Loading...
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`