Loading...
HomeMy WebLinkAboutC-2831 - 1990-91 Sewer Main Replacement ProgramJune 18, 1992 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 (714) 644 -3005 Steven F. Shacklett General Engineering Contractors 10919 Almond Street Fontana, CA 92335 Subject: Surety: Explorer Insurance Company - Bonds No.: 119 26 41; Contract No.: C -2831 Project: 1990 -91 Sewer Main Replacement Program The City Council of Newport Beach on May 26, 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 has been recorded in accordance with applicable portions of the Civil Code. The Notice was recorded by the Orange County Recorder on June 1, 1992, Reference No. 92- 366879. Sincerely, Wanda E. Raggio 'f (/ City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach 6 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk4� �' Cityy of Ne �rt Beach 330D Newpor Boulevard Newport Beach, CA 92663 11 RECOJED 1% � cRJ�K eny t1EWWBIFAGH 92=366879 NEC ORANGEiCOUrNN, ��qNFOpgNDIA 4:00 P.M. JUN 11992 "� Q' `�Recorder "Exempt from recording fees urs p to Government Code Section 9103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Steven F. Shacklett General Engineering Contractors, Inc. Fontana, CA as Contractor, entered into a Contract on August 6, 1991 Said Contract set forth certain improvements, as follows: 1990 -91 Sewer Main Replacement Program (C -2831) Work on said Contract was completed on March 14, 1992 and was found to be acceptable on May 26, 1992 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Explorer Insurance Co., P.O. Box 85563, San Diego, CA 92138 BY d2.. i . - . VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on 222 , oP�? I9Ya at Newport Beach BY i y e Titi" $ Add. i Pg@$ Lien Nt $ �a Other is Total Roc. Fees D.T.T. I 3 PCOR $ SMF S ROE -79 NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Steven F. Shacklett General Engineering Contractors, Inc. Fontana, CA as Contractor, entered into a Contract on August 6, 1991 Said Contract set forth certain improvements, as follows: 1990 -91 Sewer Main Replacement Program (C -2831) Work on said Contract was completed on March 14, 1992 and was found to be acceptable on May 26, 1992 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Explorer Insurance Co., P.O. Box 85563, San Diego, CA 92138 BY d2.. i . - . VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on 222 , oP�? I9Ya at Newport Beach BY i y e Z .P' • C • 1Rc :all'�C!L 1 MAY 2 6 G92 May 26, 1992 CITY COUNCIL AGENDA ITEM NO. F -10 TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: ACCEPTANCE OF 1990 -91 SEWER MAIN REPLACEMENT.PROGRAM (C -2831) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Xotice.of Completion. 3. Authorize the City Clerk to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. DISCUSSION: The contract for the construction of the subject project has been completed to the satisfaction of the Public Works Department. The bid price was $305,000.00 Amount of unit price items constructed 320,886.00 Amount of change orders 44,350.49 Total contract cost $365,054.49 The increase in the amount of the unit price items constructed was due to additional concrete paving on the peninsula and an error in the estimated quantity of ductile iron sewer main. Nine Change Orders were issued. The first, in the amount of $4,118.92, provided for extra excavation to determine the location of the bend in the Shorecliffs Road storm drain, delays to the contractor and slurry backfill. The second, in the amount of $518.00, provided for extra excavation to determine the location of a second sewer lateral from a property on East Ocean Front. The third, in the amount of $6,800.00, provided for the replacement of two deteriorated sewer manholes. The fourth, in the amount of $5,914.64, provided for excavation through solid rock to construct a new sewer main in China Cove. The fifth, in the amount of $4,121.67, provided for the removal of a 12 -inch thick concrete slab encountered in the trench for the new sewer in China Cove. The sixth, in the amount of $9,900.51, provided for removal of 18 -inch thick pavement and the removal of an • Subject: Acceptance of 1990 -91 Sewer Main Replacement Program (C -2831) May 26, 1992 Page 2 existing 21 -inch sewer shown in the records to be 8 -inch. The seventh, in the amount of $4,066.54, provided for exploratory excavation to determine the location and depths of the existing facilities at the intersection of Balboa Boulevard and River Avenue. The eighth, in the amount of $4,291.97, provided for patching at 46th Street and Balboa Boulevard and for purchase of supplies not needed due to the changes in the work. The ninth, in the amount of $4,618.13, provided for grading the sewer access road in Big Canyon and backfilling the trench adjacent to Domingo Drive with sand cement slurry. Funds for the project were budgeted in the General Fund, Account Nos. 02- 3397 -183, 02- 3497 -430 and 02- 3491 -053 and from the Sewer Fund, Account No. 53- 5591 -001. • The contractor is Steven F. Shacklett Construction of Fontana, California. The contract date of completion was December 30, 1991. Due to the delays caused by the above extra work and suspension of work over the Christmas holidays, the work was not completed until March 14, 1992. Benjamin B. Nolan Public Works Director GPD:so • I -Nr* 8 ALj tril I - r� k CITY OF NEWPORT BEACH CMWX D= PUBLIC WORKS DEPARTMENT APPF&M 1990-91 SEWER MAIN REPLACEMENT PROGRAM C-2831 aarnNe No EXHIBIT A J. Release of Stop Notice RECEIVED APR 16 1992 CITY CLERK CITY OF tlEWP!)RI REACH TO: City Of NewPort Beach Public Works Construction Lender (or tarty with whom Slop Notice was filed) 3300 NewPort B1 NewPort Beach, Car 92660 (Address) 1'ou are hereby notified that the undersigned claimant releases that certain Stop Notice dated 2 -13 -92 , in the amount of $ 1,919.14 APR 1 992 ra CALIF. against as owner or public body and Steven F Shacklett Construction as prime contractor in connection with the work of improvement known as Working On Street F Street & Ralboa in the City of NewPort Beach State of California. Date 3 -25 -92 County of Orange Name of Claimant U.S Rentals, Inc U (Firm Namr, By igrat Credit 'Manager (Official Capacity) VERIFICATION 1, the undersigned, stater I am the Z`gent ("Agent of", "President o/" "A Partner of", "Owner o/', rlr.) the claimant named in the foregoing Release; I have read said Release of Stop Notice and know the contents thereof, and I certify that the same is true of my own knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on 3 -25 State of California Date COPIES SENT Ta Cawtdkm WI Matter L:T ttomey Bldg. Dig ❑PB&RDk o Plm tp Dlr J Nike CW�.., 1!1,pwD(ro 0 RICA FORM 5 (REV. 2/971 19 92 at San Juan Capistrano (Signature of imont or Authorized Agent) r I.V {A.' 1'' Release of Stop Notice Er,nVED kPR ie 1992 CITY CLERK CIT OF NEW w BEACH TO: City Of Newport Beach Public Works Construction Lender (or party with whom Stop Notice woo filed) 3300 NewPort BI NewPOrt Beach, Ca 92660 )'oil are hereby notified that the undersigned claimant releases that certain Stop Notice dated 2 -11 -92 in the arnount of $ 7,353.40 against City Of NewPort Brach Pnhl i r• Wnrkc as owner Or public body and Steven F Shacklett Construction as prime contractor in connection with the work of improvement known as Sewer IUX2rjM Mentc Balhna Paninaij n in the City of NewPort Beach , County of State of California. Date 3 -25- Name of Claimant U.S Rentals, Inc (firm Na e By (Slga p (Official Capacity) VERIFICATION 1, the undersigned, stater I am the Agent ( "Agent of" 'President of ", "A Partner of" "Owner of ", rfr.) the claimant named in the foregoing Release; 1 have read said Release of Stop Notice and know the contents thereof, and 1 certify that the sane is true of my own knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on 3 -25 State of California Gate — 6— 9z COPIES SENT T0: • Maya • Cotaldbro q'Manager v7Attomey 3 Bldg. Bit. GenSery Dir. ❑ PB & R Dir. • Planning Dir • P01108 Chief ra P.Illf Off k-7za er � Othet�jurtriirao.,j� 81CA FORM 5 (REV. 2/871 119 92 at San Juan Capistrano D (Signature of P inum uthorized Agent) nguIVED pPR ib IN2 cav u-ERK nP OF k-egi ,s ( ,Irlcv TO: • • Release of Stop Notice Of NeWPort Beach Public Works Car was You are hereby notified that the undersigned claimant releases that certain Stop Notice dated 2 -11 -92 in the amount of $ 6,601-41 against City Of Newport Beach Public Wnrkc as owner or public body and Steven F Shacklett Cann- trur -tinn as prime contractor in connection with the work of improvement known as Varous locations sewer i mmmvamanats (bean R Dahl i a in the City of C•nrnna no1 mar , County of State of California. Date 3 -25 -92 Name of Claimant U.S Rentals, Inc. (Firm N By /Slglin r Credit M nager (official Capacity) VERIFICATION 1, the undersigned, stater I am the Agent ("Agent nJ', "President n/" "A Partner n/' "Owner of", rir.) the claimant named in the foregoing Release; 1 have read said Release of Stop Notice and know the contents thereof, and 1 certify that the same is true of my own knowledge. 1 certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on State of California Gate — /6- z COPIES SENT T0: •MW • Courgi m %o eow ) Bldg. Dk GenSwvDk PB & R DIE Planning Dif 'Olice Chi/ vy a'Other����n� 61CA FORM 5 (REV. I/971 19 92 at San Juan Capistrano gnature of Clef nt or t zed Agent) 10 0 Stop Notice CALIFORNIA CIVIL CODE SCC°I ION 3103 Ntll'ICI1, 110 City Of Newport Beach Public Works – rr' i• nj i.rn� Ffr1 i XJi• ui ill"W4 -- `._.` -- - -� 3300 NewPOrt ill Newport Beach;- Ca,-i,2660 j17 ;1,— ,•[l_....___. _ .._._._.._.. -__ ... .. _.... -- (If ltrlvale job — file Willi ►esponsible officer or person an office or blanch of conshuction Icnder ndntinistering lite consltuction funds or wish lite owrict — CIVIL CODE SEC 1 IONS 3156 . 3175) (it public job — file with orrice of conihdler, audilor, or other public (1tsbutsing officer whoss rco payments under provisions of lite contract — CIVIL COLIC SECTIONS 3179 - 3214) Prime Contractor: Steven F Shacklett Construction ; RECFiyrn Sub Contractor (1t Any) Gaam _ owner or Public body: r; 1t of NewPnrt- Bpach, Public wo Improvement known as working On Street — — ll�rnr orrr7 a� njpmjrrl or uvrr -fi nj iu lire City of Newport Beach , Courtly of orannqe Slate of California. U.S Rentals Inc , Clahnanl, a _ Corporation _ _ (C a nranrj (( "rtrpnrn( ion/ 1uj t rr <Ttpl.6T 'ngrnfirrJ furnished Certain labor, service, equipment or ntnlerials used in the above described work of improvement. The name or the person or company by whom ciahnam was employed or to whom claiutanl furnished labor, service, equipment, or materials Is Steven F Shacklett Construction (W.—nir qj Ei, n nrrirnrror %(bniro, �nr /7l„•nrr- fi,,YTrrj- _ -- The kind of labor, service, equipment, or ntaletiais furnished or agiced to be furnished by claimant was Rental Of Construction Equiptatent Backhoe ill rr rlti - -— ----- - - - - -- Iblai value of labor, service, equipment, or materials agreed to be furnished......... S ._263.06 1blal value of labor, service, equipment, or materials actually furnished is............ S. 263.06 Credit for materials returned. it any ............................... ............................... S 9 Amount paid on account. if stay .................................... ............................... S . 0 Amount due after deducting all just ciedils and offsets ...... ............................... S - 96.4 6 VOI1 Attu 11E1tEnY N11111FIFI) in withhold sufficient monies held by you oil the above described project to satisfy claimant's demand it, the mnoum of S 26306 and hl addilion (hereto sums sufficieal to cover In(etest, cout( costs add teasmtnble costs of litigation, as provided by law - A bond (CIVIL CODP SIEMON 3083) is not allached. (bond required with Slop osl7i nnrj - -- Nolice served on constructions lender on private jobs — board not required on public jobs or on Slop Notice served ad owner on private jobs). Dale 2 -11 -92 Name or Claimant U.S Rentals, _Inc _ ` P O BOX 1179 !7rrn nnri•J (A fir inR i r r roc. San Juan pistfano, , 2693 liy e efi o °— 1- sna o c� � V{FAION 00 Ir .l,Fr n'('npor ry•J 1, floe ofidefslgned, slate: I ato the rrarl;t Manaaar C. Rrnl r•.11depir "/boar. n1 r1r.f the claimant named in lire foregoing Stop Notice; I have tend said claim of Slop Notice and know the contents taareof, and I eetitfy that line same Is tine of any own knowledge. 1 certify (at delcete) under penally or perjury under Ilse laws of the Slate of C'alifornin final the foregoing le true and cottect. Cftecuted all 2-11 19 92 t San Juan Cap's Slate or California R nitro of (' 111 it or it t , Rrni %"� StFQUF$i' FOR N411111IVF. (/F rLF,C'1 "ION (Private Works Only) If an election Is made not to withhold funds pursunnl to this slop nonce by tensor of n payotcnl bond having been tecotded in accordance with Sections 3235 or 3162, please send notice of such election and a co" bl the blond within 30 days of such election In the enclosed ptenddresxed stamped envelope to flit address of the elalmanl shown above. This informalion nhusl he provided by you under Civil Code 5ectlons 3tS9, 3t61 at 3162. r Signed: or lr rani mini ar snm(rcr7 rm 0 4 cv � \ � � 4 6 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: August 6, 1991 SUBJECT: Contract No. C -2831 Description of Contract 1990 -91 Sewer Main Replacement Program Effective date of Contract August 6, 1991 Authorized by Minute Action, approved on July 8. 1991 Contract with Steven F. Shacklett General EngineerinR Contrartorc, TnC_ Address 10919 Almond Street Fontana, CA 92335 Amount of Contract $305.000.00 k" i , Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach City Ci Clerk Want m zE PR 1.1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL 1990 -91 SEWER MAIN REPLACEMENT PROGRAM CONTRACT NO. 2831 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 Contract No. 2831 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price, for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Mobilization and traffic control @ Twenty Fight Thousand Dollars and No Cents $ 28.000.00 Per Lump Sum 2. 430 Remove existing 8 -inch sanitary Linear Feet sewer and construct new 8 -inch sewer main @ Fifty -Four Dollars and No Cents $ 54.00 $ 23.220.00 Per Linear Foot 3. 815 Install new 8 -inch sanitary Linear Feet sewer main including trench resurfacing @ Fifty -Five Dollars and No Cents $ 55.00 $ 44,825.00 Per Linear Foot • PR 1.2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. ANDMMNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 255 Remove existing 8 -inch sanitary Linear Feet sewer and construct new 8 -inch sewer main including trench resurfacing @ Eighty -Eight Dollars and No Cents $ 88.00 $ 22.440.00 Per Linear Foot 5. 330 Remove Exist. Encroaching Linear Feet Sewer and Install Ductile Iron Sanitary Sewer @ One Hundred Sixteen Dollars and No Cents $ 116.00 $ 38.280.00 Per Linear Foot 6. 7 Construct sanitary sewer manhole Each @ Two Thousand Six Hundred Dollars and No Cents $2600.00 $ 18.200.00 Per Each 7. 180 Remove existing house connection Linear Feet and construct new 4 -inch house connection including trench resurfacing @ Seventy Dollars and No Cents $ 70.00 $ 12.600.00 Per Linear Foot 8. 120 Remove existing house connection Linear Feet and construct new 4 -inch house connection @_Seventy Dollars and N Cents $--Z0.00- $ 8.400.00 Per Linear Foot ±� 6 PR 1.3 ITEN QUANTITY ITEN DESCRIPTION I UNIT TOTAL' NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 9. 18 Construct house connection cleanout Each @ Three Hundred Dollars and No Cents $ 300.00 $ 5,400.00 Per Each 10. 1 Construct sanitary sewer cleanout Each @ Five Hundred Dollars and No Cents $ 500.00 $ 500.00 Per Each 11. 1 Construct sanitary sewer manhole Each with inside drop @ Seven Thousand Dollars and No Cents $7,000.00 $ 7,000.00 Per Each 12. 1,475 Remove existing and construct Square Feet P.C.C. strip gutter @ Seven Dollars and No Cents $ 7.00 $10,325.00 Per Square Foot 13. 650 Remove existing alley approach Square Feet and construct new alley approach @ Five Dollars and No Cents $ 5.00 $ 3,250.00 Per Square Foot 14. 520 Remove existing P.C.C. pavement Square Feet and construct new P.C.C. pvmt. @ Eight Dollars and No Cents $ 8.00 $ 4,160.00 Per Square Foot i • i PR 1.4 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN I-N -WORDS PRICE PRICE 15. 4,000 Remove existing A.C. pavement Square Feet and construct new P.C.C. pvmt. @ Six Dollars and No Cents $ 6.00 $ 24.000.00 Per Square Foot 16. Lump Sum Remove and reconstruct 12 inch C.M.P. storm drain on new alignment @ Three Thousand Dollars and No Cents $ 3.000.00 Per Lump Sum 17. 250 Remove and dispose of existing Tons curb and pavement (R- 5640 -S) @ Fifty Dollars and No Cents $ sn_nn $ 12-son-no Per Ton 18. 240 Construct P.C.C. Curb Linear Feet @ Tweleve Dollars and No Cents $ 12.00 $ 2,880.00 Per Linear Foot 19. 1,500 Construct P.C.C. Sidewalk Square Feet @.-Seven Dollars and No Cents $ 7.00 $ 10.500.00 Per Square Foot 20. 230 Construct P.C.C. Curb Access Square Feet Ramp @ TwPlve Dollars and No Cents $ 12.00 $ 2.760.00 Per Square Foot 0 ,: T1 PR 1.5 ITEM ..QUANTITY ITEM DESCRIPTION I UNIT TOTAL, NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 21. Lump Sum Install 1" Dia. water service including trench resurfacing @ Twelve Hundred Dollars and No Cents Per Lump Sum 22. Lump Sum Construct storm drain junction structures and reconstruct sidewalk (C- 5206 -L) @ Six Thousand Dollars and No Cents Per Lump Sum 23. 95 Construct Type "A" P.C.C. Curb Linear Feet And Gutter @ Eighty -Two Dollars and No Cents Per Linear Foot 24. 135 Construct P.C.C. Sidewalk Square Feet With Thickened Edge @ Twenty -Two Dollars and No Cents Per Square Foot 25. 6 Construct A.C. Patchback Tons (M- 5298 -5) @ Eight Hundred Dollars and No Cents Per Ton $ 1,200.00 $ 6,000.00 $ 82.00 $ 7,790.00 $ 22.00 $ 2,970.00 $ 800.00 $ 4,800.00 4 PR 1.6 Three Hundred and Five Thousand Dollars and No Cents $ 305,000.00 TOTAL BID PRICE (WORDS) TOTAL BID PRICE (FIGURES) ✓ Steven F. Shacklett General Engineering 592575 Bidder awe!' Contractors, Inc. Contractor's License No. lt��1, 7 - 2 L— G) 1 1 Authorized Signature/Title Date Steven F. Shacklett, President v 10919 Almond Street, Fontana, CA 92335 (714) 356 -4439 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 108 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 t.' ;f � • Page 2A In accordance with-the California Labor Code (Sections 1770 et seq.), the Director df 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 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 coi authorized by the corporation. shall be of a general partner. shall be of the owner. signatures and titles of persons the bidder. For corporations, the -porate officer or an individual For partnerships, the signatures For sole ownership, the signature 592575A Contractor's License No. & Classification Steven F. Shacklett General Engineering and Contractors, Inc. Bidder 7 -z� -9 Date 5/91 Steven F. Shacklett, President I s ] • • Page 3 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor will be responsible for performing that portion of the. work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Subcontract Work Subcontractor Address 1 Manhole Work Inland Concrete Riverside, CA 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Steven F. Shacklett General Engineering %Z� amLe BidderContractors, Inc. AAi thoriz d Signature /Title Steven F. Shacklett 5/91 Page 4 BYDDER'8 BeND KNOW ALL MEN BY THESE PRESENTS, That we, STEVEN F. SHACKLETT GENERAL ENGINEERING CONTRACTORS. INC. as bidder, and EXPLORER INSURANCE COMPANY , as surety, are held and firmly oun un o e C ty of Newport Beach, California, in the sum of *TEN PERCE T 1 F Dollars ( $ * * * * * * * * * * * * * * * *) ,lawful money O h@ t1n ted states Or the payment of Vh-ich sum w@ 1 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 1990 -91 SEWER MAIN REPLACEMENT PROGRAM - _CONTRACT N0.2831 (Title of Project and Contract W� ) -in the City of Newport Beacsh$ 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 26th day of June , 19-.2j. STEVEN F. SHACKLETT GENERAL ENGINEERII Bidder (Attach Ac nowledgmen Of Attorney -In -Fact) Notary Public Commission Expires: 5191 CONTRACTOR INC. Authorized S gna ure/ le , STATE OF CALIFORNIA COUNTY OF SAN BERNARDINO On June 26, 1991 , before me, Barbara Mc Clure notary public, personally appeared Georganne Y. Lynch personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the same instrument the person(s) , or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal :1-91VA1 ZEAL BAk.B11RA MCCLURE • NOTARY PUBLIC- CAUFORNU an Bernardino County MY OMM. EXP. MAY 24, 1994 a Explorer Insurance Company HOME OFFICE: SAN DIEGO, CALIFORNIA Certified Copy of POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the EXPLORER INSURANCE COMPANY, a Corporation duly authorized and existing underthe laws of the State of ARIZONA and having its principal office in the City of San Diego, California, does hereby nominate, constitute and appoint: Georganne Y. Lynch Its true and lawful Attorney(s)-tn -Fact, with full power and authority hereby conferred in Its name, place and stead, to execute, seal, acknowledge and deliver any and all bonds, undertakings, recognizances or other written obligations in the nature thereof. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the EXPLORER INSURANCE COMPANY at a meeting duly called and held on the 22nd day of JULY, 1985, which said Resolution has not been amended or rescinded and of which the following is a true, full, and completecopy: "RESOLVED: That the President or Secretary may from time to time appoint Attomeys'-in -Fact to represent and act for and on behalf of the Company, and either the President or Secretary, the Board of Directors or Executive Committee may at any time remove such Attorneys-In -Fact and revoke the Power of Attorney given him or her; and be it further RESOLVED: That the AttomeyJn -Fact maybe given full power to execute for and in the name of and on behalf of the Company anyand all bonds and undertakings as the business of the Company may require, and any such bonds or undertakings executed by any such Attorney-In- Fact sfiaN be as binding upon the Company as it signed by the President and sealed and attested bythe Secretary.' IN WITNESS WHEREOF, EXPLORER INSURANCE COMPANY has caused its official seat to. be hereunto affixed and these presents to be signed by its duty authorized officers this 24th day of October, 1990 a EXPLORER INSURANCE COMPANY STATE OF CALIFORNIA COUNTY OF SAN DIEGO SS: esident Onthis24th day of October, betorre0the subscriber, a Notary Public of the State of California, in and for the County of San Diego, duly commissioned and qualified, came Bernard Martin Feldman of EXPLORER INSURANCE COMPANY to me personally known to be the in- dividual and officer described in and who executed the preceding Instrument, and he acknowledged the execution of the same, and being byme duly swom, deposeth and saith, that he is the said officer of the Corporation aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of the said Corporation, and that the said Corporate Seal and his signature as such officer were duly affixed and subscribed to the said Instrument by the authority and direction of the said Corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of San Diego, the day and year first above written.,:: n }, 4�.L.�..y J.i, �i�r: �.�l�:l,.,r�nl•i rip STATE OF CALIFORNIA 1� �... I.:� G..rur::.�x. r. r , o ry ub w COUNTY OF SAN DIEGO I, the undersigned, James W. Austin, III, of the EXPLORER INSURANCE COMPANY, do hereby certify that the original POWER OF ATTOR- NEY, of which the foregoing is a full, true and correct copy, is In full force and effect, and has not been revoked. IN WITNESS,�MEREOF, I have hereunto subsc ibgd my name as Secretary, and affixed the Corporate Seal of the Corporation, this n(1y�day of l /j /lvt� e 19'7 / EX? CAL 37 EXPLORER INSURANCE COMPANY �� tNSUgq c coaecagr`2c SEAL n 1/Y�L%1 Ui . (_XAh ITi 7oxx''� a3 becretary Nl dad • i Page 5 NON - COLLUSION AFFIDAVIT State of California ) �� �� , County of 6ij, f q ) ss. S ( --) .6'�e?` , being first duly sworn, deposes and says tha he or she is �T7 offp'�,tiTACI. /:bG the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, south by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder; or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoing is true and correct. A orized S gnature /Title cS73vdwl �,OLK�d? G.v7�f..Tip Bidder Subscribed and sworn to before me this 2j�— day of 19')/. Notary Public my Commission Expires: 12.,29 5/91 [SEAL] oF1tcLtts o AVCWL A IMROW NOTAQYp�.MFpptM �z� 0 0 Page 6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year For Whom Person Telephone Completed Performed (Detail) To Contact Number 1990 Big Bear City Gary Keller (714) 585 -2565 1991 City of Fontana Howard Colburn (714) 743 -3468 1991 Riverside Cty. Road Dept Mark Biloki (714) 781 -6190 Bidder 5/91 ,A. Aagl A thorized Signa-ture /Title Page 7 NOTICE TO SUCCESSFUL BIDDER The following contract documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of mailing Notice of Award to the successful bidder: PAYMENT BOND (Page 8) FAITHFUL PERFORMANCE BOND (Page 9) CERTIFICATE OF INSURANCE (Page 10) GENERAL LIABILITY INSURANCE ENDORSEMENT (Page 11) AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT (Page 12) WORKERS' COMPENSATION INSURANCE CERTIFICATION (Page 13) CONTRACT (Page 14) The City of Newport Beach will not permit a substitute format for these contract documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission . of bid. Payment and faithful performance bonds shall be issued by an insurance organization or surety (1) currently authorized by the insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in.the latest revision of the Federal Register Circular 5704 Insurance companies affording coverage shall be.(1) currently . authorized by the Insurance Commissioner to transact business of insurance in the State of California; and (2) assigned .. Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property- Casualtv.. Coverages shall be provided as specified in the Standard Specifications 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' compensation prior to City's.exeeution • of the Contract. 5 /91 0 ! , r.l 'V 0 Page 8 BOND 110. 119 26 41 PAYMENT BOND PREMIUM INCLUDED KNOW ALL MEN BY THESE PRESENTS, that WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted July 8. 1991 has awardod to Shacklett Gen r 1 n hereinafter designated as the "Pr nc pal", a contract for - - plaojNnt Program (Contract No. r-pg3j) In - the Clty of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents in the office of the C�Lty 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 Contraact No. C -2831 and the terms thereof require the furnishing of a. bond, prow d ng 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: ,THEREFORE, as Principal, ana H XYLUKtK LNNUKANUE UUMYANY as Surety, are held firmly bound unto the City of Newport Beach,' n the sum of Dollars. ($. ) , said sum be ng equal to 1008 of. the estimated amount payable' by the City;of Newport Beach under the terms of the contract; for.which paymelnt well and truly made, we bind ourselves, our. heirs, exectitors and administrators,,successors,.or assigns, jointly. and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the•abovs bounden Principal or. his /her subcontractors., fail to pay for.. any materials, provisions, or other supplies, used in, upon, for,, or about the performance of the work contracted to be done, or, for any other work or labor thereon of any kind or for amounts due under the 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 13026 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 Isuit 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. 5/91 ....... > INC. 0 0 0 0 page 8A The bond shall inure to the benefit of any and-all persons, companies, and corporations entitled to file claims .under Section 3181 of the California Civil Code so as to.give a right to thew or their assigns in any suit brought upon this bond,, as required by and in accordance with the provisions of.Sections 3247 et. seq. of the Civil Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change,. extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations. or additions to the terms of the contract or to the work or to the specifications. in the event that any principal above named executed this bond as an individual, it is agreed that the death of. any such principal shall not exonerate the Surety from its obligations., under, this . bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and .Surety, on the 18th day of. . July , 19 91. Steven F- Sharklptt rpnoral ing N op Contractor (Principal) a) Contractors, Inc. EXPLORER INSURANCE COMPANY Name of Surety b�, A or zed.S qna e/T tle Steven F. Shacklit�t,, /P�ressiiddent Authgr Zed Agent `Signature Gordon C. Hill Attorney In Fact P.O. Box 85563 San Dierto, CA 92138 (619) 546 -2450 Address of Surety Telephone NOTARY ACE]OIL> 'P0 OF COi1TRALMM AND OUR=. KUST 88 ATTRCHED SM 0 STATE OF CALIFORNO • COUNTY OF SAN BERNARDINO On July 18, 1991 , before me, Georganne Y. Lynch notary public, personally appeared Gordon C. Hill personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the same instruAent the person(s) , or the entity upon behalf of which the Pon(s) acted, executed the instrument. WITNESS d and ficial seal. •••••' 0O "" " "'O °••O•••••••••••e000e0..0 • OFFICIAL SEAL • ; GEORGANNE Y. LYNCH • `� ? NOTARY PUBLIC CALIFORNIA • 3'� NOTARY BOND FILED IN i • SAN BERNARDINO COUNTY 0 e My Commission Expires December 16, 1994 ' •0000.000000000000000.0 =0eo00e000e00.0i ' Explorer Insurance Company HOME OFFICE: SAN DIEGO, CALIFORNIA Certified Copy of POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the EXPLORER INSURANCE COMPANY, a Corporation duly authorized and existing under the laws of the State of ARIZONA and having its principal office in the City of San Diego, California, does hereby nominate, constitute and appoint: GORDOU C. HILL itf true and lawful Attorneys(sHn -Fact, with full power and authority hereby conferred In its name, piece and stead, to execute, seal, acknowledge and deliver any and all bonds, undertakings, recognizances or other written gbligations in the nature thereof. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the EXPLORER INSURANCE COMPANY at a meeting duly called and held on the 22nd day of JULY, 1985, which said Resolution has not been amended or rescinded and of which the following is a true, full, and complete copy: "RESOLVED: That the President or Secretary may from time to time appoint Attorneysin -Fact to represent and act for and on behalf of the Company, and either the President or Secretary, the Board of Directors or Executive Committee may at any time remove such Attorneysmin- Fact and revoke the Power of Attorney given him or her; and be it further "RESOLVED: That the Attorney-in -fact may be given full power to execute for and in the name of and on behalf of the Company any and all bonds and undertakings as the business of the Company may require, and any such bonds or undertakings executed by any such Attorneyin- Fact shall be as binding upon the Company as it signed by the President and sealed and attested by the Secretary." IN WITNESS WHEREOF, EXPLORER INSURANCE COMPANY has caused its official seal to be hereunto affixed and these presents to be signed by its duly authorized officers this 18th day Of June r 1986. EXPLORER INSURANCE COMPANY 2' cni'Cgq j �O c � SEAL n a. • o %" s3lo:rs'9yL r ��f ✓/ STATE OF CALIFORNIA President COUNTY OF SAN DIEGO On this June 18, 1986 before the subscriber, a Notary Public of the State of California, in and for the County of San Diego, duly commissioned and qualified, came D.E. ROdricks, Jr. of EXPLORER INSURANCE CLIMPANY to me personally known to be the individual and officer described in and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposeth and with, that he is the said officer of the Corporation aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of the said Corporation, and that the said Corporate Seat and his signature as such officer were duty affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of San Diego, the day and year first above written. OFFICIAL SEAL NANCY A. FAIRCHILD �„� if :,�• NOTARY PUBLIC --CALIFORNIA PRINCIPAL OFFICE IN SAN DIEGO CCulvv Notary Public MY Commission Esp. lane 26. 1987 STATE OF CALIFORNIA SS: COUNTY OF SAN DIEGO 1, the undersigned, James W. Austin III, Secretary of the EXPLORER INSURANCE COMPANY, do hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect, and has not been revoked. ESS WH E 1 have her yy raay of 19 subscribed my name as Secretary, and affixed the Corporate Seal of the Corporation, this . EXPLORER INSURANCE COMPANY SEAL �ol ,oc y nw �I Secretary =' :, i 0 Page 9 BOND NO. 119 26 41 FAITHFUL PERFORMANCE BOND PREMIUM $7,100.00 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted ..77����11vv has awarded to hereinafter designated as tie —" r nc pal", a contract for 1990 -91 Sewer Main Re lacemen P in the City of Newport Beach, str ct conform ty w th the Contract, Drawings and Specifications and other contract documents in the office of the City Clerk of the City of Newport Beach, all of which are incorporated herein by this reference; WHEREAS, Principal has executed or is about to execute Contract No. C -2831 and the terms thereof require the furnishing of a bond for the faithful performance of the Contract; > NOW, THEREFORE, we, STEVEN F. SHACRLETT GENERAL ENGINEERING CONTRACTORS, INC. as Principal, and EXPLORER INS C as Surety, are held f rmly bound unto the C ty.of Newport Bea , In - the sum of Three Hundred and Five Thousand _ Dollars ($ 305.000.00 ),, said sum being equal to 100$ 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 5/91 i i Page 9A z _ obligations on this bond, and it does hereby -naive notice of any such change, extension of time, alterations or additions -of the contract or to the work or to the specifications. This Faithful Performance Bond shall be extended.. and. maintained by the Principal in full force and effect for six (6) months following the date of formal acceptance of the Project by the City. In the event that the principal executed this bond as an individual, it is agreed that the death of any such principal shall, not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 18th day of July , 1991. Steven F. Shacklett General Engineering Name of Contractor (Principal) Contractors, Inc. EXPLORER INSURANCE COMPANY Name of Surety P.O. Box 85563 San Diego, CA 92138 Address of Surety I EN korzed S gnature /T tle Steven f. Shacklett, President Authorized Agedt Signature Gordon C. Hill Attorney In Fact (619) 546 -2450 Telephone NOTARY ACINO11LEDWENTS OF CONTRACTOR AND SURETY JWST BB .ATTACKED 5/91 STATE OF CALIFORNIO • COUNTY OF SAN BERNARDINO On July 18, 1991 , before me, Georganne Y. L nch notary public, personally appeared Gordon C. Hill personally known to me (or proved to me on satisfactory evidence) to be the person(s) whos subscribed to the within instrument and acknow, he /she /they executed the same in his /her / capacity(ies), and that by his /her /their signa same instrume t the person(s) , or the entity which the on(s) acted, executed the instrume: eoeooeo eeeoeeoeoseao WITNESS m d an o ficial seal. oI GEORG e , °0fi NOTAR' • �� NOTA i SAN BI i My Commission EIIDIri the basis of name(s) is /are Ledged to me that their authorized ture(s) on the upon behalf of FICIAL SEAL ANNE Y. LYNCH PUBLIC - CALIFORNIA o !Y BOND FILED IN iNARDINO COUNTY I December 16, 1994 r 0 c� Explorer Insurance Col*any HOME OFFICE: SAN DIEGO, CALIFORNIA Certified Copy of POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the EXPLORER INSURANCE COMPANY, a Corporation duly authorized and existing under the laws of the State of ARIZONA and having Its principal office in the City of San Diego, California, does hereby nonsinate, constitute and appoint: GORDON C. HILL Its true and lawful Attorneyslsl -in -Fact, with full power and authority hereby conferred In its name, piece and steed, to execute, seal,acknowledge and deliver any and all bonds, undertakings, recognizances or other written obligations in the nature thereof. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the EXPLORER INSURANCE COMPANY at a meeting duly called and held on the 22nd day of JULY, 1985, which said Resolution has not been amended or rescinded and of which the following is a true, full, and complete copy: ' "RESOLVED: That the President or Secretary may from time to time appoint Attorneys-in -Fact to represent and act for and on behalf of the Company, and either the President or Secretary, the Board of Directors or Executive Committee may at any time remove such Attorneys-in. Fact and revoke the Power of Attorney given him or her: and be it further ' "RESOLVED: That the Attorney4n -fact may be given full power to execute for and In the name of and on behalf of the Company any and all bonds and undertakings as the business of the Company may require, and any such bonds or undertakings executed by any such Attorneyan- Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Secretary." IN WITNESS WHEREOF, EXPLORER INSURANCE COMPANY has caused its official seal to be hereunto affixed and these presents to be signed by its duly authorized officers this 18th day of June , 1986. EXPLORER INSURANCE COMPANY o ±INSUq� `C.PCAq�r4` a. o �`�a 1onA'n~L 1 f-_ %/ President STATE OF CALIFORNIA SS: COUNTY OF SAN DIEGO On this June 18, 1986 before the subscriber, a Notary Public of the State of California, in and for the County of San Diego, duly commissioned and qualified, came D.E. ROdrickS, Jr. of EXPLORER INSURANCE COMPANY to me personally known to be the individual and officer described In and who executed the preceding Instrument, and he acknowledged the execution of the same, and being by me duly swom, deposeth and saith, that he Is the said officer of the Corporation aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of the said Corporation, and that the said Corporate Seal and his signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed my Official Seal, at the City of San Diego, the day and year first above written, OFFICIAL SEAL NANCY A. FAIRCHILD NOTARY PUBLIC- CALIFORNIA PRINCIPAL OFFICE IN SAN DIEGO CGUNtY 1 M2 Commission fill. lane 26. 1991 STATE OF CALIFORNIA SS: COUNTY OF SAN DIEGO Notary Public 1, the undersigned, James W. Austin III, Secretary of the EXPLORER INSURANCE COMPANY, do hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a futl, true and correct copy, is in full force and effect, and has not been revoked. 1 ITN ESS W16WRE0F. I have her eu t j subscribed my name as Secretary, and affixed the Corporate Seal of the Corporation, this % of 19� r II EXPLORER INSURANCE COMPANY OTC i•\1n: VV l/L /Vl/lti `i �.y ScAI Jn1 Secretary . S 07/31/1991 08:56 * * ** *CROSBY iNSURRNCE * ** 714.8 —3tt5 P.02 '._ � .ro ar Tnrn+ o M� i • i j PRCDucta COMPANIES AFFORDING COVERAtit (FjpSBY n;SURAWZ iNC. COMPANY A P.O. BOAC 5017. LITTER TRANSOOMn ENM MS. (CNN) UPLAND, CA 91785 -5017 COMPANY g TRANSPOItrA'rIGDT IlVS. (CNA) IN•UaEO LRTTaR STEVEN F. SHACK= GENERAT. E naMMM Ow1`RP,crm, INC. C w P.O. Box 752 L�tTMTPEK �WIIK;AT D NOIYVIM9TANgNO ANY pE01�lAEMnMyyEM'n11'.�1ETERM ON ODNpffbN OF ANY pOMp�T on O7KaR DOOVMENT M/ffN t1E8PQOT TO NRf10N llt4 WMROAIE MAY ALTERED 9MET t�M� ECr To ALL THO 1MiM• a i IOM DOW"" OF GUM Pgkl9t AND 0 HM M tai MM OR IS GB�N Oc TYPE 0 MURANCE PORGY NUMM � E (�qTQ N ALL typo w ratpawas OENERAI AOORMIE s 2,000; . FM SWUM A COMMW& L GL406236781 3/20/91 3/20/92 ppOpp� DATA 11#000, COMPFN MWa OP�IA�A d oWNlML a OONTNAOTORt ® comMAO u W ar&Clfo CONMAOr PEnsaNM auupr t 1,000, SatDDDUMNCa 11000, waw FORM mm wiwffi FM MUM" INTEMtT cww (ANY nt�lRM P!l Om 04AMY wo Y gmtoYEE ocuisION MEWOAI we"" 4 OtH Few") AW E k S' ified Fonn AUTOWBU UARM OOMPR•HENtNE R t 1, 000, Y • BUA2062367B2 3/20/91 3/20/92 B pwNEO YAAGOaNTj t HEED i�1 . OA�014E • NOtFOwMEO Ex00•B eJAtIVTtY UM8R�11A PCRM (NO ODD wol a OTNER THAN umem.tA PORN • t wotacFxv OOVANR TM 7826022 3/20/91 3/20/92= 0 VAN MOMW "'"Ll�di AND ! Aq:NC�AOIJV� EMP40YER: IJAttJ1Y lvv •� ILONGSHOMMMI AND NAMOO ( UN4RA118 j WORUMS' dOMPaNRAT10N Tt1TORY I OEBO OF E•TRIO�roNNtPECULL EMep:1,ALL OPEMpTI�O}�NAR151IPOpME D FOR THR ORY OF Nwaviv � n CATER %mM �PREVI &LY IS&O cSTIFICATE) (MIS�aorIF' 19-20-91 SEWER MAIN REPLACiP P%7GFAM C -2831 PMOOT ME AND COWPACT NWSER 8t ftC itii �7! y I V Mb ANY OF TItd TWA 0090MMO POLIOM BE NON•M MA CITY OF NEWPORT BEACH MNC6UAD OR OOVFYYWE aeouceD MOM TNt 9 MMTIGN DAM Do N.O. e0X 1788 ODMPAW AFPOMM COVI9VM WALL M"OE b DAY! Mtl. AOVANCt 5300 NEWPORT BLVD. NMIM TOP THE On OF NawPD PI\CN DY RMOTERED MAIL NEWPORT BEACH, CA 92659.1768 07/31/91 Tnrn+ o M� i • i j t Page 11 GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. 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 against whom claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage. 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless 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 i of this endorsement shall be the limits indicated below written on an "Occurrence" basis: (X) Commercial ( ) Comprehensive General Liability $ 1,000,000, each occurrence The applicable limi t affording coverage damages under this insured(s). S /91 $ 2,000 General aggregate of Contractual Liability for the company shall be reduced by any amount paid as endorsement in behalf of the additional 0 'k 0 Page 11A 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 occurrence in excess of the limits of liability stated in the policy as applicable to General Liability Insurance. 6. Should the policy be non - renewed, canceled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 7. Designated Contract: 1990 -91 Sewer Main Replacement Pro This endorsement is effective 07/16/91 at 12:01 a.m. and forms a part of Policy No. GL406236781 of TRANSODWD WIAL INSURANCE (CNA) (Company Affording Coverage). STEVEN F. SHACKLEPP GENERAL Insured:EW-n42RING CONTRACTORS, INC- Endorsement No.: n/a ISSUING COMPANY By: ��C�dt� Authorized Representative sivi E 0 Page 12 AUTOMOBILE LIABILITY INSURANCE ENDORS 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." 3. The limits of liability under this endorsement for the additional insureds named in Paragraph 1. of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit: ( ) Multiple limits Bodily Injury Liability $ . per person Bodily Injury Liability $ per accident Property Damage Liability $ ()) Combined Single Limit Bodily Injury Liability & Property Damage Liability $ 1,000,000, csl 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. S/91 Page 12A 4. Should the policy be non - renewed, canceled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: 1990 -91 Sewer Main Replacement This endorsement is effective 07/16/91 at 12:01 a.m. and forms a part of Policy No. B of TRANSPORTATION INSURANCE (CNA) (Company Affording Coverage). STEVEN F. SHAC[Q EIT GENERAL Insured: ENGINEERING CMIRAC MRS, INC' Ehdorsement No.: n/a ISSUING COMPANY By: Authorized Representative 9,01 6 *1414:4 v1' a 1P D)ZO 0 > ij' : -411 10 0 Page 13 "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." Date (d -y�al C -2831 Contract Number 1990091 Sewer Main swt Steven F. Shacklett General Enain Name of Contractor (Principal) ntra o , Inc. AUthorized Signature and T tle Steven F. Shacklett, President 6 0 Page 14 CONTRACT THIS AGREEMENT, entered into this Sz day .of 19 9/, by and between the CITY OF NEWPORT BEACH, here naf "C ty," , an , einafter °Contractor," s made w th re stance to' a fol ow nq facts: A. City has heretofore advertised for bids for the following described public work: 1990 -91 Sewer Main Replacement Program C -2831 Title of Project Contract No. B. Contractor has determined by City to be the lowest responsible bidder on said public work, and Contractor's . bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor,. NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: 1990 -91 Sewer Main Replacement Program C -2831 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 Three Hundred Five Thousand and no /100 Dollars ($ 305,000 00 )• This compensat on ., 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. sm 1 t,:. _ .. • Page 14A 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instructions to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and Endorsement(s) (f) Plans and Special Provisions for loon-al cpwpr Main R T tle of Project Con act No. (g) This Contract (h) Standard Specifications of Public works Construction (current Edition) and all supplements 4. Contractor shall assume the defense of, 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 WHMMF, the parties hereto have .caused this contract to be executed the day and year first written above. AS ATTEST: sis1 FORM: CITY OF NEWPORT BEACH A Municipal Corporation Stnypn F_ Sharklptt Fnginoorin9 Name of Contractor Contractors, Inc. 1 or ze Signature and Title -dg � lll�r 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS 1990 -91 SEWER MAIN REPLACEMENT PROGRAM CONTRACT NO. 2831 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 . . . . . . . . . . . . . . . . . . . . . . . 3 VI. TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . .3 VII. LIQUIDATED DAMAGES . . . . . . . . . . . . . . . . . 4 VIII. NOTICE TO RESIDENTS AND "NO PARKING" SIGNS . . . . . 4 A. Notice to Residents . . . . . . . . . . . . 4 B. "NO PARKING -TOW AWAY" Signs . . . . . . . . . . . 4 C. Street Sweeping Signs . . . . . . . . . . . . . . 5 IX. CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . 5 X. WATER . . . . . . . . . . . . . . . . . . . . . . . . 5 XI. STEEL PLATES . . . . . . . . . . . . . . . . . . . . 5 XII. SURFACE AND GROUNDWATER CONTROL . . . . . . . . . . . 5 XIII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . 6 A. Sewer Main Replacement . . . . . . . . . . . . . 6 XIV. TEMPORARY RESURFACING . . . . . . . . . . . . . . . .8 XV. LANDSCAPING RESTORATION. . . . . . . . . . . . . . . .8 XVI. ACCESS LIMITATIONS . . . . . . . . . . . . . . . . . .9 XVII. STORM DRAIN . . . . . . . . . . . . . . . . . . . . . .9 XVIII. WATER METER AND VALVE BOXES . . . . . . . . . . . . . .9 II. 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 0 1990 -91 SEWER MAIN REPLACEMENT PROGR7 CONTRACT NO. 2831 SCOPE OF WORK The work to be done under this contract removing and replacing existing sewer ma pavement improvements; adjusting existing City -owned utility frames and covers to finished grade; constructing curb and sidewalk; and other incidental items of work. SP 1 of 9 All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions, (2) the Plans (Drawing Nos.s 5- 5131 -5, D- 5206-L, M- 6298 -5 and R- 5640 -L), (3) the City's Standar (1988 Edition); and (4) the (1988 Edition), including Supplements. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department for Five Dollars ($5.00). Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 202 -7775. CONTRACTOR'S LICENSES At the time of the bid opening an d 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. III. HOURS OF WORK 7:00 AM - 6;30 PM weekdays 8:00 AM - 6:30 PM Saturdays until completion of a General or a Pipeline At the start of the Contractor shall by the City of 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 if 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. IV SP 2 of 9 COMPLETION, SCHEDULE AND PROSECUTION OF WORK A. The Contractor shall complete all work within ninety (90) consecutive calendar days, but no later than December 30, 1991. The Contractor shall begin his construction with the sewer and island improvements at Miramar Drive. The Contractor shall not commence work on Balboa Blvd. from 45th St. to 47th St., Newport Blvd. at 23rd St., Cove St, from Way Lane to Fernleaf Ave, and Alley 201 A & B prior to September 16, 1991. B. The Contractor shall complete all work on each alley or street within thirty (30) consecutive calendar days after beginning work on that alley, street or site. The term "work" as used herein shall include all removals, adjustments, and replacements; construction of sewers and storm drains; construction of P.C.C. improvements, alley approaches and street pavement. Also included within the specified period is curing time for new PCC improvements. In summary, this means that each site and every garage approach with access within that site must be returned to normal vehicular use within thirty (30) consecutive calendar days from the day it is first closed to such use. The Contractor must employ sufficient men and equipment to meet this schedule. If it becomes apparent during the course of the work that Contractor will not be able to meet this schedule, he will be prohibited from starting additional work in additional site until he has exerted extra effort to meet his original schedule and has demonstrated that he will be able to maintain his approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from his overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional men and equipment were required on the job. The Contractor will be assessed $250.00 per day (including Saturdays, Sundays and holidays) liquidated damages for each day in excess of the thirty (30) consecutive days allowed for 100% completion of the construction work at each alley, street or site. Additional liquidated damages shall be assessed for failure to complete the project as specified under Section VII, Liquidated Damages. The intent of this section of the Special Provisions is to emphasize to the Contractor the importance of prosecuting the work in an orderly, preplanned, continuous sequence so as to minimize the time an alley or street is closed to vehicular traffic. V VI. SP 3 of 9 C. No work shall begin until a schedule of work has been approved by the Engineer. D. 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 1008 completion of work at each alley or street. 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. TRAFFIC CONTROL The Contractor shall provide traffic control and access in accordance with Section 7 -10 on the Standard Specifications and the Work Area Traffic Control Handbook (WATCH), published by Building News, Inc. A. Traffic Control Plans The Contractor shall submit written traffic control plans, signed by a Registered Traffic Engineer, to the Traffic Engineer and obtain his approval a minimum of five (5) working days prior to commencing any work. The plans shall incorporate the following requirements: 1. Traffic flow outside of a street closure area shall be maintained. 2. The location and wording of all signs, barricades, delineators, lights, warning devices, temporary parking restrictions, and and other details required to assure that pedestrian and vehicular traffic will be handled in a safe and efficient manner with a minimum of inconvience. • SP 4 of 9 3. A complete and separate plan for each phase of construction shown in the proposed construction schedule showing all items listed under 1. above. 4. If it becomes necessary, the Contractor shall provide uniformed flagmen with radio control to slow -down, reroute, and direct traffic through the construction area. 5. The Contractor shall maintain at least one lane in each direction for traffic use. In addition the Contractor shall close traffic lanes only between the hours of 9 A.M. and 3 P.M. on Balboa Blvd. and Newport Blvd. VII. LIQUIDATED DAMAGES Commencing on December 30, 1991, the Contractor shall pay to the City, or have withheld from monies due the Contractor, the daily sum of $250.00 in lieu of the daily sum of $100.00 specified in Section 6 -9 of the Standard Specifications. VIII. NOTICE TO RESIDENTS AND "NO PARKING" SIGNS A. Notice to Residents Forty -eight (48) hours before restricting vehicular access to garages or parking spaces, the Contractor shall distribute to each affected address a written notice stating when construction operations will start and approximately when vehicular accessibility will be restored. Twenty - four (24) hours before shutting off water service, the Contractor shall distribute to each affected address, as determined by the Engineer, a separate written notice stating the date and time the water will be shut off and approximate time the water will be turned back on. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates and time at the time he distributes the notices. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor renotification using an explanatory letter furnished by the Engineer. B. "NO PARKING -TOW AWAY" Signs The Contractor shall furnish, install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least 40 hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division at (714) 644 -3740, for verification of posting at IX. X. XI. XII. 0 0 SP 5 of 9 least 40 hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimension of 12 inches wide and 18 inches high; and (3) be similar in design and color to sign R -38 on the Caltrans Uniform Sign Chart. The Contractor shall print the hours and dates of parking restrictions on the "No Parking -Tow Away" signs in 2- inch -high letters and numbers. A sample of the completed sign shall be approved by the Engineer prior to posting. C. Street Sweeping Signe After posting "NO Parking -Tow Away" signs, the Contractor shall bag or cover street sweeping signs on those streets adjacent to alley construction in a manner approved by the Engineer. Immediately after completion of alley work and upon removal of the "NO PARKING -TOW AWAY" signs, the Contractor shall uncover street sweeping signs on those streets adjacent to the completed alley. Field staking control of construction will be provided by the Engineer. WATER If the Contractor desires to use City's water, he shall arrange for a meter and tender a $500 meter deposit with the City. Upon return of the meter in good condition to City, the deposit will be returned to the Contractor, less a quantity charge for water usage. 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. SURFACE AND GROUNDWATER CONTROL Groundwater may be encountered at certain sites in the project area. The Contractor will be responsible for providing, installing, maintaining and operating a dewatering system in the project area. Groundwater or surface runoff water containing mud, silt or other deleterious material due to the construction of this project shall be treated by settling basin(s) sufficient from migrating into the bay. XIII. CONSTRUCTION DETAILS 0 SP 6 of 9 filtration or retention in to prevent such material The following pipe materials are permitted for sewer replacement unless specified otherwise on the plans: A. Sewer Main Replacement The Contractor shall be responsible for maintaining sewer service at all times during construction of this project. Method of maintaining service shall be approved by the Engineer prior to the start of work. 1. Sewer Alternatives a. Vitrified Clay Pip-P, (VCP) 1. Sewer Main Sewer main pipe, house connections, sewer cleanouts, and fittings shall be extra strength vitrified clay pipe (VCP). 2. House Connections (HC) All new HC laterals shown on the plan shall be aligned perpendicular to the new sewer main unless otherwise shown on the plans. To accomplish this, the Contractor shall determine the exact locations of existing HC at property lines prior to laying any new pipe. The material and size of existing laterals at property lines may vary and shall be verified by the Contractor at his own expense. The Contractor shall furnish and install a sewer cleanout at each house connection lateral. 4 -LL• •S! •!' Manhole connections shall be watertight. The vitrified clay pipe shall be cement - grouted to existing manholes. Grout, proportioned by volume, shall be 1 part portland cement and 21 to 3 parts sand, to which 1 /10 part lime may be added. • 0 • a 1. Sewer Main SP 7 of 9 Sewer main pipe, house connections, sewer cleanouts, and fittings shall be polyvinyl chloride (PVC) SDR 35 and shall conform to the requirements of ASTM D1784 and 3034. The PVC pipe shall have a nominal diameter of 8 and 12 inches except for smaller sized house connections, and shall have integral bell and spigot connections with elastomeric gaskets. See Section XIII, A.1.a(2). 3. Manhole Connections Manhole connections shall be watertight. Approved methods for connection can be made as follows: a. Manhole couplings with elastomeric gasket seals may be cement - grouted into the manhole walls. Pipe inserts into coupling. b. Waterstop in various forms (e.g., flexible boot or sleeve O -ring or gasket) produced from elastomeric compound may be grouted or locked into manhole wall. Pipe inserts into waterstop. C. Grouted connections directly to PVC pipe may be effective if the pipe at the connection is first softened with solvent and covered with sand. d. Grout, proportioned by volume, shall be 1 part portland cement and 2j to 3 parts sand to which 1 /10 part lime may be added. XIV. XV • • SP 8 of 9 C. Ductile Iron (DI) 1. Sewer Main Sewer Main pipe, where specified, and fittings shall be ductile iron (DI) Class 52. Buried ductile iron pipe and fittings shall be encased in minimum 8-mil. polyethylene. All D.I. sewer main pipe and all D.I. pipe fittings shall be polyethlene lined by the Manufacture. w -tJ• - •t.t' •�' Manhole connections shall be water tight. The ductile iron pipe shall be cement - grouted to existing manholes. Grout, proportioned by volume shall be 1 part Portland cement and 2 1/2 to 3 parts sand to which 1/10 part lime may be added. TEMPORARY RESURFACING Paragraph 4, Section 306 - 1.5.1, "Temporary Resurfacing" of the Standard Specifications shall be deleted and the following added: The cost of furnishing, placing, maintaining, removing and disposing of temporary resurfacing shall be included in the unit costs to install water and sewer mains and laterals with trench resurfacing. Temporary resurfacing shall be 2" in thickness, and is required over all excavated pavement areas except where an entire alley or street pavement is being reconstructed. LANDSCAPE RESTORATION The Contractor shall restore landscaped areas above any of the sanitary sewer mains to be replaced to their original preconstruction appearance after the installation of new sewer mains. This will include the replanting or replacement of native or non - native plant material. The Contractor shall also remove and reinstall any encroaching portions of the irrigation system that conflicts with the proposed construction. The Contractor shall cap the irrigation system at the point of removal during the course of construction. The Contractor shall flush out and service test reinstalled portions of the irrigation system to assure a clean functional system, and shall not receive payment for the underlying sewer construction until said irrigation system is returned to its preconstruction operational effectiveness. XVI. XVII. XVIII ACCESS LIMITATIONS Vehicle access to the Buck Gully site may be obtained from the in- Avenue and Ocean Boulevard along State Beach access road. Access from Evening Canyon Road will be operations. Vehicle access to the replacement site may b road, Domingo Drive, b operations. Vehicular along the unimproved s off of Back Bay Drive STORM DRAIN SP 9 of 9 sewer main replacement tersection of Poppy the Little Corona to the Buck Gully site restricted to manual Domingo Drive sewer main e obtained from the adjoining ut may be restricted to manual access may also be obtained ewer access roadway that branches in lower Big Canyon. The Contractor shall disassemble and store the encroaching portions of the existing corrugated metal pipe storm drain along Ocean Boulevard prior to the replacement of the sewer main. The existing storm drain is joined together with corrugated metal clamps and held in place with P.C.C. pipe anchors and reinforcing bar straps. The Contractor shall construct new P.C.C. pipe anchors, furnish new pieces of C.M.P. where the existing may not be reused and reassemble the storm drain parallel to the.new sewer main after completion of the new sewer main. ?!; :W Prior to the removal of alley pavement the Contractor shall meet with the Engineer and a representative of the Utilities Department to determine which of the existing water meter, water valve box, sewer manhole or sewer clean -out covers may be substandard or broken. If a water meter or valve box is determined to be substandard or broken the City shall furnish a new box to the Contractor for installation. Boxes provided by the City shall be picked up by the Contractor at the City's Utilities Yard at 949 West 16th Street. Boxes broken during the course of construction shall be replaced by the Contractor at his sole expense. -�- - -� . - @ % &wx 2} 2§ z| LL /k §� 0�1/ ,} ) Li \ \ ! k|) ! § }(:( !. - § |� §!! § §§ |§ �\ \ §(\t3 0 ?O • • TO: City Council BY THE Cm cou CITE OF N JUL R 1991 APPROVED FROM: Public Works Department July 8, 1991 CITY COUNCIL AGENDA ITEM NO. F -3(a) SUBJECT: 1990 -91 SEWER MAIN REPLACEMENT PROGRAM, (C -2831) RECOMMENDATION: Award Contract No. 2831 to Steven F. Shacklett, General Engineering Contractors, Inc. of Fontana for $305,000.00, and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on June 27, 1991, the City Clerk opened and read the following bids for this project: Bidder Amount Low Steven F. Shacklett $305,000.00 2 John Malloy Const. 340,220.00 3 T.L. Pavlich Const. 346,155.00 The low bid is 24.5% above the Engineer's estimate of $245,000.00. The disparity between estimated and bid amounts is attributed to the inaccessibility of some of the work sites and the difficulty of construction at those sites. The low bidder, Steven F. Shacklett, is a well - qualified General Contractor who possesses a Class A Contractor's License. Steven F. Shacklett 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 Steven F. Shacklett has successfully completed previous contracts for the City of Big Bear and Webb i Associates of Fontana and has no pending actions detrimental to their contractor's license, respectively. • This project provides for the replacement of 1,830 lineal feet of sewer main, reconstruction of alley improvements, construction of storm drain improvements and construction of a Peninsula Point island improvement at locations shown on the attached Exhibit "A °. The sewer main and lateral replacements are a portion of the City's ongoing effort to replace deteriorated sewer conduits and to restore the original flow capacity to the systems. The reconstruction of alley improvements is necessary .k-jAij0j YM 0 • 0 Subject: 1990 -91 Sewer Main Replacement Program (C -2831) July at 1991 Page 2 • because of the extensive amount of sewer conduit trenching that will be done in the alleys, and will facilitate surface drainage and restore a smooth driving surface. The construction of storm drain junction structures along the Shorecliff Road storm drain will allow access and facilitate cleaning of the storm drain. The Peninsula Point island improvement was requested by the Balboa Peninsula Point Association as a neighborhood beautification project. Funding for the work is proposed from the following Accounts: Account Description Account No. Amount Sewer Main Replace. Prog. 53- 5591 -001 $208,382.72 Sidewalk, Curb & Gutter Replacement Program 02- 3397 -183 45,400.00 Balboa Peninsula Alley Replacement 02- 3497 -430 42,217.28 • Storm Drain Replace. Prog. 02- 3491 -053 91000.00 The plans and specifications were prepared by the Public Works Department. The estimated date of completion is December 30, 1991. Be jamin B. Nolan Public Works Director SL:so Attachment • \Vf ; r �. } ;. \�� s ¶ t �`""'E F7p� �1 ". •'i♦ •t jd�J ?- � � ♦ a� �. ..��.. 6� li"r.r \�(/ ` I ! s Li j CITY OF 1990 -91 SEWER MAIN REPLACEMENT PROGRAM C -2831 • o 0i1 DATE DRAWING NO. A PY) BY THE CITY COUNCIL May 28, 1991 CITY OF NEWPORT BEACH CITY COUNCIL AGENDA MAY ?_ � 1991 ITEM NO. F -14 • TO: City Council FROM: Public works Depar APPROVED SUBJECT: 1990 -91 SEWER MAIN REPLACEMENT PROGRAM, (C -2831) RECOMMENDATION: 1. Approve the plans and specifications. 2. Authorize the City Clerk to nn O.MW ZU" 9 This project provides for the replacement of 1,830 lineal feet of sewer main; reconstruction of alley improvements; construction of storm drain improvements; and construction of a Peninsula Point island improvement at locations shown on the attached Exhibit "A ". • The sewer main and lateral replacements are a portion of the City's on -going effort to replace deteriorated sewer conduits and to restore the original flow capacity to the systems. The reconstruction of alley improvements is necessary because of the extensive amount of sewer conduit trenching that will be done in the alleys, and will facilitate surface drainage and restore a smooth driving surface. The construction of storm drain junction structures along the Shorecliff Road storm drain will allow access and facilitate cleaning of the storm drain. The Peninsula Point island improvement was requested by the Balboa Peninsula Point Association as a neighborhood beautification project. The Engineer's Estimate is $245,000. Sufficient funds to award this amount are available in the Sewer Main Replacement Program, the Sidewalk, Curb & Gutter Replacement Program, the Balboa Peninsula Alley Replacement Program, and the Storm Drain Replacement Program. The plans and specifications were prepared by the Public Works Department. All work should be completed by December 30, • 1991. Benjamin B. Nolan Public Works Director SL: so Attachment CITY CF NEWPORT BEACH I MAWN- PUDLIC V'JCRKS DEPARTMENT FAIVROVED PROJECT LOCATIONS DATE 1990-91 SEWER MAIN REPLACEMENT PROGRAM I I - C-2831 1 DRAWING NO. E)GUNT A AWWrind b PutsYtb a d d Wnds kck d M pi ab no*m by Deem d 00 &Wsd r cast d Oraw Casty, CaYorri. Nlnibsr A8216 SspI I 29, 1961. and AGM Jun 11. 1103 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 natter. I am a principal dark of the ORANGE COAST DAILY 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 in the Costa Mesa, Newport Beach, Huntington Beach, Fountain Valley, Irvine. the South Coast communities and Laguna Beach issues of said newspaper to wit the issue(s) of: May 31, 1991 Jame 5, 1991 I declare, under penalty of perjury, that the foregoing is true and conSM Executed an June 5, , 199L at Costa Me�sa/.California. Signature PROOF OF PUBUCATION �/�