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 �/�