleMayi Upon com- pletion of the wont all brush, timber. scrape. material, etc. shall be entirety removed and the right-of-way shall be left In as presentable a condition as existed before work started 19. CestefrFork Unlessotherwlsestated on the permit or other separate written agreement all costs Incurred for work wishing the State right-of-way pur- suant to this Encroachment Permit shall be borne by the permittx and permittee hereby watm all claims for Indemnification or contribution from the State for such work 20. AetaalCostDiWsge Whenthepermtt- tee to to be baled actual costs (as indicated on the face of the permul, such cestsww beat the current hourly rate established bythe Department for Encroachment per its 21. tiab aft Plane For botallauon of all underground faeWtles, and an surface work or other activity of consequentt the permittee shall furnish five(S) sets of plans showing location and ton• structJon or other activity with its application. Thirty (30) days after M 23. 24. completion and acceptance of the work one (1) act of as -built plans shall be submitted to the Dlstrlct Saudis$ This permit shall not be effective for any purpose unless, and until the permitter 91es with the Department a surety bond when required by the Department to the form and amount required by the Department A bond Is not ordinarily required of any public corporation or publicly or p"tely -awned utility but will be required of any utility that falls to meet any obligation arising out of the wont permitted or done under an Encroachment permit orfalls to main. twin Its plant work or facilities. Tire said bond shay remain in force for a Period of one (1) year after acceptance of the wort by the Department Midi tasasca of ftbways The permittee agrees, by acceptance of a permit to properly maintain any encroachment 71sa will require inspection and repair of any damage to State facilities resulting from the encroachment . SsspaasRYkytarDamage 7beState of California and all of sere and employees thereoi Including but not limited to the Director of Transports. lion and the DeputyDlrector, shall not be answerable or accountable in any manner for injury to or death of any person. Including but not Limited to the permitter persons employed by the permitter persons acting In behalf of the permitter or for damage to pro- party from any muse. The permltier shall be responsible for any liability imposed by law and for injuries to or death of any persona, Including but not limited to the permitter persons employed by the permitter persons acting in behalf of the permlum or damage to property arising out ofwork or other activity permitted and done by the permitter under a permlt or arts- ing out of the failure on thepermittee's part to perform his obligations under any per in rnpect to maintenance or any other obligatiorm or resulting from defects or obstruction& or from arty cause whatsoever during the pro- gress of thework crotheractivsy, orat any subsequent time work or other activity Is being performed under the obligations provided by and centers. plated by the permit The permittee shall Indemnlly and save harmless the State of California and all officers and employers tbered including but not limited to the DIrea tin of Transportation and the Deputy Director. from W claim& suits or actions of every name, kind and des- er[ptton brought for or on account of Injuries to or death of any person, Including but not limited to the Pamittet persons employed by the Permitter persons acting in behalf of the permtttee and the public, or damage to property resulting from the performance of work or other activity under the permit or arising out of the failure on the permittees part to per, form his obligations underany permit In respect to maintenance oranyother obligations, or resulting Iom defects or obsttuetlana or from any muse whatsoever during the profess of the work or other activity or at say subse- quent time work or other activity Is being performed under the obligations provided by and contemplated by the permit except as otherwise provided bystatute,7he duty of the permitter to tndematfy and awe harmless includes the dutles to defend as set forth in Section 2776 of the Civil Code, 7be .permittee walves any and all rights to any type of expressed or implied Indemnity against the State, its officers oremp)oyeea ft la the latent of the parties that the permAtee will indemnify and bold harmless the State. Its officers and employees from any and all claims, Baits or actions as set forth above regardless of the exls. tence or degree of fault or negligence, whether active or pssetve. primary or secondary, on the part of tbeStata the Permitter persons employed by the permlttes or persons scttog in bebalf of the permitter 25. Federal CxoU lttlghts ><ags5wnts for Public Amear modedes A The permitter for himself: his personal representativea successors tointerest and assigns as part of the considers- lion heteoi does hereby comment and agree that O nopersan on the founds ofracr color, ornational o rWrishW be excluded from participation tin. be denied the benefits of or be otherwise subjected to discrimination in the use of said facilities 2) that in connection with the construction of any improvements an said lands and the furnishing of services thereon, no dis- crimlaation shall be practiced to the selection of employers and contreo- ton, by contractors in the seiectlon and retention of first -tier subcontrac- ton In the selection of second -tier subcontractor& S) that such dts- eriml aeon shell not be practiced against the public in their seas to and use of the facilities and services, provided for public accommodations (such as eating, sleeping rest recres, tlonk and operated on. ova or under the spore of the rlgbt- ofwW,, and 4) that the permtttee shall use the pre- -s— in compliance with all other requirements Imposed pursuant to Mile 15. Code of Pedcral Regulation& Commerce and Foreign Tm tSubtitle A Office of the Secretary of commerce, part .8 (15 C.M. Part 8) and as said Regulations may be amended R That In the event of breach of any of the above nondiscrimination covenanta the State shall have the right to ter- minate the permit and to re-enter and repossess said land and the facilities 27 211 29. thereon, and hold the same as if said permit had never been made or hued No Precedent Safabiisha: this per, mit Is Issued with the understanding that any particular action is not to be considered asestabnabinganypre en- dent (1) on the question of the expediency of permitting any certain kind of encroachment to be erected within right -of- -way of State highway& or C2) all to any utility of the accep- labWty of any such permits as to any other or future situation. Archaeebgleab The permitter shall cease work in the vicinity of any archaeological resources that are revealed 7be perms Engineer shall be notified Immediately, A qualified archaeologist retained by the permit- tee, will evaluate the situation and make recommendations to the Permit Engineer concerning the continuation of the work Pstnee Moving oflaatalisdoae If the Encroachment Permit was issued at the request of the permitter, it is understood that whenever State con- struction. reconstruction or maln- temmoe work on the highway requires the Installation to be moved adjusted or relocated the permitter- at her sole e:pease, upon request of the Depart- ment shall comply with said request ProraOfng pages Construction. alteration, demolition. repair or main- tenance work performed under a per- mit Issued bytheDepartmentof Trans - portation may require the owner/per- mittee to pay all workers employed by the contracorand subcontractors the appropriate predetermined prevailing . wage rates as set by the Director of the Department of Industrial Relations See California labor Code. Division 2. Part 7. (commencing with section 17201 Streets and HiglraVs Code. Chapter 3. Article 2 Section 671.1, and Opinion of the Attorney General of the Stale of Ciltfornia. No. 86-803, dated December 31. 1986. Inquiries or requests for Interprel- atlons relative to the enforcement of prewllingwagerequirement should be directed to the State of Caufomt% Department of Industrial Relations 525 Golden Cate Avenue, San Fran. craw Calilmnla 94102. ?�. • • 1x11 u 9 BYIHE 2 119J. TO: City Council FROM: Public Works Department u SUBJECT: WATER MAIN RELINING PROGRAM (C -2784) RECOMMENDATIONS: November 12, 1991 CITY COUNCIL AGENDA ITEM NO. F_11 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for Jaffa =&. �e DISCUSSION: This project provides for the relining of 3,000 lineal feet of water main, installation of additional valves and fire hydrant replacement. The location of the work is shown on the attached Exhibit "A". The relined water main will improve.domestic water service and provide increased pressure and reliability for fire protection. The water main relining is part of the continuing program of maintenance of existing deteriorated mains in the City. The Engineer's construction estimate is $298,000. Sufficient funds to award this amount are available from the Water Main Replacement Program. The plans and Public Works Department. March 31, 1992. Benjamin B. Nolan Public Works Director SL: so Attachment specifications were prepared by the All work should be completed by (-AV .r 7e t U • • lNj� sz,� s TURNING HRSIN CITY OF NEWPORT BEACH PUBLIC WORKS DEPRRTMENT EXHIBIT "A" WRTER MRIN RELINING PROGRRM C -2784 DRRWN: FT DRTE: 10/31/91 Audnmired to PMM Advertmmo at all ' udmg pudic noeoea by Dwm ditSupedareo4atOrange a,NumbetA -6214, Septembw29,1961, and A-MI June 11, 1 STATE OF CALIFORNIA County of Orange I am a Citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a.party to or interested in the below entitled matter. I am a principal clerk of the NEWPORT BEACH -COSTA MESA PILOT, a . newspaper of general circulation., .printed and published in the City of Costa Mesa, County of Orange, State of California, and that attached Notice is a true and complete copy as was printed and published on the following dates: November 14, 19, 1991 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on November 19, ,199 1 at Costa Mes , C ifo is Signature 0 PROOF OF PUBLICATION 33 � 5 Authorized to Publish Advertisements of all ki- � - inducing public notices by Dame of the Superior court of Orange Cetr, alikmta, Number A-6214, September 29, 1961, andA -24831 June 11, %o3 STATE OF CALIFORNIA County of Orange I am a Citizen of the United States and a resident of the County aforesaid; l am over the age of eighteen years, and not a.patty to or interested in the below entitled matter. I am a principal clerk of the NEWPORT BEACH —COSTA MESA PILOT, a newspaper of general circulation, .printed and published in the City of Costa Mesa, County of Orange, State of California, and that attached Notice is a true and complete copy as was printed and published on the following dates: November 14, 19, 1991 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on November 19, ,199 1 at Costa Mesa, C ifor is Signature INVITING BIDS Sealed bids may be 3ived at the office of ity Clerk, 3= Newt Approved by the City Council this 12th day of November, 1991. Wanda E. pagglo, City Clerk Prospectivb bidders may bblan one set of bid docu- ments at no cost at the of- fice of the Public Works Department, 33DO Newport Boulevard. P.O. Box 1768, Newport Beach, CA 92669- 1768. For further Information, call Stephen Luy, Project Manager at 644 -3311. Published Newport Bosch -Caste Mesa Pilot November 14, 19, 1991 PROOF OF PUBLICATION