HomeMy WebLinkAboutC-2888 - Orange Coast College Sailing and Rowing Base Water Main Installation, Phase IIMay 8, 1992
0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768
Atlas Allied, Inc.
1210 N. Las Brisas
Anaheim, CA 92806
(714) 644 -3005
Subject: Surety: CBIC Bonding and Insurance Co.
Bond No.: CA3557
Contract No.: C -2888
Project: OCC Sailing & Rowing Base Water Main
Installation; Phase II
The City Council of Newport Beach on April 13, 1992 accepted the
work of subject project and authorized the City Clerk to file a
Notice of Completion and to release the bonds 35 days after the
Notice of Completion has been recorded in accordance with
applicable portions of the Civil Code.
The Notice was recorded by the Orange County Recorder on April 23,
1992, Reference No. 92- 265860.
Sincerely,
Wanda E. Raggio
City Clerk
WER:pm
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
0 0
92-265660:
RECORDED IN OFFICIAL RECORDS
RECORDING REQUESTED BY AND OF ORANGE COUNTY. CALIFORNIA
WHEN RECORDED RETURN TO: 4:00 - r'
P.M. APR 2 31992 c�a
City Clerk Y Ho= F"
City of Ne c rt Beach D.T.T.
3300 Newport Boulevard PCOR
Newport Beach, CA 92663
"Exempt from recording fees ppursuant
to Government Code Section b10311
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 33Cp NsCap t"
Boulevard, Newport Beach, California, 92663, as owner, and';
H
Atlas Allied, Inc., 1210 N. Las Brisas, Anaheim, CA 92806 as
Contractor, entered into a Contract on February 6, 1992
Said Contract set forth certain improvements, as follows:
OCC Sailing & Rowing Base Water Main Installation; Phase II (C -2888)
Work on said Contract was completed on March 31, 1992
and was found to be acceptable on April 13, 1992
by the City Council. Title to said property is vested in the
Owner, and the Surety for said Contract is CBIC Bonding and
Insurance Co., 23172 Plaza Pointe Dr., Ste. 185,
Laguna Hills, CA 92653
�I G7
BY 'yl�'wn ld- yGr'lol",
Public/works -Direc or
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and
correct to the best of my knowledge.
Executed on o24 /5?0'1, at
Newport Beach, California.
BY LC
/An_. city clerR
fia
C,, .
CITY COUNCIL
April 13, 1992
APR (3 CITY COUNCIL AGENDA
ITEM NO. 15— 16
FROM: Utilities Department
SUBJECT: ACCEPTANCE OF WATER MAIN INSTALLATIONS ON
WEST COAST HIGHWAY FOR THE ORANGE COAST COLLEGE
SAILING & ROWING CENTER. CONTRACT C -2888
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days
after the Notice of Completion has been recorded in
accord with the California Civil Code.
DISCUSSION:
The contract for the installation of the Phase II, Water Main
Installation for the Orange Coast College Sailing & Rowing Base has been
completed to the satisfaction of the Utilities Department and Cal17rans. The
work was performed by Atlas - Allied, Inc. of Anaheim California.
One change order was issued. It was in the amount of $1,050
and was for installation of one additional air- vacuum release assembly at a
high spot in the newly installed pipeline.
A summary of the project costs are listed as follows:
Contract Installations $ 22,890.00
Change Order No. 1 $ 1,050.00
Total Project Costs $ 23,940.00
Funds for the project were advanced from the Water
Enterprise Fund under the account for Water Main Replacement (Acct. No.
7503 - 5000003). The City has an agreement with OCC to reimburse the City
for these costs.
The contract completion date was March 31st, 1992.
,ice STApe -Ag
Jeff Staneart, P.E.
(Acting) Utilities Director
Js: sdi
• 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: February 7, 1992
(714) 644 -3005
SUBJECT: Contract No. C -2888
z -7 -9z-
Description of Contract OCC Sailing & Rowing Base Water
Main Installation; Phase II
Effective date of Contract February 6, 1992
Authorized by Minute Action, approved on January 13, 1992
Contract with Atlas Allied, Inc.
Address 1210 N. Las Brisas
Anaheim, CA 92806
Amount of Contract $22,890.00 _
"W� 4�q 4fe
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
CITY CLERK
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92659 -1768
until 4:00 o'clock pxL on 12 th day of December 11991,
at which time such.bids shall be opened and read for
OCC Sailing & Rowing Base Water Main Installation; Phase II
�0)
V
Title of Project
Contract No.
$ 31,475
Engineer's Estimate
%.Y/ Fo RN/
Approved by the City Council
this 25th day of November, 1991
Wanda E. Raggi
City Clerk
Prospective bidders may obtain one set of bid documents at no cost at
the office of the Public Works Department, 3300 Newport Boulevard,
Post Office Box 1768, Newport Beach, California 92659 -1768
Por further information, call Jeff Staneart at 644 -3011.
Project Manager
'�
�,
_v ���tt_
,'
CITY OF NEWPORT BEACH
UTILITIES DEPARTMENT
WATER MAIN INSTALLATION
FOR
OCC SAILING & ROWING BASE
PHASE II
CONTRACT NO. C -2888
PROPOSAL
To The Honorable City Council
City of Newport Beach
3300 Newport Boulevard, P.O. Box 1768
Newport Beach, California 92663 -3884
Gentlemen:
The undersigned declares that he has carefully examined the location of the
work, has read the Instructions to the Bidders, has examined the Plans and
Special Provisions, and hereby proposes to furnish all materials except that
material supplied by the City and shall perform all work required to complete
Contract No. C -2888 in accord with the Plans and Special Provisions, and will
take in full payment therefore the following unit prices for the work,
complete in place, to wit:
I "fE:�A
UNIT
_NO. OCTANT. UNIT DESCRIPTION PRICE TOTAL
283 linear feet Install 8 -inch diameter class 52, ductile
iron water main with trench backfill and
resurfacing for the unit price of:
Fifty _Dollars
and
Zero Cents $ 50.00 $14,150.00
per linear foot
nld propmal
ITEM UNIT
NO. OUANT. UNIT DESCRIPTION PRICE TOTAL
2. 2 each Install 8 -inch diameter mechanical -joint
butterfly valve per-specifications with -valve
can, riser and cover per STD - 511 -L. All for
the unit price of:
One Thousand Five Dollars
Hundred and
Zero Cents $_L,500_00 $ 3.000.00
per each
3. 1 each Install 1 -inch air - vacuum release assembly
per City Standard Drawing STD - 515 -L.
All for the unit price of:
One Thousand Fi
Zero
per each
Dollars
and
Cents $ 1,050.00 $ 3,000.00
4. 2 each Construct water main tie -ins per details shown
on project plans including all pipe fittings,
excavation, backfill and compaction per
City standard specifications. All for the
unit price of:
One Thousand Five Dollars
Hundred an- '
Zero Cents $ 1,500.00$ 3,000.00
per each
5. 1 each Construct pipe and fittings to cross existing
utility conduits per detail number 2 and
described as Alternate "B" on the project plans.
All for the unit price of:
Five Hundred Dollars
and
Zero Cents $ 500.00$ 500.00
per each
bid proposal
0
ITEM - UNIT
NO. QUANT UNIT DESCRIPTION PRICE TOTAL
6. Lump Sum Provide traffic control and signage in accord
with CalTrans Permit requirements, City Traffic
Control requirements and WATCH guidelines.
All for the lump sum price of:
Seven Hundred Ninety Dollars
and
Zero Cents $ 790.00 $ 790.00
lump suin
7. Lump Sum Pressure -test, disinfect, flush and connect
all water main and pipe fittings, per the
applicable City standard specifications. All
for the lump sum price of:
Fair Hundred Dollars
and
Zero Cents $_409__D0_ $ 4nn nn
lump sum
PROPOSAL
TOTAL PRICE IN WRITTEN WORDS
Twenty Two Thousand Eight Hundred Ninety
Zero
TOTAL
PRICE
-)ouars
and
Cents S 22 890.00
Contractor's License NO X37235 FxoFxo. 4/31193 Atlas Allied, Inc.
(Bi d de Name)
Date ppc 17T 1981
(Authorized iQQ11 ature /TiIle)
George L. Sicillian - President
Bidder's Addres'4 Atlas Allied, Inc.
Bidder's Telephone No. ( 714 ) 630 -3633
bid proposal
• INSTRUCTIONS TO BIDDERS Page
The following documents shall be completed, executed and received by the
City Clerk in accordance with NOTICE INVITING BIDS.
1.PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTOR(S)
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON - COLLUSION AFFIDAVIT
6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of the total
bid price) may be received in lieu of the Bidder's Bond. The title of the project and
the words "SEALED BID" shall be clearly marked on the outside of the envelope
containing the documents.
The City of Newport Beach will not permit a substitute format for the
documents listed above. Bidders are advised to review their content with bonding
and legal agents prior to submission of bid.
BIDDER'S BOND shall be issued by an insurance organization or surety (1)
currently authorized by the Insurance Commissioner to transact business of
insurance in the State of California, and (2) listed as an acceptable surety in the latest
revision of the Federal Register Circular 570.
The estimated quantities indicated in the PROPOSAL are approximate, and
are given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of
discrepancy between wording and figures, bid wording shall prevail over bid figures.
In the event of error in the multiplication of estimated quantity by unit price, the
correct multiplication will be computed and the bids will be compared with correctly
multiplied totals. The City shall not be held responsible for bidder errors and
omissions in the PROPOSAL.
In accordance with the California Labor Code (Sections 1770 et seq.), the
Director of Industrial Relations has ascertained the general prevailing rate of per
diem wages in the locality in which the work is to be performed for each craft,
classification, or type of workman or mechanic needed to execute the contract. A
copy of said determination is available in the office of the City Clerk. All parties to
the contract shall be governed by all provisions of the California Labor Code relating
to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be
responsible for compliance with Section 1777.5 of the California Labor Code for all
apprenticeable occupations.
All documents shall bear signatures and titles of persons authorized to sign
on behalf of the bidder. For corporations, the signatures shall be of a corporate
officer or an individual authorized by the corporation. For partnerships, the
signatures shall be of a general partner. For sole ownership, the signature shall be of
the owner.
437235 C34, C36, C42, B, & A
Contr's Lic. No. & Classification
December 12, 1991
Date
Atlas Allied, Inc.
Bidder
Authorized Sigrklure/Til7e
George L. Siciliani - President
Page 3
DESIGNATION OF SUBCONTRACTORS?
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. I'f 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.
0
7
10.
11.
12.
Subcontract Work Subcontractor Address
Atlas Allied, Inc.
Bidder
TUt:,
13II)1) 0 !S BOND BOND No. CA1717
PRMIUM INCLUDED IN BBSU
KNOW ALL MEN BY THESE PRESENTS,
That we, A� -Argos 2NC. as bidder,
and CBIC BONDING AND INSURANCE COWANY as Surety,
are held and firmly bound unto the City of Newport Beach, California, in the sum of
TEN PEMT cF l r1IM BM Mr 70 OCEM FM TUJE; D FIVE MUM PIED ND /100 - - - Dollars
($ 5,500.00 } lawful money of the United States for the payment of which
sum. well. and truly to be made, we. bind ourselves, jointly and severally, firmly by
these presents.
THE CONDUFLON OF THE FOREGOING OBLIGATION IS SUCH,
That if the.proposal uf.the above bounden bidder for the construction of
O.C.C. SAILING AND ROWING BASE
WATERMAIN INSTALLATION_ - PHASE II C -2888
Title of Project Contract No.
in the City of Newport Beadt, 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 of
Notice of Award to the above bounded 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 obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 11TH
day of DECEMBER 19 91.
(Attach acknowledgement of
Attorney -in -Fact)
Notary Public
Commission Expire6
ATLAS-ALLIED, INC. _.
9idder
Authoriz�eor�e LufSidiiani - Presiden[s�-
�I
A
rn
y
0
.. w
O � �
a
¢ o
U
H
O o �
vii V
ti
2
C
U
R
o C,
o cg p
� U y
� {y
pry7.�7 Ln
�O F•�1
o�-
Q
x saw
Z4 tz:
N
o�
�3 N
� o
a
0
a
0
Z
f
a
5 I
m Q ± C
U
n
V mU'
HU naw
W. m LLJ p E
¢ E
Ow < U o
�-
cc O
CBIC Limited
Celt BONDING AND Powir if Attorney
INSURANCE COMPANY
Home Office t�. is'!
1213 Valley Street
i -P .Q Box 92M—_ 1-
Sealtle, WA 9810
4P06) 622
KNOWALLMEN BYTHESE PRESENTS Mal CBIC BONDINGAND INSURANCE COMPANY, awrpaaiandulyorganized andedsfing underlhe laws oftheSlareofWashigton, anditairng Ills dpal611s "
in Seattle. ring Couay, Washington, does by these Presents make, cenetitue and appoint BARBARATHIEL,olLaguna Hills, California, its we and lawksaggimayinclap , with full powerandaWwdy hlsreby ..r I..�., 6
oonf smad in its reme, pace and stead, to execute, acknowledge and derwer. (11 SBA guaranteed pedonrwrkaand paymerabonds not exceeding de penwl sum of $1, 250, 000: (2) bid bonds for jobs where,.` .... :j
If ttueconbadis awarded, the SBAguaranteed performance and/or paymembond(s) will notexceed $1, 250, 000; (3) another bonds oodedand classified by the SunsfyAss ciatlon ofAmedca in Its Rate Manual
of Fidelity, Forgery and Surely Bonds (including future amendments thereto) as Judicial. Contract (excluding bid bonds), Miscellaneous, License and PemN, and Federal not exceeding the penal sum of
$2,000,000; (4) hid fiords forjobs written pursuant to the authority in clause (3) above where, 0 the contract is awarded, the performance ardor payment bonds) will not exceed $2,000,000; and! (5) all other
bonds not exceeding the penal sum of $500,000. Provided, however, that BARBARA THIEL is granted power and auff" to exceed the applicable perat Will previousN set forth for any bond iRan amount
equal logos .amount of any letter of distill, or Similar Security, received as coaeleel security by The Company as an inducement to issue the bond; and to bind theC ftpimy thereby as fully and to ft game extent
.. as b such bonds were signed by Me President, Sealed with the corporate seat of M G.Ompary and duly attested by its Secretary, hereby ratifying and wnfiming all that the said adorney-oHacl may do in the "
. irermses. SaidappoiNmeal is made Under and by aumority.of the allowing resohtions adopted by the Board Of Directors of the CBIC BONDINGAND [INSURANCE COMPANYon January 15,1991: .....
RESOLVED that the President is authorized to appoint as atforneyin -fad of the Company BARBARATHIELwith power and authority to sign on berme f of the Company: (1) SBAguarardeed
performance and payment bonds not exceeding the penal sum of $1250,000; (2) bid bonds forjobs where, If the contract is awarded, the SeAguarameedpedmmanceandorpaymemboM (s) .
win n orimmed $1250,000:0) allotherbondscodedand chassifiedbythe SuretyAssociationalknediamifs Rate Manalof Fi6ft ForgeryandSu"flords (includingfutureamendneents
tlwxelo) as Judicial, Contract (excluding bid bonds), Miscellaneous. License and Permit, and Federal not exceeding the penal won of $2,000,000; (4) bid bonds arjobs written porwarrto
the autlotiy in douse 13) above where. d the mmwad is awarded. the pert amance ardor paynnart hord(s) wiX not exceed $2.000.0 W: curd 15) Ml otlwr bads not exceeding the penal sum
Of $500.000. -' .. _....
RESOLVED FURTHER dot BARBARA THIEL is granted power and authority aeraeed theappirable penal Unit sot fodh in theprecr#rg resolution for any bond in an amount equal to the
enroll of any letter of credit, or similar security, received as collateral security by the Company as an inducement to issue the bond.
RESOLVEDFURTHERthattheaumority of the Secretary ofthe Company tomMytheaulhentidyandeffeddvenessofthefor egoinghvresolroonsinanyLmOedld w OfAffirml hereby
delegated to the following persons, the signature of any of the allowing to bind the Comparrywfh respect to the autherdcityand effecdveneseof thelon going resolutions as 4 signed by the
Secretary of the Company: Donald Skin. R. L. Thiel, Charles J. Falskow and Janet K. Lorraine. .
RESOLVED FURTHER that the signatures (including certification that the Powerof Attorney is still in force and effect) of the President, Notary Pubic and person certifying authenficity and
effectiveness, and the corporate and Notary seals appearing on any Umfed Power of Adomey conafnng this and the foregoing resolution may be by facsimile.
RESOLVED FURTHER that all resolutions adopted prior to today appointing the above named as attorney -in -fad for CBIC BONDING AND INSURANCE COMPANY aehereby superseded.
IN WITNESS WHEREOF, CBIC BONDING AND INSURANCE COMPANY has caused these presents to be signed by its President and its corporate seal cube herea affixed tttis 15th day of January, 1991 .
COMPANY
Steven A. Gaines, President
STATE OF WASHINGTON— COUNTY OF KING
�Q$10 INSGq,�N 4n ...
SµPORgT�Cfc %y
�d
SEAL,
On this 15th day of January, 1991, personally appeared STEVENA. GAINES. to me known o be the Presidentof the cerponal thatexecuad hire loregarg Limited PowerofAttomey, and acknowledged said
Limited Powerof Abomey to be the free and vofuntary ad and deed of said corporafon, for the uses and pwilosestherein mentioned, and on oath stated thathe is authorized aexecute the said Umffed Power
of Attorney.
IN WITNESS WHEREOF, (have hereunto set my hand and affixed my etfipal seal the day and year first above wrNK DA
But
tic
- -- 9f ' zn192,..'1�2
Notary Pudic in and for the State of Washington resitlirg at Seade O W�A$N���
The undersigned. acting under authority of the Board of Directors of CBIC BONDING AND INSURANCE COMPANY, hereby cenires, as or in lieu of Cerfirwate of the Secretary of CBIC BONDING AND
INSURANCECO the above and forecoing is a full. true and correct copy of the Original Power ofAtfomey issued by Said Company, and does hereby anhercerfity that the said Power of Attorney
lie still! in force and eAect.
GIVEN order HILLS, C day of ,19 KFTE _91 ..
FcaBT02.05-US011591
• 4810 -35 •
4 -00236
DEPARTMENT OF THE TREASURY
Fiscal Service
(Dept. Circ. 570, 1991 - Rev., Supp. No. 1)
SURETY.COMPANIES ACCEPTABLE ON FEDERAL BONDS
Contractor's Bonding and,Insurance .Company
NOTICE
The above mentioned company was listed in 56 FR 30139,
July 1, 1991, as a surety company acceptable on Federal bonds.
Federal bond- approving officers are hereby notified that
Contractor's Bonding and Insurance Company is required by State
law to conduct business in the State of California as CBIC
Bonding and Insurance Company.
Federal bond - approving officers should annotate their
reference copies of Treasury Circular 570, 1991 Revision, to
indicate that CBIC Bonding and Insurance Company is acceptable on
Federal bonds in the State of California.
Questions concerning this notice may be directed to the
Department of the Treasury, Financial Management Service, Funds
Management Division, Surety Bond Branch, Washington, D.C.120227,
telephone (202) 287 -3921 or (202) 874 -6850 (effec. July 27, 1991).
DATED: July 1, 1991
Charles F: Schwan, III
Director
Funds Management Division
Certified to be a
true copy of the*
original. ,
Signed �/�-1'
STATE OF CALIFORNIA • •
SMALL BUSINESS PREFERENCE AND CERTIFICATION REQUEST
FOR CONSTRUCTION CONTRACTORS ONLY
(THIS FORM MUST REMAIN WITH THE BID PACKAGE.)
STD.811 (R 8186)
THE UNDERSIGNED HEREBY REQUESTS PREFERENCE AS A "SMALL BUSINESS" AND FURTHER CERTI-
FIES UNDER PENALTY OF PERJURY, THAT THE FIRM STILL MEETS THE REQUIREMENTS OF SECTION
1896(L) TITLE 2. OF THE CALIFORNIA ADMINISTRATIVE CODE, AND HAS BEEN APPROVED BY THE
OFFICE OF SMALL AND MINORITY BUSINESS (OSMB) TO QUALIFY FOR.THE.SMALL BUSINESS PREFERw
ENCE. AN APPROVED FORM OSMS-11 MUST BE ON FILE IN THE OSMB OFFICE BY 5:00 P.M. OF THE BID
OPENING DATE. FORM OSMB-11 MAY BE OBTAINED FROM THE OSMB OFFICE:
1808 14th Street, Suite 100
Sacramento, CA 95814
Telephone: (916) 322.5060
IMPORTANT NOTICE (Read beforesigning)
THE 'SMALL BUSINESS PREFERENCE AND CERTIFICATION REQUEST' MUST BE SIGNED IN THE SAMtE
NAME STYLE IN WHICH THE BIDDER IS LICENSED BY THE CONTRACTORS STATE LICENSE BOARD.
BIDDERS S :DDING JOINTLY OR AS A COMBINATION OF SEVERAL BUSINESS ORGANIZATIONS ARE
ESPECIALLY CAUTIONED THAT SUCH BIDDERS MUST BE JOINTLY LICENSED AND APPROVED IN THE
SAME FORK? AND STYLE IN WHICH THE BID IS EXECUTED.
Legal Name Style of Bidder(s)
Atlas Allied, Inc.
George L. Siciliani — President December 12, 1991
Signature of Uder Date
IN THE EVENT THE BIDDER HAS RECEIVED ASSISTANCE IN OBTAINING BONDING FOR THIS PROJECT.
HE[SHE SHALL SET FORTH THE NAME AND NATURE OF THE FIRM PROVIDING SUCH ASSISTANCE
SHOULD THE FIRM BE LISTED AS A SUBCONTRACTOR, BIDDER SHALL SET FORTH THE PERCENTAGE
OF THE CONTRACT TO BE PERFORMED BY THE SUBCONTRACTOR.
Name Of Firm
None
Subcontractor
YES .Q NO Percentage
SPECIAL ATTENTION IS DIRECTED. TO TITLE.2 OF THE CALIFORNIA.ADMINISTRATIVE CODE', SECTION
1896.16 FOR PENALTIES FOR FURNISHING INCORRECT SUPPORTING INFORMATION IN OBTAINING
P- EFERENCE.
NON - COLLUSION AFFIDAVIT
•
Page 5
The bidder, by its officers and agents or representatives present at the time of filing
this bid, being duly sworn on their oaths, say that neither they nor any of them
have, in any way, directly or indirectly, entered into any arrangement or agreement
with any other bidder, or with anv public officer of such CITY OF NEWPORT
BEACH whereby such affiant or affiants or either of them, has paid or is to pay.to .
such bidder or public officer any sum of money, or has given or is to give to such
other bidder or public officer anything of value whatever; or such affiant or affiants
or either of them has not directly or indirectly, entered into any arrangement or
agreement with any other bidder or bidders, which tends to or does lessen or destroy
free competition in the letting of the contract sought for by the attached bids; that no
bid has been accepted from any subcontractor or materialman through any bid
depository, the bylaws, rules or regulations of which prohibit or prevent the bidder
from considering any bid from any subcontractor or materialman which is not
processed through said bid depository, or which prevent any subcontractor or
materialman from submitting bids to a bidder who does not use the facilities of or
accept bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be suggested,
offered, paid or delivered to any person whomsoever to influence the acceptance of
the said bid or awarding of the contract; nor has the bidder any agreement or
understanding of any kind whatsoever with any person whomsoever to pay, deliver
to, or share with an other person in any way or manner, any of the proceeds of the
contracts sought by this bid.
Atlas Allied, Inc.
Bidder
Authorized Signature, Title
George L. siciliani - President
Subscribed and sworn to before me
this 12th day Of December
OFFICIAL SEAL
19 91. BECKY L HINES
aor �
�Y ComaEtDtasJaa. 28.1990
My Commission Expires:
January 28; 79441��
otan Pubhc
Page 6
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character to
that proposed herein which fie has performed and successfully completed.
Year Com feted For Whom Performed, Detail
Person to Contact Tele hone No.
PLEASE SEE ATTACHED REFERENCES
Atlas- Allied, Lnc.
Bidder
.uti.zed = Vin, =.tur f'iiie Geor -ge L. Siciliani
Pres.
•
ATLAS- ALLIED, INC.
Plumbing General
Piping s 9 Contractors
�I'CE 197'
REFERENCES
September 1985 to Present
I.T. Corporation
17461 Derian Avenue #190
Irvine, Calif. 9.2714
Jeff Otter.714- 261,6441 .
Various Piping Projects
Up To $200,000.00
December 1988
City of Long Beach
333 W. Ocean Blvd.
Long Beach, Calif. 90802
Bob Howard 213 -590 -7165
Renovate Plaza Pool Conv. Ctr.
$222,807.00
July 1989
City of Anaheim
Water Engineering
Anaheim, Calif.
Dale Macintosh 714 -254 -5100
Meter Vault Rehab Citywide
$264,408.00
Dec.89- Mar.90
U.S. Army Corp. of Engineers
P.O. Box 3157
Ontario, Calif. 91761 -0916
John Wallace 714 -981 -5571
Pimbg. /Piping Various USARC
$325,000.00
May 90- Oct.90
City of Anaheim
Water Engineering
Bill Costintino 714- 254 -5100
Meter Vault Rehab Citywide
$290,000.00
December 1990
Moulton Niguel Water District
26161 Gordon Road
Laguna Hills, Calif. 92653
Ray McDowell 714 - 831 -1773
Crown Valley Heat Transfer
Pipelines
$243,000.00
h
L J
Throughout 1988
Northrop Corporation
Anaheim Division
500 E. Orangethorpe Ave.
Paul Young-213.--331-5258
Various Piping Projects
Up To $100,000.00
March 1989
City of South Gate (K /J /C)
17310 Redhill Avenue 0220
Irvine, Calif. 92714
John Gillis 714- 261 -1577
Repl.Pool Piping Sports Ct.
$177,270.00
March 1990
Moreno Valley School Dist.
25634 Alessandro Blvd.
Moreno Valley, Calif. 92388
Mr. Whittington 714 -924 -9611
Sewer Site Improvements.MVHS
$40,000.00
January 1990
City of Alhambra
111 S. First Street
Alhambra, Calif. 91801
Mary Swink 818 -570 -5090
Drainage Renovation /Almansor
$35,228.50
July 1990 to Present
Santa Ana School District
1405 French Street
Dick Murray 714 -558 -5501
Various Piping Projects
Up To $100,000.00
December 1990
County of Orange EMA
P.O. Box 4048
Santa Ana, Calif. 92701
Jack - Winkler 714 -567 -7807
Newport Harbor Sewer Lift
Station
$70, 456.54 .
1210 N. LAS BRISAS, ANAHEIM. CA 92806
TE
(7t4 030 -3E__ • FA,Y (714, 635 -044_
11) ATLAS - ALLIED, INC. 111
Plumbing
Piping
February 1991
City of Long Beach
333 W. Ocean Blvd.. 10thF1
Long Beach, Calif. 90802
Gillis Monroe 310 -426 -9541
Emulsion:.Tahks Replacement
Project NR -6038
April 1991
Saddleback Valley School District
25631 Diseno Drive
Mission Viejo,.Calif. 92691
Skip Butler 714 -586 -1234
$30,000.00
September 1991
Fairview Development Center
2501 Harbor Blvd.
Costa Mesa, Ca. 92626
John Wells 714- 957 -5448
s58,845.00
General
Contractors
April 1991
County of San Bernardino
825 E. Third Street
San Bernardino, Calif.92415
Bob Marlin 714- 387 -2660
Water Closet /Lay.Install
lation &Smoke Evac. System
August 1991
El Rancho School District
8910 E. Slauson Avenue.
Pico Rivera, Ca:..90660
Steve Chavez 213 - 942 -1500
$57,542.00
October 1991
Southern Cal. R.T.D.
425 N. Main Street
Los Angeles, Calif. 90013
Raul Pedroza 213- 972 -4700
$328,450.00
1210 N. LAS BRISAS. ANAHEIM, CA 92806
TEL (714 g? -3E3_ • °AX f714; 63^ -044
i
NOTICE
• Page 7
The following contract documents shall be executed and delivered to the
Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays)
after the date of mailing Notice of Award to the successful bidder:
PAYMENT BOND (pages 8& 9)
FAITHFUL PERFORMANCE BOND (pages 10 &1])
CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12,13 &14)
CONTRACT (pages 15 & 16)
The City of Newport Beach will not permit a substitute format for these
contract documents. Bidders are advised to review their content with bonding,
insuring and legal agents prior to submission of bid.
Payment and Faithful Performance Bonds shall be issued by an insurance
organization or surety (1) currently authorized by the Insurance Commissioner to
transact business of insurance in the State of California, and (2) listed as an
acceptable surety in the latest revision of the Federal Register Circular 570.
Insurance Companies affording coverage shall be (1) currently authorized by
the Insurance Commissioner to transact business of insurance in the State of
California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size
Category Class VIII (or larger) in accordance with the latest edition of Best's Key
Rating Guide: Property - Casualty, except as modified by the Special Provisions.
All costs associated with the specifications of these contract documents shall
be absorbed in the bid. Such specifications shall include those contained in (1) each
contract document and (2) the Standard Specifications for Public t�orksConstruction
except as modified by the Special Provisions.
s I'/tl t`41 1� I Lot )NI) BOND NO. CA3557
i PREMIUM INCLUDED
1040W ALL MEN BY THGSE PRESENTS, That IN PERFORMANCE BOND
WHEREAS, the City Council of the City of Newport Beach, State of California.
by motion adopted w has awarded
to ATLAS- ALLIED, INC. hereinafter
designated as the "Principal ", a contract for ORANGE COAST COLLEGE SAILING & ROWLING
BASE WATER MAIN INSTALLATION PROJECT, PHASE II (CONTRACT NO. C -2888)
in the City of. Newport Beach, in strict conformity with the bra.wings and
Specifications and other contract documents on file in the office of the City Clerk of
the City of Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract
and the terms thereof require the fltrnishing of a bond with said contract, providing
that if said Principal or any of his or its subcontractors, shall fail to pay for any
materials, provisions, or other supplies used in, upon, for, or about the performance
of the work agreed to be done, or for any work or labor done thereon of any kind,
the Surety on this bond will pay the same to the extent hereinafter set forth:
NOW, TH4REFORE, We
ATLAS - ALLIED, INC.
as Principal, and_ .— _
CBIC BONDING AND INSURANCE COMPANY
as Surety, are held firmly bound unto the City of Newport Beach, in the stun of
TWgM M 'DiOtJSAND EIGHF HUNDRED NINEPY & 0100- ---- - - - - -- I)oilars ($ 22:890.00
said sum being equal to 100% of the estimated amount payable by the City of
Newport Beach under the terms of the contract; for which payment well and truly
made, we bind ourselves, our heirs, executors and administrators, successors, or
assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above
bounden Principal or his subcontractors, fail to pay for any materials, provisions, or
other supplies, used in, upon, (or, 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 Unemplo)-ment Insurance Code with respect to such work or labor, that
the Surety or Sureties will pay for the sanie, in an amount not exceeding the,sum
specified in the bond, and also, in case suit is brought upon the bond, a reasonable
attorney's fee, to be fixed by the Court as required by the provisions Of Section 3250
of the Civil Code of the State of. California.
•
Page 9
The bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 3181 of the California Civil Code so as
to give a right of action to them or their assigns in any suit brought upon this bond as
required by the provisions of Section 3247 et seq. of the Civil Code of the State of
California.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the work to
be performed thereunder or the specifications accompanying the same shall in any wise
affect its obligations on this bond, and it does hereby waive notice of Any such change,
extension of time, alterations or additions to the terms of the contract or to the work or
to the specifications.
In the event that any principal above named executed'this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from its
obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 7TH day of JANUARY ,19 91
ATLAS— ALLIED, INC. (Seal)
Name of Contractor (Principal)
BY: jaw.-` g:��
Authorized Signature and Title
Eva Siciliani Sec.- Trea.
Authorized Signature and Title
CBIC BONDING AND INSURANCE COMPANY (Seal)
Name of Surety
23172 PLAZA POINTE DR., STE. 185
LAGUNA HILLS, CA 92653
AddteSs of Surety +
BY:
SigirBARBARA THIIEL,AATTORNEY A FACT
Addr"s of Agent —
(714) 770 -9733
Telephone Numherof Agent
Q I
C14
CN
� j
■
\ ƒ k.
\�\
\ / \\
t'.
� � \� \
; \� \
Home Office:
CBIC Limited 1213 Valley Street
Power of Attorney P.O. le, 9271
CBIC BONDING AND y Seattle, WA 98109 -0271 .
INSURANCE COMPANY (206) 622 -7053
KNOW ALLMEN BYTHESE PRESENTSmaACBICBONDINGAND INSURANCE COMPANY.acapotationday organized andexistmgurdertt'eiarltheState of Washington, ardhavmgilspippat office
in Searle, King County, Washington, does by these Presents make, constibte and appoint BARBARA THIEL of Laguna HiOs, CaRwia, its true and lawlu)atomeyAn -fact, with full pow andaumomy hereby
Rental in its name, place and stead, to execute. acknowledge and deliver: (1) SBA guaranteed performance and payment bonds cot exceeding the penal sum of $1,250,000:(2) bid bonds for jobs where,
it the contract is awarded. the SBA guaranteed performance andlor payment bents will not exceed $1,250:000; (3) all other bonds coded and classifed". Surety Association of America inks Rate Manual
o` Rdelify. Forgery and Surety Bonds je ctuding tulwe amendr is therein) as Judicial. Cl lexci- -9 bid bonds), Miscelaneous, License and Pe-4. and Federal not exceeding the penal sum of
52.0110,000; (4) bid bonds for jobs written pursuant to the austerity in clause (3) above where. ff the contract is awarded; the perfotmarxe ardor payment bondlsl wilt rot exceed $2,000,000; and (5) all other
bonds not exceeding the penal sum of 5500,000. Provided, however, that BARBARA THIEL is granted power and authority to exceed the applicable penal pmtpreviously set forth for any bond in an amorint
equal to the amount of any letter of credit, or similar secunty, received as collateral seiunry by the Company as an inducement to issue the bond; and to bind me.Companythereby as fully and to this move extent
as if such bonds were signedby the President, sealed with the corporate seal of hat Company and duty abesWby is Secretary; hereby rafill and mn"rig at tut the said atorney_inlact may do in the -
premises. Said appointmeht is made under and byaGthorily of the following resoli adapted by the Board of Directors of tie CBIC BONDING AND INSURANCE COMPANY on January 15,1991:
RESOLVED (hat the President is authorzed to appoint as attorney -in -tar. of the Company BARBARA THIEL With powerand authorilyto sign on behaff olthe Company: (1) SBA guaranteed
performance and payment bonds but exceeding the penal sum of $1,250,XG.(2) bidbondsforjobs where, if the contract isawanded, the SBA guaranteed pedormance and/or payment bordi
wit net exceed $1,250,000; (3) all other bonds coded and classified by the Surety Ab to pation of America in its Rate Manual of Fidelity, Forgery and Surety Bonds (including future amendments
thereto) as Judicial, Contract (excluding bid bonds), Miscellaneous. License and Permit. and Federal not exceeding the penal sum of 52,000,000; r4) bid bonds for jobs written pursuant to
the authority in clause 13) above where, If the contract is awarded, the performance and or payment Whole) will not exceed $2,004000; and (5) all omer bonds net exceeding the penal sum
of $500,000.
RESOLVED FURTHER that BARBARATHIEL is granted powerand authority to exceed the appFable penal limit setfoth in the preceding nesolmion forany bond in an amount equal to the
amount of any letter of deed, or similar seamy, received as collateral security by me Company as an inducement to issue the bond.
RESOLVED FURTHER that the authority of the Secretary of the Company tocertity the authentialy and effectiveness of the foregoing two resolutio sinany limited Power of Attorney ishereby
delegated to the following persons, the signalure of any of the following to bind the Company with respect to the authenticity and effectiveness of the foregoing resolutions as ff signed by the
Secretary of the Company: Donald Sirloin. R. L. Thiel. Charles J. Falskcw and Jane, K. Lorraine.
RESOLVED FURTHER that the signatures (including cenifcalion that me Power of dYorney is stl in force and effect) of the President, Notary Public and person certifying authenticity and
effectiveness, and the corporate and Notary seals appearing on any 0rhied Power c' Attorney containing this and the foregoing resolutions may oe by facsimile.
RESOLVED FURTHER that all resolutions adopted prior to today appmn::ng the adore named as acorney-in -fad for CBIC BONDING AND INSURANCE COMPANY are hereby superseded.
N WITNESS WHEREOF, CBIC BONDING AND INSURANCE COMPANY has ca,:sed these presents to be signed by a President and its corporate seal to be hereto affixed this 15th day of January 1991.
CBIC BONDING AND INSURANCE COMPANY
...... 1"
�pNg INSbggi
6ZO��GpRPORq'TC"
m;
SEAL
By.
Steven A. Gaines, President
",e •.1979
STATE OF WASHINGTON — COUNTY OF KING
yl;
a, 148 H (N DqC
On this 151h day of January, 199 1, personally appeared STEVEN A. GAINES.to:- =vneem to se:he Pres;card of the corporation that executed the foregoing Limited Power of Attorney and acknowledged said
Lmiled Power of Attorney to be the free and voluntary act and deed of said cores-: ca, for the ties and pc-poses therein mentioned, and onoath stated tha.^.e is authorized to execute the said Limited Power
of Atomery.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my otic a-- :-e day _ _ ;t irst =..ro
_ve
00TA#
f U eL G
No;ap Public m and for the State dind at Searle
The uncidegrtad, acting under authority of line Beard of Direniors of CBIC BG`,-- t73 END ' SURANG eOMPANY. hereby denifies, as W in Neu of Cacacale of me Secretary of CBIC BONDING AND
NSURANCE COMPANY, that the above and f0recoro i5a full true andcorre, c,.e.r: ^a- wo,,.a._`Atorney issued by said Company, ani herby fumercedily that the said PowerofAtomey
stiWn' nand Wit.
GIVEN urMer my 1 LA HILLS, CA 7TH day of JANUARY ,1992
PbaST02.05 US011591
4810 -35 •
4 -00236
DEPARTMENT OF THE TREASURY
Fiscal Service
(Dept. Circ. 570, 1991 - Rev.,.Supp. No. 1)
SURETY COMPANIES ACCEPTABLE ON FEDERAL BONDS
Contractor's Bonding and Insurance Company
NOTICE
The above mentioned company was listed in 56 FR 30139,
July 1, 1991, as a surety company acceptable on Federal bonds.
Federal bond - approving officers are hereby notified that
Contractor's Bonding and Insurance Company is required by State
law to conduct business in the State of California as CBIC
Bonding and Insurance Company.
Federal bond - approving officers should annotate their
reference copies of Treasury Circular 570, 1991 Revision, to
indicate that CBIC Bonding and Insurance Company is acceptable on
Federal bonds in the State of California.
Questions concerning this notice may be directed to the
Department of the Treasury, Financial Management Service, Funds
Management Division, Surety Bond Branch, Washington, D.C.120227,
telephone (202) 287 -3921 or (202) 874 -6850 (effec. July 27, 1991).
o-
Charles F: Schwan, III
Director
Funds Management Division
DATED: July 1, 1991
Ceriified to be a
true coPy.of the
original.
Signed 4&L4
r C1iTl L 1'1:FZFORMAN:,- E NU BOND NO. CA3557
PREMIUM: $458.00
KNOW ALL MEN 115 1 -HESE PRESENTS, That FINAL B INI WILL BE
ADJUSTTED ED BASED ON
FINAL CONTRACT PRICE
WHEREAS, the City Council of the City of Newport Beach, State of California,
by motion adopted
has awarded to ATLAS- ALLIED, INC.
hereinafter designated as the "Principal ", a Contract for ORANGE COAST COLLEGE SAILING
& ROWLING BASE WATER MAIN INSTALLATION PROJECT, PHASE II (CONTRACT No. C- 2888).;
in the City of Newport Beach, in strict conformity with the Drawings and
Specifications and other contract documents on file in the office of the City Clerk of
the City of Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract
and the terms thereof require the furnishing of a bond for the faithful performance
of said contract;
NOW, •THEREFORE, We,
ATLAS- ALLIED, INC.
as Principal
CBIC BONDING AND INSURANCE COMPANY
as Surety, are held and firmly found unto tht� City of Newport Deach, in the sum of
TWEM TWO `ntouSAND EIGU H1JNVRED ND1bTY & NO /loo - -_ - _Dollars ($ 22,890.00 �.
said sum being equal to 100 %, of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns; for which payment
well and truly made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF '171115 OULIGATIUN 1S SUCH, that if the above
bounden Principal, his or its heirs, execulors, administrators, successors, or assigns,
shall in all things stand to and abide by, and well and truly keep and perform the,
covenants, conditions, and agreements in the said contract and: any alteration
thereof made as therein provided on his or their part, to be kept and performed at
the time and in the manner therein specified, and in all respects according to their
t.rue intent and. meaning., and shah: indemnify and save harmless. the Ciiy of
Newport Beach; its officers and agents, , -is thereiri stipulated; then this obligation
shall become null and void; oth�-rwise it shall remain in full force and virtue.
n
• Page 11
'I
And said Surety, for value reveived, hereby stipulates and .igrevs dtai lit)
chatige, extension of tithe, alttn'ations or additions to the terms of the contract or to
the work to be performed thereunder or to the specifications accompanying the
same shall in any wise affect its obligations on this bond, and it does hereby waive
notice of any such change, extension of time, alterations or additions 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 hot exonerate the
Surety from its obligations under this bond.
LN WITNESS WHEREOF, this instrument has been duly executed by the
Principal and Surety above named, on the 7TH day of JANUARY 19 92
ATLAS - ALLIED, INC. (Seal)
Name of Contractor (Principal)
BY:
Authorized Signature and Title
Eva Siciliani Sec.- Trea.
Auihonzed Signature and Title
CBIC BONDING AND INSURANCE COMPANY (Seat)
Name of Surety
23172 PLAZA POINTE DR„ STE. 1-85
LAGUNA HILLS, CA 92653
Address of Surety
BY:
~ Signature and Title of AutAonzed. Agent
BARBARA THIEL, ATTORNEY- INrFACT
Address of Agent
(714') 770= 97.33.
Telephone Number of Agent
§ _2
e \
� ƒ
$
� 7
�
� \
�
�
(
j y \
\ 6
\ \
ƒA�
\ S §�
\ )�
�
}CC
�Q k
�%
/(
/7(
/ /\\
° °f
/ \//
\ka[
=±k)
y ~§
7 }/g
\E \�
$ ƒ \\
CBIC
CSIC BONDING AND
INSURANCE COMPANY
Limited
Power of Attorney
10
Home Office:
1213 Valley Street
P.O. Box 9271
SeatOe, WA 98109 -0271
(206) 622 -7053
KNOWALL MEN BY THESE PRESENTS m1CBIC BONDING AND INSURANCE COMPANY aoorporaAondu orgainized and existing under the love of#* State ofWashington, and having Nspdnci lol6w
in Seattle, King County. Washington, does by hisse presents make, constbudeard appoint BARBARATHIEL, of Laguna Hills, California, its trace and lawful Whimey- in4act with 10powerand authority hereby
contained in its name, Place and stead, to execute, acknowledge and dell (1) SEA guaranteed perlamance and payment bonds not exceeding ths,perW sum of $1250,000; (2) bid bonds for jobs where,
- itthe contract is awarded. the SBAguaranteed performance and /of payment bond($) wit not exceed $1,250.000: (3) all other bonds cooled and classified by the SureryACsori ition ofAmence in its Rate Manual
of Fidelity. Forgery and Surety Bonds {including future amendments thereto) as Judicial, Contract (excluding bid bonds), Miscellaneous. License and Permit, and Federal not exceeding the penal sum of
S2 000, 000: (4) bid bonds forjobs written pursuant to the authority in clause (3) above where, tl the contract is awarded, the performance and orpaymem bond(s) will not exceed $2,000,000; and (5) all other :
bonds not exceeding the penal sum of $500,000. Provided, however, that BARBARATHIEL is granted power and authority to exceed the applicable pea kmit previously set forth for any boll in an amount
equal to the amount of any letter of credit, or similarsecurity, receivedas collateral security bythe Company as an inducement Wissue Me bond; and tobitddceCoMpany thereby asfully arid to the Same extent
as if such bonds were signed by the President, sealed with the corporate sealof tAe Company and duty attested by its Secretary; hereby mOTying and ca4noing ad to the said atiamey -in -lad, may do hides
premises. Said appointment is mane under and by authority of ihpe fallowing resotudons adopted by the Board of Directors of the CSIC BONDING AND INSURANCE COMPANY on January 15,1991:
RESOLVED that the President is authorized to appoint as affoney- in- lactof the Company BARBARATHIELwith power and authority to sign on behalf Of the Comparry: (1) SBAgueranteed
performance and payment bonds nolexceedingMe penal win o ($1,250,000; (2) bid bonds forjobs where, it thecontradis awarded. the BOA guarameed performance andforpaymembatd (s)
will net exceed 01.250,000; (3) all otherbonds coded arid classified! bythe SuretyAssoriacon ofAmedrainits Hate Manual of Fidift FwgeryandSurety Balls (ndudinghrtureamendmenls
thereto) as Juodal, Contract (excluding bid bonds), Miscellaneous, License and Pemlit, and Federal rot exceeding the penal sum of $2,000,000:(4) bid bonds lorjobs written pursuant to
the authority in clause (3) above where, it Nemntractisawarded, thepetfartnance andrgrpaymembond(s) will felt exceed$2,000.000;and (51 all other bonds notexxed"mg the penal sum
of $500.000.
RESOLVED FURTHER that BARBARATHIEL is granted power andaWarity to exceed Iheapplicable penal limit set forth in the preceding resohrfionfor arty bard in an amount equal to the
amount of any letter of credit. or similar seconty received as collateral security by the Company as an inducement to issue the bond.
RESOLVED FURTHER that the authority of the Secretary of the Company tocenKy the authenticity and effectivenessof The foregoing Wo resolutions in any Limited PowerdAbomeyishereby
delegated to the following persons, the signature of any of the following o bind the Company with respect to the authenticity and effectiveness of the foregoing resolutions as d signed by the
Secretary of the Company: Donald Sirkin, R. L. Thiel, Charles J. Falskow and Janet K. Lorraine.
RESOLVED FURTHER that the signatures (including certification thatihe Power of Attorney is still in force and ellecq of ate President. Notary PWiC and person ceratyirg authenticity and
effectiveness. and the corporate and Notary seals appearing on any Limited Power of Abomey containing this and the foregoing resolutiera may be by facsimile.
RESOLVED FURTHER that all resolutions adopted poor to today appolnNtgthe above named as ahomey- fir fact IMCBIC BONDING AND INSURMCE COMPANY we hereby superseded.
IN WITNESS WHEREOF. CBIC, BONDING AND INSURANCE COMPANY has caused these presents to he signed by its Presdem and its corporate seal o be hereto affixed this 151h day of January, 1991.
CBIC BONDING AND INSURANCE COMPANY
SE=+en A. Gaines, Presdem
STATE OF WASHWGTON —COUNTY OF KING
pp0 INS& "y% It
•'aPORi •.Cx^
SEAL
HIN
Or. INS 15th day of January. 1991. personally appeared STEVENA. GAINES. W me known to be the President of the corporation that executed the foregone limited Powerof Adorney and acknowledged said
Llrned Power of Atornev to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and onoath stated M he is authorized to execute the said Limited Power
c Attorney.
:N WITNESS WHEREOF. I have hereunto set my hand and affixed my official seal the day and year first
IPOTAIOlA.
So:ary Public in and for Ice State
TL,a undersigned, acting under authority of the Board of Directors of CBIC BONDING AND INSURANCE COMPANY. bete'
INSURANCE COMPANI that the above and foregoing is a full, We and correct copy of the Original Power of Adomey issued
Is sill in ccnn effec
GIVEN under my he HTT•T.0 CA ,this 7TH
PcaBT02.05- US011591
mires as or in lieu C i Iihcale of the Secretary of C91C BONDING AND
said Corpzny. and dreg 2reby lunher candy that the said Power at Attorney
day of JANUARY • 1g 92
u
• 4810 -35
4 -00236
DEPARTMENT OF THE TREASURY
Fiscal Service
(Dept. Circ. 570, 1991 - Rev., Supp. No. 1)
SURETY COMPANIES ACCEPTABLE ON FEDERAL BONDS
Contractor's Bonding.and Insurance Company
NOTICE
The above mentioned company was listed in 56 FR 30139,
July 1; 1991, as a surety company acceptable on Federal bonds.
Federal bond - approving officers are hereby notified that
Contractor's Bonding and Insurance Company is required by State
law to conduct business in the State of California as CBIC
Bonding and Insurance Company.
Federal bond - approving officers should annotate their
reference copies of Treasury Circular 570, 1991 Revision, to
indicate that CBIC Bonding and Insurance Company is acceptable on
Federal bonds in the State of California.
Questions concerning this notice may be directed to the
Department of the Treasury, Financial Management Service, Funds
Management Division, Surety Bond Branch, Washington, D.C.120227,
telephone (202) 287 -3921 or (202) 874 -6850 (effec. July 27, 1991).
DATED: July 1, 1991
Charles F. Schwan, III
Director
Funds Management Division .
Certified to be a
true copy of the .
original.
Signed G v�L
AI:O allk . CERT
PRODUCE&
Granger -Hanna Insurance ASSOC.
2401 E. Katetta Ave., Ste. 500
Anaheim, CA
INSURED ... ..... .... .. ... ... .. ..... .
Atlas- ALtied, Inc.
1210 N. Las Brisas
Anaheim, CA
92806
01/31/92
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE
DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
COMPANY A CNA Insurance Companies
LETTER
COMPANY B
LETTER
COMPANY `. ...... ..... .
LETTER
COMPANY D .. ...... ........ . .
LETTER
COMPANY E .. .. ... .
LETTER
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTR TYPE OF INSURANCE POUCY NUMBER P ATE ( MIDDNY) PD TEY(MWDDM) N LIMITS
GENERAL LIABILITY
: GENERAL AGGREGATE
S
$2,000,000
A X : COMMERCIAL GENERAL LIABILITY C0110931870
11/01/91 11/01/92 ' PRODUCTSCOMP)OP AGO.
!E
$1,000,000
'• ? CLAIMS MADE X . OCCUR :
PERSONAL a ADV. INJURY
: E
$1,000,000
OWNERS B CONTRACTOR'S PROT.
: EACH OCCURRENCE
S
E1,000,000
FIRE DAMAGE (Any one fire)
S
$ 50 000
OTHER
ICERTIFICATE HOLDER IS NAMED ADDITIONAL INSURED LIABILITY ONLY NIT" RESPECT
TO ALL OPERATIONS USUAL TO THE INSURED PER THE ATTACHED ENDORSEMENTS.
CITY OF NEWPORT BEACH
P.O. BOX 1768
3300 NEWPORT BLVD.
NEWPORT BEACH CA 92658 -8915
:. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL EHB6AV6FFi9
MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT,
L
i
MED. EXPENSE (Any one pawn), E
E 5,000
AUTOMOBILE LIABILITY
COMBINED SINGLE
S
$1,000,000
A : X
ANY AUTO
BUA110931884
11/01/91
11/01/92
UMR
....
.. .. .. .
... ..'
ALL OWNED AUTOS
BODILY INJURY
S
. (Per Person)
X
SCHEDULED AUTOS
X
HIRED AUTOS
BODILY INJURY
E
IPer wciCenq
X
NON-OWNED AUTOS
............... .
GARAGE LIABILITY
......
PROPERTY DAMAGE
: E
.EXCESS LIABILITY
EACH OCCURRENCE
E
$2,000,000
A X
UMBRELLA FORM
CUP110931898
11/01/91
11/01/92
AGGREGATE
$
. OTHER THAN UMBRELLA FORM
A
WORKER'S COMPENSATION
Pwc112589852
01101/92
11/01/92
X STATUTORY UMTTS
EACH ACCIDENTS
1,000,000
AND
OISEASE—PCUCYUMIT
S
1,000,000
EMPLOYERS' LIABILITY
DISEASE —EACH EMPLOYEE
. E
1.000.000
OTHER
ICERTIFICATE HOLDER IS NAMED ADDITIONAL INSURED LIABILITY ONLY NIT" RESPECT
TO ALL OPERATIONS USUAL TO THE INSURED PER THE ATTACHED ENDORSEMENTS.
CITY OF NEWPORT BEACH
P.O. BOX 1768
3300 NEWPORT BLVD.
NEWPORT BEACH CA 92658 -8915
:. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL EHB6AV6FFi9
MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT,
L
i
CNA INSURANCE COMPANIES
ADDITIONAL INSURED ENDORSEMENT
IF YOU ARE REQUIRED TO ADD ANOTHER PERSON OR ORGANIZATION AS AN ADDITIONAL
INSURED ON THIS POLICY UNDER 'A WRITTEN CONTRACT OR AGREEMENT. CURRENTLY IN
EFFECT OR BECOMING EFFECTIVE DURING THE TERM OF THE POLICY AND A CERTIFICATE OF
INSURANCE LISTING THAT PERSON OR ORGANIZATION AS AN ADDITIONAL INSURED HAS BEEN
ISSUED, THEN WHO IS AN INSURED (SECTION II) IS AMENDED TO INCLUDE AS AN INSURED
THAT PERSON OR ORGANIZATOIN (CALLED "ADDITIONAL INSURED ").
THE INSURANCE FOR THAT ADDITIONAL INSURED IS LIMITED AS FOLLOWS:
1. THAT PERSON OR ORGANIZATION IS ONLY AN ADDITIONAL INSURED FOR ITS
LIABILITY ARISING OUT OF PREMISES YOU OWN, RENT, LEASE, OR OCCUPY, OR FOR
YOUR WORK" FOR OR ON BEHALF OF THE ADDITIONAL INSURED; AND
2. THE LIMITS OF LIABILITY FOR THE ADDITIONAL INSURED ARE THOSE SPECIFIED
IN THE WRITTEN CONTRACT OR AGREEMENT, OR IN THIS POLICY, WHICHEVER IS
LESS. THESE LIMITS ARE INCLUSIVE OF AND ARE NOT IN ADDITION TO THE LIMITS
OF INSURANCE SHOWN IN THE DECLARATIONS; AND
3. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED.
THIS ENDORSEMENT AND ANY COVERAGE PROVIDED HEREIN APPLY ONLY TO THE POLICY TO
WHICH IT IS ATTACHED. THE COVERAGE PROVIDED BY THIS ENDORSEMENT IS NOT
EXTENDED TO ANY OTHER POLICY ISSUED TO THE INSURED UNLESS SUCH POLICY IS
SPECIFICALLY ENDORSED.
THE CITY OF NEWPORT BEACH, ITS OFFICERS AND EMPLOYEES
P.O. BOX 1768
PREMIUM $ INCLUDED 3300 NEWPORT BLVD.
NEWPORT BEACH, CA 92658
JOB: ORANGE COAST COLLEGE SAILING &ROWING BASE WATER MAIN INSTALLATION (CONTRACT C -2888)
This endorsement is a part of your policy and takes effect on the effective date of
your policy, unless another effective date is shown below.
Must Be Completed
ENDT. POLICY NO.
00110931870
I G- 39543A
GL.474
Complete Only When This Endorsement Is Not Prepared
with the Policy Or is NOt to be Effective with the
Policv
EFFECTIVE DATE OF THIS ENDORSEMENT
ATLAS— ALLIED,INC. 1/8/92
Countersigned by
`_AtTthorized Re 'presentative
IT IS AGREED THAT THE INSURANCE AFFORDED TO THE ADDITIONAL INSURED IS PRIMARY
INSURANCE. IF HOWEVER, THE ADDITIONAL INSURED HAS OTHER INSURANCE WHICH IS APPLICABLE
TO THE LOSS, THE SAID OTHER INSURANCE IS EXCESS OVER ANY OTHER VALID AND COLLECTABLE
INSURANCE PROVIDING COVERAGE. .THE.COMPANY'S LIMITS OF LIABILITY UNDER THIS POLICY
SHALL NOT BE REDUCED BY THE EXISTENCE OF. SUCH OTHER• :-INSURANCE.
CNA
For All the Com mitmcn is Iou Make='
9c �1 -3F7 1:3%07 FTLH5—PLCIED.
(aTY OFNI WPOLRT REACU
AUI'QMO11) F, LIA1311_ITY INSURAN E F.NDORSFMENT
It is agr(ed that,.
P.
Page 13
With respect to such insurance as is afforded by the policy for Automobile Liability, the City of
Newport beach, its officers and employoes 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 nanmd 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 ( I ) 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 a((ordcd said additionalinsnredts) shall apply as primary insurance and no other
insurance maintained by the City of Newport IScach shall be called upon to contribute with
insurance provided by this policy.
2. The policy includes the following I)nevistom.
"The insurance afforded by the policy applies soparalcly to each insured who is seeking
coverage or against whom a claim is made or •:nil is brought, except with respect to the limits of
liability of the company affording Covenrgc"
3. The limits of liability under this endorsement for the additional insureds narned in Paragraph 1. of
this endorsement shall be tho lirnils indwatcd hrlow for either Multiple Limits or Single Limit:
{ { Multiple Limits
Bodily Injury Liability $ ._perperson
Bodily Injury liability $, _ per accident
Properly Uamagc Liability $ ....
IX I Combined Single Limit
Bodily Injury t.iabilily $ 1,000,000
and
Property Damage Liability
The (units of liability as staled in this endor�r•mcnl shall not increase the total liability of the
company affording; coverage for ,all damag,cy a�; the result of any one aeei&nt or occurrence in
excess of the limits of liability slaud m the policy as applicable to Automobile Liability
Insurance.
4, Should the policy be non- renowcd, comullod or coNcrage reduced before the expiration date thereof,
the Issuing Compr ny shall provide ]0 day; ;i(iv;mre notice to OW City of Newport Beach by
registered mail, Akteiition. Public Wicks Dop'ItUrrenl.
5. Designated Contract;. OCC Sailing & Rwoing Base Water Main Installation; Phase II
(I'n,pa t lute :rod (:ontract Nee.) (0-21388)
This endorsement is effective___ 1/8/92 at 12:01 A.M. and farms part of
Policy No, BUA110931884 _ of CNA INSURANCE CDMpANT> S
(('.am(rrn \' Alluulina; 4gvC rA6C%
Insured, _ATLAS— ALLIED, INC. _ tinement No T_
Issuing Company
By
orizcd Nolen
GARCIA
- 7i= -01 -70 l��ei3 FITLfiD— FiLLICDrIr1C. - - -- �''r:s
Page 14
CITY OF NVWPORT BEACH
GENERAL LIAUI[TrI; INSUIZANCh ENDC)RSEMF.NT
It is agreed that:
With respect to such insurance as is afforded by the policy for Genera( 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 fhe additional insureds in connection with its general
supervision of such operations. The insumiwe 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 separ:ncly to each insured against whom claim is
made or suit is brought, except wilh respect to thr limits of the liability of tho rompany 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 Newport Beach.
4. With respect to such insurance as is affornf.d by this policy, the exclusions, if any, pertaining to the
explosion hazard, collapse hazard and undcrl;rrnnui property hazard (commonly referred to as "XCU"
hazards) are deleted.
5. The limits of liability tinder this endorscownt for the additional insurod(s) narnod fit paragraph 1 of
this endorsement shall he the limits indicated below writtvii on an "Occurrence" basis:
kXj Commercial ( l Comprehensivr
AS PER ATTACHED
General Liability $ACORD__CERTIFICATE each occurrence
each occurrence
The applicable limit of the Contractual L.tabiltly for the company affording; coverage shall be reduced
by any amount paid as tlamages under this endorscuwvnt in behalf of the additional insured(,,;)-
The limits of liability as stated in this enilnr5enivnl shall not increase the total liability of the
company affording coverage for all damagov ,v; the result of ony one occurrence in excess of the limits
of liability stated in the policy as applicable to (;rnrrid Liability Insurance.
G. Should the polity be non renewed, Cancellc l or coverage reduced before tha expiration date thereof,
the Issuing Company shall provide 'If) days' advance notice to the City of Newport Beach by
registered mail, Attention; Public Works Delmi'lonent
7. Designated Contracl__OCC $ailing R Rowing Base Water Main Installation; Phase II
Olfol„ [.fit, and Cow o(( No ) (C -2888)
This endorsement is cflertivt_._ .... ......... 1/8/92 at 12:01 A.N. and forms a
part
of Policy No. C0110931870 of CNA INSURANCE COMPANIES
(Con q>:, nv :�Il�irJvl�; Cgvi•tagr)
ATLAS— ALLIED, INC.
Insured Cod rsen ant No.
Producer GRANGER —HANNA INS. ASSOC_ By:
. - . ..._...____ (Authoi iird Inc csanraiivc)
LEE ANN GARCIA
•
CONTRACT
10 Page 15
THIS AGREEMENT, entered into this dA day of 19 92
by and between the CITY OF NEWPORT BEACH, hereinafter "City," an
Atlas Allied, Inc. hereinafter "Contractor," is made with
reference to the following facts:
(a) City has heretofore advertised for bids for the following described public work:
OCC Sailing and Rowing Base Water Main
Installation; Phase II C -2888
Title of Project Contract No.
(b) Contractor has been determined by City to be the lowest responsible bidder on
said public work, and Contractor's bid, and the compensation set forth in this contract,
is based upon a careful examination of all plans and specifications by Contractor,
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall furnish all materials and perform all of the work for the
construction of the following described public work:
OCC Sailing and Rowing Base Water Main
Installation; Phase II C_2888
Tide of Project
Contract No.
which project is more fully described in the contract documents. Contractor shall
perform and complete this work in a good and workmanlike manner, and in
accordance with all of the contract documents.
2. As full compensation for the performance and completion of this work as
prescribed above, City shall pay to Contractor the sum of Twenty Two Thousand
Eight Hundred & Ninety Dollars ($ 22,890.00 )
This compensation includes (1) any loss or damage arising from the nature of the work;
(2) any loss or damage arising from any unforeseen difficulties or obstructions in the
performance of the work; (3) any expense incurred as a result of any suspension or
discontinuance of the work; but excludes any loss resulting from earthquakes of a
magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or
expense occurs prior to acceptance of the work by City.
1 All of the respective rights and obligations of City and Contractor are set
forth in the contract documents. The contract documents are incorporated herein by
reference as though set out in full and include the following:
(a) Notice Inviting Bids
(b) Instruction to Bidders and documents referenced therein
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and Endorsements(s)
0
(f) Plans and Special Provisions for OCC Sai 1 i ng and Rowing Base Water
Installation; Phase II,
Title of Project
(g) This Contract.
(C -2888)
Contract No.
Page 16
4. Contractor shall assume the defense of, and indemnify and hold harmless,
City and its officers, employees and representatives from all claims, loss or damage, except
such loss or damage proximately caused by the sole negligence of City or its officers,
employees and representatives.
IN WITNESS WHEREOF, the parties hereto have caused this contract to be
executed the day and year first above written.
CITY OF NEWPORT BEACH
a municipal corporation
Mayor
ATTEST:
APPROVED AS TO FORM:
City, tome
CONTRACTOR:
Atlas- Allied, Inc.
Name of Contractor (Principal)
Authorized SiSnat e and Title
George L. Siciliani - President
Authorized Signature and Title
P
0
SPECIAL PROVISIONS
FOR THE
OCC SAILING & ROWING BASE WATER MAIN INSTALLATION; PHASE it
Table of Contents
Section
Section Title
Page Number
1
Definitions ................................................................... ..............................1
2
Scope & Control of the Work .................................. ..............................2
2 - 1
Scope of Work ...................................................... ..............................2
2 - 2
Completion Schedul e ......................................... ..............................2
2 - 3
Working Hours .................................................... ..............................2
2 -4
Payment ................................................................. ..............................3
2 - 5
Liquidated Damages ............................................ ..............................3
2 - 6
Permits, Licenses & Inspection ......................... ..............................3
2 - 7
Pre -Bid Conference .............................................. ..............................3
2 - 8
Pre - Construction Conference ............................ ..............................4
2 - 9
Inspection of Plans & Specifications by the Contractor
.............4
2-10
Local Conditions......._ .............._... ..................................................
2-11
Potholing Existing Utilities ................................ ..............................5
2-12
Alternate "B" Pipe & Fittings ............................ ..............................5
2-13
Contractor's Records & As-Built Drawings .... ..............................6
2-14
Safety ....................................................................... ..............................6
2 SCOPE OF WORK
2 -I Scope of Work
The work to be done under this contract consists of installing approximately
285 feet of 8 -inch diameter ductile iron water main in West Coast Highway.
The work location is between the Orange Coast College Sailing & Rowing
Base and the Cano's Restaurant property. The proposed water main
installation will require work in the number 2, eastbound lane of Coast
Highway and portions of the southerly (bayward) sidewalk. The
alignment of the proposed pipeline runs parallel to the curb face for the
majority of the lay distance.
This project will require the contractor to perform all work tasks necessary
to successfully install the proposed pipe and fittings, to pressure -test them,
to disinfect them and connect them to the existing active City pipeline on
both ends of the project.
The contractor will be responsible for all trenching, sawcutting, excavation,
backfilling, compaction efforts, material disposal, paving and striping.
Work shall be in complete conformance with these Special Provisions, the
City's Standard Special Provisions, Standard Specifications and the
requirements of the CalTrans permit for this project.
2 -2 Completion Schedule
The Contractor shall complete all work under this contract within sixty
(60) calendar days from the date of award of contract by the City Council.
2 -3 Working t-louis
The City's normal working hours are limited to 7:00 am to 6:30 pm
Monday through Friday; 8:00 am to 6:00 pm Saturdays per Section 10 -28 of
the NBMC.
Since this contract requires work within the right of ,,: of a State
Highway, CalTrans Permit requirements shall control over the normal City
working hours. CalTrans permit requirements limit working in the
travelled roadway between 9:00 am and 3:00 pm. This limit may be waived
by CalTrans at certain times of the year. For a specific determination or
waiver from these hours, the contractor must contact CalTrans directly.
From time to time the nature of certain work may necessitate nighttime
construction. It is the opinion of the City that this project will not have
construction elements which require nighttime construction, however, if
in the opinion of the Contractor, night work is necessary to the satisfactory
completion of the proposed work, the City will consider the Contractor's
advance request for such work and wilt not unreasonably withhold
permission to perform such nighttime work.
SP -2
2 -4 Payment
The prices shown on the proposal shall be considered full compensation
for all labor, equipment, materials, etc., necessary to complete the work
in place and no additional allowance will be made therefor. Payment for
incidental items of work not separately listed shall be included in the
price shown for other related items of work.
2 -5 Liquidated Damages
Failure of the Contractor to complete the work within the time
specified will result in significant damages being sustained by the City.
All work specified under this contract shall be completed within the time
specified for completion or the Contractor shall pay the City, as liquidated
damages, the sum of five hundred dollars ($500.00) per calendar day for
each and every calendar day's delay in completing the work in excess of
the specified time, plus any authorized time extensions.
2 -6 Permits, Licenses & Inspection
The contractor shall obtain all necessary permits and licenses. The City
will waive the fee for the Public Works Encroachment Permit. All other
permits and license fees shall be the responsibility of the Contractor.
The Contractor shall adhere to the conditions of all applicable
permits.
The City will perform inspections throughout the progress of the work.
The Contractor shall furnish the City and CalTrans full information as to
the progress of the work in its various parts and shall give the City
timely notice of the Contractor's readiness for inspection of specific
constructed or installed components of the proposed work.
All materials and articles furnished by the Contractor shall be subject to
rigid inspection and no material or article shall be used in the work
until it has been inspected and accepted by the City. For pipe and
fittings, this approval of materials may only be granted by an authorized
representative of the City's Utilities Department.
2 -7 Pre -Bid Conference
A pre -bid conference and job walk wilt be held at &00 am on Tuesday,
December 10th, 1991. The conference will begin at the office of the
City of Newport Beach Utilities Department located at 949 West 16th
Street in the City of Newport Beach.
SP -3
r
2 -8 Pre- Construction Conference
The Contractor and City shall meet in pre- construction conference at
the office of the City of Newport Beach Utilities Department located at
949 West 16th Street in the City of Newport Beach.
The Contractor shall contact the City to schedule a pre- construction
conference at a time and date convenient to both parties.
At or before the conference, the Contractor shall furnish to the City,
fully executed contract documents, permits, construction schedules,
traffic control plans, and other documents which must be submitted in
advance of the commencement of construction.
The Contractor's representatives at the conference shall include the
field personnel who are to direct and supervise the contracted work.
2 -9 Inspection of Plans & Specifications by the Contractor
The Contractor shall familiarize himself with the plans and
specifications. Should he discover any discrepancies or omissions in
them, he shall at once report his discovery in writing to the City for a
decision on its correction, revision or clarification and the decision of
the City shall be final.
2 -10 Local Conditions
Bidders shall read each and every clause of the specifications,
examine the drawings, and shall satisfy themselves by personal
investigation on the site, as to local conditions affecting the work.
Information on existing conditions including the locations of utilities
and other structures derived from maps, plans, specifications, or
other drawings should be regirded as approximate only.
Each bidder or his representative shall visit the site of work and
familiarize himself with local conditions.
In the course of excavation for the pipeline to be installed, it is likely
that the Contractor will encounter some of the old Coast Highway
pavement section. This section is unreinforced portland cement
concrete of varying thickness. Some portions of the excavation will
not contain this material. Where encountered it shall be removed
and disposed of in a proper manner. The bidder shall include in their
unit prices for the work items, all expenses and costs that may be
necessary to complete this work and the specified project in accord
with all of specified requirements.
SP -4
The pipeline is proposed for installation at an elevation that will
preclude encountering tide or ground water, other than small
amounts of nuisance water from nearby surface irrigation.
2 -1 1 Potholing Existing Utilities
The Contractor shall pothole the exact location, size, type and depth
of all existing utilities prior to the commencement of pipelaying
operations.
The proposed pipeline will cross existing utility conduits near the
west end of the project. [See the plans, sheet number 2, for work
between Station 10 +40 and Station 10 +56.] The utilities to be crossed
are anticipated to be at a standard elevation such that the proposed
water line may be laid to cross over the other utility conduits without
vertical deflection or the use of fittings to change grade.
The first order of work required is for the contractor to make a field
determination of the exact depth and location of these existing utility
conduits by potholing operations and hand digging. Once this
determination has been made the City will provide direction on
whether the Contractor shall be required to complete the Alternate
"B" work or not.
The contractor shall also be required to pothole the connection points
at both ends of the proposed installation prior to commencing any
pipelaying operations.
2 -12 Alternate "13° Pipe & Fittings
The Alternate "B" pipc and fittings in:aall,itiun shoWrt Oil the plans
and described herein above, shall be considered a required bid item.
The Contractor shall provide these additional pipe and materials and
his bid for this item shall include all costs associated with providing
and installing them as indicated on the plans.
If it is determined that the existing utility conduits to be crossed by the
proposed pipeline are at an elevation which will not require the use of
the vertical bends and fittings shown in detail number 2 on the plans
(Alternate "B "), the City shall offer to purchase the pipe and fittings not
used; at a price equal to the actual cost of such pipe and fittings. The
Contractor, however, shall not be obligated to sell them to the City, if
he so chooses.
SP - S
2 -13 Contractor's Records & AS -Built Drawings
The stamped set of approved plans and specifications shall be on the
job site at all times during the course of work. The Contractor shall
maintain "as- built" drawings of all work continuously as the job
progresses. A separate set, for this purpose only, shall be kept at the
job site at all times. It shall be required that these drawings be kept
up -to -date and shall be so certified by the City's inspector at the time
each progress bill is submitted.
The final set of "as- built" drawings shall be signed and dated by the
City's inspector and the Contractor and delivered to the City Utilities
Department prior to acceptance of the project or final payment
therefor.
2 -14 safety
In accord with generally accepted construction practices, the
Contractor shall be solely and completely responsible for conditions
of the job site, including safety of all other persons and property
during any performance of the work, and the Contractor shall fully
comply with all state, Federal and other laws, rules, regulations and
orders relating to the safety of the public and workers.
rYYa
TO
IMMi VA
SUBJECT:
0
CITY COUNCIL
Utilities Department
0
January 13, 1992
CITY COUNCIL AGENDA
ITEM NO. F- 3 W
,).4N '
CONTRACT FOR CONSTRUCTION OF I rrg"
ORANGE COAST COLLEGE (OCC) SAILING & ROWING BASE
WATER MAIN; PHASE II (CONTRACT NO. 2888)
RECOMMENDATIONS:
1. Find that the lowest bidder, Atlas Allied, Inc., can
meet the requirements for completing the proposed
contract work and declare him the "low bidder ".
2. Award Contract No. 2888 to Atlas Allied, Inc. in the
amount of $22,890.
3. Authorize the Mayor and the City Clerk to execute the
contract on behalf of the City.
DISCUSSION:
At 4:00 p.m., on December 12th, 1991, the City Clerk opened
and read bids for the subject project. A summary and the results are listed
below and a more detailed itemized bid summary is attached as Exhibit "A':
Rank Contractor/ Bidder
Total Bid Price
low
Atlas Allied, Inc.
$
22,890
2
Miki Construction, Inc.
$
26,348
3
Construction Engineers
$
27,895
4
Ruiz Engineering
$
29,773
5
Steve Shacklett Gen. Engr. Cont., Inc.
$
31,980
6
Savala Construction Co., Inc.
$
33,425
7
Ken Thompson, Inc.
$
34,612
8
Kennedy Pipeline Co.
$
35,009
9
John T. Malloy, Inc.
$
40,236
The low bid was 37.5% below the Engineer's Estimate of
$31,475. The bid amount is likely the result of the current economic
climate and the competitive construction bidding conditions in this climate.
i
• Oe 2
January 13th, 1992
Agenda Item No._
The low bidder, Atlas Allied, Inc. is a qualified pipeline and
general contractor licensed to do business in California. This company
has successfully completed similar construction projects for other
reputable agencies in southern California.
The project provides for the installation of approximately
285 feet of 8 -inch diameter water main on the southerly side of Coast
Highway. This project will complete the fire protection system for the
from the reconstructed building where the Orange Coast College Sailing
& Rowing Base is housed.
The Orange Coast College Sailing & Rowing Base (OCC)
contracted for the installation of the first phase of this project which
provided for installation of an 8 -inch water main to satisfy the fire flow
conditions for their development. OCC requested the City to manage the
installation of the second phase water main on their behalf under an
agreement for reimbursement, as such an arrangement would expedite
the work in Coast Highway.
The City Council Utilities Committee considered the OCC
request at their meeting of October 15th, 1991 and the Council approved
it at the meeting on November 25th, 1991. The Council agreed to have
the City administer the project and to absorb the costs of administration
and inspection. Other costs will be billed to and paid by OCC at the
completion of this contract.
Funds for the work are available and will be advanced from
the City's water capital project account under the item, "Water Main
Replacement Program ".
The estimated time of completion is 45 calendar days. The
expected completion date for the project is March 1st, 1992.
Respectfully Submitted,
Robert J. Dixon
Utilities Director
Attachments: Exhibit "A ": "Bid Summary"
Js: sdi
v
n
N
x
m
m
I�
O
m
3 I''
bm C§
�Z O�^
m z A m
n m ➢
-imp O
3 ~n
z O
➢ m .
G7 N A
mM�
0
Wa-iW
L m m o
zno�
O
z
N
s
t
n
I
C
3
a
b
K
b
C u
W
r -I
n
O
C T
O
� Z
x m
N �
b
0 0
m z
�W
-{ m
3 ➢
m c-,
z x
ti
SX14101T "A" IopL
p
},
3
co
m
co
<
("
r
C
N
D
p
Z
�
i
r
o
r
>
N
z
Z
a
r
3
c
N
r
N
/
o
z
1co„
v
�
O
o
$
o
O
O
O
iJl
➢
p
VD
In
Co
I
I
0
O
O
O
O
CD
p
c
p
O
p
8
8
G
8
o
ti
V
L �
I
r
o
p
I
O
O
o
g
oz
N
CD
I
j
J
J
p
O
Jl
,Z-,
-4
F•
O
p
0
ya
O
•g
Z
D
j
Z
r
c
p
O
O
G
0
0
~
I
c
w
N
N
z
I
L
0
0
U
6
i
cc
z'
L
p
J
N
N
O
Th
O
%n
O
G
O
6
O
aH
N
N
c
?
m
O
O
YYm. N
i
G
O
0
O
0
p
o,
j
bm C§
�Z O�^
m z A m
n m ➢
-imp O
3 ~n
z O
➢ m .
G7 N A
mM�
0
Wa-iW
L m m o
zno�
O
z
N
s
t
n
I
C
3
a
b
K
b
C u
W
r -I
n
O
C T
O
� Z
x m
N �
b
0 0
m z
�W
-{ m
3 ➢
m c-,
z x
ti
SX14101T "A" IopL
I
.M
x
m
IN
0
T
I�
U T
CD y
ZJZ O^
(D 472 ti
m
T Z z m
n m b
3 A y n
D n Z
z o
b m
m-i n
L b N Z
m�0'c
O
Z � C
1
Iz
w p
I Im o
INE
3
3
n
L m m
NI 1� O
�Iml� O
31 Z
r� v
r°^ 3 n
n ) -1
it
S
�NI
o Z
1 II X
F
-I II
Ir
I i ii
In
ml I
F
N
O
'h
c n
G7 --
r -�
n
0
� T
O
Az
s m
U
C O
n
-I m
3 n
mn
Z x
H
w
xH1 it 1.OP2
Q
T
1`70
fn
Cv
F
D
r
m
w
�
�
o
n
L
O
Z
P
C
C
r
r
1
N
>
_y
z
r
r
r
w
z
�
-i
IN
G
G
i .�+
T
i
r
jc;
I
to
o
Z
30
I
W
;1.1.1
I
I I
I
I I
I
1
li
.Ii�
co
81
I
3
sl
D s
I
I
II
II
I
i
Z
Jc
I
o
O
Z c
IN
IN
j
c
0
IG
IIL
L
Ioi
I
I
Iv
I
v'
IQ-
(b
ICA
INI
I�
W
Z
I
�
LL
rvf
Ih
_
SN
tJ
�
O
z
o
f
aN
o
o
v
b
p
io
m
�
x
8
�
�
0
r
C
S
O
O
O
4
p
0
w
z
U T
CD y
ZJZ O^
(D 472 ti
m
T Z z m
n m b
3 A y n
D n Z
z o
b m
m-i n
L b N Z
m�0'c
O
Z � C
1
Iz
w p
I Im o
INE
3
3
n
L m m
NI 1� O
�Iml� O
31 Z
r� v
r°^ 3 n
n ) -1
it
S
�NI
o Z
1 II X
F
-I II
Ir
I i ii
In
ml I
F
N
O
'h
c n
G7 --
r -�
n
0
� T
O
Az
s m
U
C O
n
-I m
3 n
mn
Z x
H
w
xH1 it 1.OP2
C,
kIr,;l � 5 1991
TO: CITY COUNCIL
FROM: Utilities Department
November 25, 1991
CITY COUNCIL AGENDA
ITEM NO. F - / 4
SUBJECT: ORANGE COAST COLLEGE (OCC) SAILING & ROWING BASE
WATER MAIN CONSTRUCTION; PCH
(COMPLETION OF OCC FIRE REQUIREMENTS)
RECOMMENDATIONS:
1. Approve the Project Plans & Specifications for
Phase II of the OCC water main installation in PCH.
2. Authorize the City Clerk to advertise for lams for
construction of the project to.ened Thursday,
in the afternoon.
DISCUSSION:
The Orange Coast College Sailing & Rowing Base (OCC)
contracted for the installation of an 8 -inch water main in Coast
Highway to satisfy the fire flow conditions for their development. The
OCC was only able to complete one -half of the required installation
with their contractor. OCC has requested the City to cause the
installation of the remainder of the water main (some 300 linear feet
of 8 -inch main) on their behalf under an agreement for
reimbursement.
The City Council Utilities Committee considered the OCC
request at their meeting of October 15th, 1991. As it will expedite
work in Coast Highway, the Committee agreed to have the City
administer the project and to absorb the costs of administration and
inspection. Other costs will be billed to and paid by OCC.
The Engineers' Estimate of costs for the completion of this Project is
$39,750. Funds for the work will be advanced from the City's water
capital project account under the item, "Water Main Replacement
Program ".
a Page 2 - Utthties Yard
OCC Water Main Installation Project
November 25, 1991
The City proposes to award the contract for this
installation contract the second Council meeting in December. The
anticipated start date for construction would be immediately after the
holiday season.
The estimated time of completion is 45 calendar days.
The expected completion date for the project is February 21st, 1991.
�O
Robert J. Dixon
Utilities Director
JS: sdi
Y
Author ted to Pubkh AdawOMmern of all VAHC nodoas by
Decree 4dthosupwarmattatorimpCotatty tNunbar"214.
Septetnbwa 1961, am &awl Jut 11, 1
STATE OF CALIFORNIA
County of Orange
I am a Citizen of the United States and a
resident of the County aforesaid; I am over
the age of eighteen years, and not a party to
or interested in the below entitled matter. I
am a principal cierk of the NEWPORT
BEACH —COSTA MESA PILOT, a
newspaper of general circulation, printed
and published in the City of Costa Mesa,
County of Orange, State of California, and
that attached Notice is a true and complete
copy as was printed and published on the
following dates:
December 5, 10, 1991
PUBLIC NOTICE
NOTICE
INVITING BIDS
4 Sealed bids'may De
Iceived at the O1fic0 of tha
a
ZClerk. 3300 Newport
Boulevard, Post Office Box
1769, Newport Beach, CA
92859.17$9 until 4:00
o'doek PM on 12th day of
December,
1991, at which
time such bids will. ba
r' and read for'.
ed of Protect: OCC Sail-
ing & Rowing Base Water
Main• installa0on; Phase 11
'COMM No. 02888 '
. En ggl neor's Estimate:
631A75
Approved W the City
Council this 25th day of
.November, 1991.
I declare, under penalty of perjury, that the
CityC rk E " °99' °,
�F
foregoing is true and correct.
Prospective bidders may
obtain one eef of bid docw
meets at no cost at the of-
Ode Of ft Public Works
Executed on December 10, 0199 1
. Department, 3300 Newport
Boulevard, Pbst Office Box
at Costa Mes
1769' Newport Beech, CA
%]a
For further informalfon,
%�Cailffofin
call Jeff St
call Jeff Project
;Manager at 644.3011.
164430
Published Newport'
Beach -Costa Mesa Pilot
Signature
180
„�. PROOF OF PUBLICATION
J
J
m`