Loading...
HomeMy WebLinkAboutC-2930 - Storm Drain Improvements, Kings Place, Bayside Drive, Santiago Drive, etc.June 24, 1996 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 Ace Fence Company 15135 Salt Lake Avenue Industry, CA 91746 (714) 644 -3005 Subject: Surety: Gulf Insurance Company Bond No.: B95- 013068 Contract No.: C -2930 Project: Storm Drain Improvements along Bayside Drive, Santiago Drive, Ocean Boulevard and Kings Place On May 13, 1996, the City Council of Newport Beach accepted the work of the 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 May 20, 1996, Reference No. 19960252740. Sincerely, M . 1v LaVonne M. Harkless, CMC /AAE City Clerk LH :lm cc: Public Works Department 3300 Newport Boulevard, Newport Beach RECORDING REQUESTEPLY AND Recor 1� or WHEN RECORDED RETURN TO: Gary Lj0Gtno county of range eritfornta No Fee City Clerk 005 16000996 16 ��19960252740 04;3p 05/20/96 3300 y ewpport wwpp oBoulevard N12 x'00 0.00 0.00 0.00 0.00 0 Newport Beach, CA 92663 .00 "Exempt from recording fees pursuant ���- to Government Code Section 6103" .�- .,F.a. _'•,, MAY 24 1996 I:. NOTICE OF COMPLETION C fY CLEBN I CITY OF l NEWPBNI BEACH NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport i Boulevard, Newport Beach, California, 92663, as Owner, and Ace Fence Company as j Contractor, entered into a Contract on October 9, 1995 Said Contract set forth certain improvements, as follows: Storm Drain Improvements along Raycir9e Driver Snntingn nrj,ya Ocean Boulevard and Kings Place Contract No. C -2930 Work on said Contract was completed on February 15, 1996 , and was found to be acceptable on May 13, 1996 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Gulf Insurance E?! Pubh£a-Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on Newport Beach, California. BY &6� X. City Clerk at • TO: FROM: SUBJECT: • 0 Mayor and Members of the City Council Public Works Department May 13, 1996 CITY COUNCIL AGENDA 1W 13- COMPLETION AND ACCEPTANCE OF STORM DRAIN IMPROVEMENTS ALONG BAYSIDE DRIVE, SANTIAGO DRIVE, OCEAN BOULEVARD AND KINGS PLACE, CONTRACT NO. 2930 RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. DISCUSSION: The contract for the removal and replacement of existing storm drains, construction of new storm drains and associated catch basins in the aforementiond streets has been completed to the satisfaction of the Public Works Department. The contractor was Ace Fence Co., of City of Industry, California. The bid price was $179,000.00 The amount of unit items constructed 180,185.00 Amount of change order 26 252.00 Total contract cost $206,437.00 Six (6) change orders were issued to complete the project. They are is follows: 1. A change order in the amount of $1,800.00 provided for the installation of a sub -drain to intercept water runoff onto private property along Santiago Drive. 2. Two (2) change orders in the amount of $5,755.50 provided for the substitution of concrete in lieu asphalt in an alley between Heliotrope Avenue and Iris Avenue. Residents contributed $1,355.00 toward this change order. 0 • SUBJECT: COMPLETION AND ACCEPTANCE OF STORM DRAIN IMPROVEMENTS ALONG BAYSIDE DRIVE, SANTIAGO DRIVE, OCEAN BOULEVARD AND KINGS PLACE, CONTRACT NO. 2930 May 13, 1996 Page 2 3. A change order in the amount of $6,935.45 provided for a major storm drain modification in Heliotrope Avenue to avoid underground utilities encountered during construction. 4. A change order in the amount of $5,763.05 provided for a storm drain excavation in Kings Place due to unknown underground obstructions encountered during construction. 5. A change order in the amount of $5,998.00 provided for the removal and salvage of a storm drain at 2415 Ocean Boulevard as requested for purposes of evidence in a claim filed by a resident. Funds for the project were budgeted in the following funds: Descri tion Account Numbe Lmoun General Fund (Drainage) 7012- C5100008 $205,082.00 Private Contributions 1,355.00 TOTAL 1 $206,437.00 The scheduled completion date was January 12, 1996. Due to extra work and inclement weather, the project was not completed until February 15, 1996. Failure by the contractor to provide the necessary paper work to finalize change orders resulted in the significant time gap between the completion date and date of acceptance. Respectfully submitted, (P,VZ PUBLIC WORKS DEPARTMENT Don Webb, Director By_ Horst Hlawaty Field Engineer is • • S1 l C tco rl� OCKY i • �i Jul 2 ECT 0 MIA 10391- SMAWAM-1 ktki!si!, Ida It� PACIFIC COAST HIGHWAY DRIVE -------- . u . of vi O�`L P dO £ - ---i � PROJECT Z, O PP.p l£ C CT OAST p oC�` lIJO'J£i1'A Y 4 T O P� O 0 PROJECTS (5) 0 e�rSO sae ,< P C� C -2930 • CITY OF NEWPORT BEACH DRAWN S.J.L. DATE PUBLIC WORKS DEPARTMENT APPROVED � 7 STORM DRAIN RE, PLAMENT AT KINGS PL., JTEPI;E I.uY ICINGS RD., OCEAN BLVD, SANTIAGO DR. PAOJECTENGINEER -------- . u . of i i CITY OF NEWPORT BEACH P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 C?y fl5� TO: PURCHASING /ADMINISTRATIVE SERVICES DEPARTMENT FROM: CITY CLERK DATE: November 6, 1995 SUBJECT: Contract No. C -2930 Description of Contract Storm Drain Improvements along Bayside Drive, Santiago Drive, Ocean Boulevard and Kings Place Effective date of Contract October 9, 1995 Authorized by Minute Action, approved on September 25, 1995 Contract with Ace Fence Company Address 15135 Salt Lake Avenue Industry CA 91746 Amount of Contract $179,000.00 Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach Release of Stop Notice TO: CITY OF NEWPORT BEACH PUBLIC WORKS (Construction Lender, Public Body, or party with whom Stop Notice voas filed) 3300 NEWPORT BOULEVARD, NEWPORT BEACH CA 92663 (Address) You are hereby notified that the undersigned claimant releases that certain Stop Notice dated JANUARY 8, 1996 , in the amount of $ 802.60 Date al /al COPIES SOUTO: * Mayor n Colmdi ntrl Marqw irmomey Bldg. Dt GenServDk PB & R DIE °lanning Dk Police Met / W Dlr 'her (Z c to PC+ against CITY OF NEWPORT BEACH PUBLIC WORKS as owner or public body and ACE FENCE CO. as prime contractor in connection with the work of improvement known as STORM DRAIN IMPROVEMENTS CONTRACT in the City of NEWPORT BEACH County of State of California. Date FEBRUARY 6, 1996 Name of Claimant: I, the undersigned, state: I am the (Sigrmlure) SECRETARY � (Authorized Capacily VERIFICATION ( "Agent of', "President of "A Partner of ", "Owner of ", etc.) the claimant named in the foregoing Release; I have read said Release of Stop Notice and know the contents thereof, and I certify that the same is true of my own knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on FEBRUARY 6 State of aICA FORM 5 SOW (Rev. 2+9]) CALIFORNIA 19 96 at UPLAND (BIgI1alUIP Of Claimant or Autlmrized A CITY CLERK'S COPY NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, at 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, Ca. 92658 -8915 until 11:00 a.m. on the 13th day of September, 1995, at which time such bids shall be opened and read for STORM DRAIN IMPROVEMENTS ALONG BAYSIDE DRIVE, SANTIAGO DRIVE, OCEAN BOULEVARD AND KINGS PLACE Title of Project 2934 Contract Number $160,000 I(A t. A)., $155,000 (Alt.B) Engineer's Estimate PORT V - Z c'�C! i =pRN�P Approved by the City Council this Ift day of,jyjy 1995 r Wanda E. Rag City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, P. O. Box 1768, Newport Beach, CA 92658 -8915. For further information, call Stephen Luy at 644 -3330. Project Manager CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL STORM DRAIN IMPROVEMENTS ALONG BAYSIDE DRIVE, SANTIAGO DRIVE, OCEAN BOULEVARD AND KINGS PLACE CONTRACT NO. 2930 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P. O. Box 1768 Newport Beach, California 92663 -8915 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. 2930 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: ITEM QUANTITY NO. AND UNIT 1. Lump Sum 2. 500 LT ITEM DESCRIPTION AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE Mobilization and Traffic Control Fifteen Thousand Dollars and No Cents per Lump Sum Construct 15 -inch Storm Drain With Backfill And Soil Cement TOTAL PRICE $15,000.00 One Hundred Thirty Dollars and No Cents $ 130.00 $ 65,000.00 per Linear Foot P -1 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. 100 L.F. Construct 15 -inch Storm Drain With Backfill 4. 120 L.F 5. 1 Ea. One Hundred Fifteen Dollars and No Cents $115.00 $11,500.00 per Linear Foot Construct 18 -inch Storm Drain With Backfill One Hundred Fifty Dollars and No Cents $150.00 $18,000.00 per Linear Foot Construct Junction Structure No. 2 Per C.N.B. Std.- 311 -L. Four Thousand Dollars No per Each and Cents $4,000.00 $ 4,000.00 6. 1 Ea. Construct Junction Structure No. 1 Per C.N.B. Std.- 3IO -L. Four Thousand Dollars and No Cents $4,000.00 $ 4 , 000.00 per Each 7. 1 Ea. Construct C.N.B. Type OL -A Curb Inlet on Santiago Dr. Per C.N.B. Std.-305-L. Five Thousand Dollars and No Cents $ 5,000.00 $ 5 , 000.00 per Each P -2 0 0 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 8. 2 Ea. Construct Curb Opening Catch Basin With Grating Per C.N.B. Std - 321 -L. Three Thousand Dollars and No Cents Per Each 9. 1 Ea. Construct Pipe Connection per C.N.B. Std.- 312 -L., Case2, including Area Drain Three Thousand Dollars and No Cents Per Each 10A. 10 Ea. Construct Pipe Collar Per C.N.B. Std.- 313 -L. (Alt. A) One Thousand Dollars and No Cents Per Each 10B. 4 Ea. Construct Pipe Collar Per C.N.B. Std.- 313 -L. (Alt. B) One Thousand Dollars and No Cents Per Each 11A. 17 Ea. Construct Pipe Anchor Per C.N.B. Std.- 314 -L. (Alt. A) Four Hundred Dollars and No Cents Per Each P -3 $3,000.00 $ 6,000.00 $3,000.00; $ 3,000.00 $1,000.00 $10,000.00 $1,000.00 $4,000.00 $ 400.00 $ 6,800.00 0 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1113. 12 Ea. Construct Pipe Anchor Per C.N.B. Std.- 314 -L. (Alt. B) Four Hundred Dollars and No Cents $400.00 $4,800.00 Per Each 12. 1 Ea. Construct Parkway Culvert Type "B" Per C.N.B. Std.- 318 -L. Three Thousand Dollars and No Cents $3,000.00 $3,000.00 Per Each 13. 2 Ea. Construct Standard Street Barricade Per C.N.B. Std.- 900 -L. Two Thousand Dollars No Cend $ 2,000.00 $ 4,000.00 Per Each 14. 20 S.Y. Provide and Install Filter Fabric at Outlet Structure. Twenty Dollars and No Cents $ 20.00 $ 400.00 Per Square Yard 15 6 Tons Provide and Install Rock Rip Rap One Hundred Dollars and No Cents $ 100.00 $ 6nn nn per Ton P -4 0 0 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. 1 Ea. Construct Commercial Driveway Approach Type II Per C.N.B. Std.- 161 -L. Two Thousand Dollars and No Cents $2,000.00 $2,000.00 Per Each 17. 60 Tons Construct A.C. Overlay on Existing Driveway, A.C. Walk and A.C. Roadway Sixty Dollars and No Cents $60.00 $3,600.00 Per Ton 18A. Lump Sum Miscellaneous Landscape & Improvement Replacement, Including Kings Place. (Alt. A) Nine. Thrnisand Dollars and No Cents $ 9,000.00 Per Lump Sum 18B. Lump Sum Miscellaneous Landscape & Improvement Replacement, Excluding Kings Place. (Alt. B) Seven Thousand Two HundredDollars and No Cents $ 7.200.00 Per Lump Sum . P -5 0 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT NO. AND UNIT PRICE WRITTEN IN WORDS PRICE 19. 150 S.F. Construct 6 -Inch Thick P.C.C. Alley Twenty Dollars and No Cents per Square Foot 20. 30 S.F. Construct 4 -Inch Thick P.C.C. Sidewalk Ten Dollars and No Cents per Square Foot 21. 20 L.F. Construct Variable Height P.C.C. Curb and Gutter "Type A" per CNB Std - 182 -L. Fifty Dollars and No Cents per Linear Foot 22. 10 L.F. Construct Variable Height P.C.C. Curb "Type B" per CNB Std - 182 -L. Thirty Dollars and No canto per Linear Foot 23. Lump Sum Remove and Reinstall Existing Wood Stairs and Railing (Alt. A) One Thousand Five Hundred Dollars and No Cents Per Lump Sum P -6 TOTAL PRICE $ 20.00 $ 3,000.00 $ 10.00 $ 300.00 001WITIENSKINKITINNITIN $ 30.00 $ 300.00 $ 1,500.00 E ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION AND UNIT UNIT TOTAL PRICE WRITTEN IN WORDS PRICE PRICE 24. 1 Ea. Construct Manhole No. 2 With Grate Cover Per C.N.B. Std.- 307 -L. Two Thousand Dollars and No Cents $2,000.00 $ 2,000.00 per Each 25. Lump Sum Clean existing 18" C.M.P. and Install C.I.P.P. Liner in Kings Place Storm Drain, (Alt. B.) One Thousand Dollars and No Cents $ 1 .000.00 Per Lump Sum TOTAL PRICE IN WRITTEN WORDS, ALTERNATIVE A (Total Bid Price excluding item l OB, I IB, 18B and 25.) One Hundred Seventy -Nine Thousand Dollars and No rpntc � 179,000.00 Total Bid Price (figures) TOTAL PRICE IN WRITTEN WORDS, ALTERNATIVE B (Total Bid Price excluding item IOA, 11A, 18A and 23.) One Hundred Sixty -Eight Thousand, Seven Hundred Dollars No Cents $ 168,700.00 Total Bid Price (figures) P -7 0 Bidder's Nam@' Ace Fence Company Bidder's Address 15135 Salt Lake Avenue, Industry, CA 91746 Bidder's Telephone Numbe Contractors License No. & 9 -12 -95 Date (818) 333 -0727 558420 Class A s /America Tang, President Authorized Signature & Title P•8 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS STORM DRAIN IMPROVEMENTS ALONG BAYSIDE DRIVE, SANTIAGO DRIVE, OCEAN BOULEVARD AND KINGS PLACE CONTRACT NO. 2930 INTRODUCTION PART 1 - -- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 1 2 -6 WORK TO BE DONE 1 SECTION 4 CONTROL OF MATERIALS 2 4 -1 MATERIALS AND WORKMANSHIP 2 4 -1.3 Inspection Requirements 2 4 -1.3.4 Inspection and Testing 2 SECTION 5 UTILITIES 2 5 -7 ADJUSTMENTS TO GRADE 2 SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE 2 OF THE WORK 6 -2 PROSECUTION OF WORK 2 6 -7 TIME OF COMPLETION 3 6 -7.1 General 3 6 -7.4 Working Hours 3 6 -9 LIQUIDATED DAMAGES 3 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 4 7 -8 PROJECT SITE MAINTENANCE 4 7 -8.5 Temporary Light, Power and Water 4 7 -8.6 Water Pollution Control 4 7 -8.8 Steel Plates 4 7 -8.9 Solid Waste Diversion 4 7 -9 PROTECTION AND RESTORATION OF EXISTING 4 IMPROVEMENTS 7 -10 PUBLIC CONVENIENCE AND SAFETY 5 7 -10.1 7 -10.3 7 -10.5 7 -10.6 7 -15 7 -16 7 -17 SECTION 9 Traffic and Access 5 Street Closures, Detours, Barricades 5 "No Parking" Signs 5 Street Sweeping Signs 6 CONTRACTOR LICENSES 6 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS 6 ACCESS TO PRIVATE PROPERTY ADJACENT TO THE WORK SITE 6 MEASUREMENT AND PAYMENT 6 9 -3 PAYMENT 6 9 -3.1 General 6 9 -3.2 Partial and Final Payment 7 207 -6.2.1 PART 2 - -- CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 7 201 -5 CEMENT MORTAR 7 201 -5.6 Quick Setting Grout. 7 SECTION 207 PIPE 7 207 -2 REINFORCED CONCRETE PIPE 207 -2.1 General 7 7 207 -6 ASBESTOS CEMENT SEWER AND STORM DRAIN 300 -1 PIPE 7 207 -6.2 Storm Drain Pipe 7 207 -6.2.1 General 7 207 -13 CORRUGATED ALUMINUM PIPE AND PIPE ARCHES 7 207 -13.1 General 7 207 -17 PVC PLASTIC PIPE 7 207 -17.1 General 7 PART 3 - -- CONSTRUCTION METHODS SECTION 300 EARTHWORK 8 300 -1 CLEARING AND GRUBBING 8 300 -1.3 Removal and Disposal of Materials 8 300 -1.3.1 General 8 SECTION 301 TREATED SOIL, SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIAL 8 0 0 301 -3 PORTLAND CEMENT TREATED MIXTURES 8 301 -3.1 Soil Cement 8 301 -3.1.1 General 8 301 -3.1.2 Materials 8 301 -3.1.8 Placing, Compacting and Finishing 9 SECTION 306 UNDERGROUND CONDUIT CONSTRUCTION 9 306 -5 ABANDONMENT OF CONDUIT AND STRUCTURES 9 SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATION 9 308 -4 PLANTING 9 308 -4.9 Erosion Control Planting 9 PART 4 SECTION 400 ALTERNATIVE ROCK PRODUCTS, ASPHALT 9 CONCRETE, PORTLAND CEMENT CONCRETE, AND UNTREATED BASE MATERIAL 400 -4 ASPHALT CONCRETE 9 400 -4.1 General 9 PART 5 SECTION 500 PIPELINE SYSTEM REHABILITATION 9 500 -1 PIPELINE REHABILITATION 9 500 -1.1 Requirements 9 500 -1.1.5 Television Inspection 9 500 -1.4 Cured in Place Pipe Liner (CIPP Liner) 9 500 -1.4.1 General 10 SP 1 'l CITY OF NEWPORT BEACH 19111 PUBLIC WORKS DEPARTMENT X • q SPECIAL PROVISIONS �riVl STORM DRAIN IMPROVEMENTS ALONG BAYSIDE DRIVE, SANTIAGO OCEAN BOULEVARD AND KINGS PLACE CONTRACT NO. 2930 INTRODUCTION All work necessary for the completion of this contract shall be done in accord with (1) these Special Provisions; (2) the Plans (Drawing Nos. D- 5228 -S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, 1994 edition, including Supplements; and (4) The Standard Specifications for Public Works Construction 1994 edition, including supplements. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department for Ten Dollars ($10.00). Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California, 90034, telephone (310) 202 -7775. These provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: The Contractor shall bid both alternatives as described in the Proposal. Alternative A includes the replacement of all storm drains. Alternative B includes the replacement of all storm drain with the exception of Kings Place. The Kings Place storm drain will be cleaned, video taped, lined with a C.I.P.P. liner and video taped again. The City reserves the right to award the contract to the lowest bidder based upon bids received for the alternative construction method selected for use by the City. The City will evaluate the bids received, for the different alternatives, to determine the most cost effective method of repairing the storm drains while providing the least disruption to the residents. The City is considering the use of C.I.P.P. liner in the repair of the Kings Place storm drain in order to expedite the repair and eliminate the removal and reconstruction of encroaching private improvements that storm drain replacement would require. PART 1 GENERAL PROVISIONS SECTION 2-- -SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE Add to this section, "The work necessary for the completion of this contract consists of removing and replacing existing storm drains, constructing a new storm drain, constructing catch basins, pipe anchors, pipe collars, storm drain rip -rap; and other incidental items of work. " 0 SP2of10 SECTION 4 - -- CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing. All material 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 Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 hours minimum) notice of the Contractor's readiness for inspection. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When in the opinion of the Engineer, additional tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed his work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - -- UTILITIES 5 -7 ADJUSTMENTS TO GRADE. The Contractor shall adjust to finish grade all water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments prior to the placement of pavement. The Contractor shall coordinate the adjustment of Southern California Edison, Southern California Gas Company, Pacific Bell and Cable television facilities to placement of pavement to finished grade. All costs related to adjustments to grade shall be included in the price bid for the item requiring the adjustment to be made. The Contractor shall be responsible for any damages to existing utilities resulting from his operations. Boxes, covers, grade rings, etc. damaged by the adjustment process shall be replaced by the Contractor. SECTION 6 - -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -2 PROSECUTION OF WORK. Add to this section " No work shall begin until a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five (5) working days prior to commencing any work. Schedule may be bar chart or CPM style. Schedule may be on a weekly progress basis showing line item activities of work by the Contractor. The Engineer will review the schedule and may require the Contractor to reschedule to the requirements of the Engineer." The Contractor will begin with the construction of the Kings Place and Ocean Boulevard storm drains. SP3of10 6 -7 TIME OF COMPLETION. 6 -7.1 General. Add to this section "The Contractor shall complete all work under the Contract within sixty (60) consecutive working days, but no later than December 31, 1995." "The Contractor shall complete all work at each site within a maximum of fifteen (15) consecutive working days after beginning work at that site. The Contractor shall have no more than two sites under construction at any time." "The term "work" as used herein shall include all removals, adjustments, replacements, installations and construction of P.C.C. improvements. Also included within the specified period is curing time for new P.C.C. improvements. The Contractor shall employ sufficient labor and equipment to meet his construction schedule. If it becomes apparent during the course of the work that Contractor will not be able to meet his schedule, he will be prohibited from starting additional work until he has exerted extra effort and demonstrated that he will be able to maintain his approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from his overall time of completion requirement, nor shall it be constructed as the basis for payment of extra work because additional labor and equipment were required on the job. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned, continuous sequence so as to minimize the time the driveway approach along Santiago Drive, the alley ends in Corona Del Mar and those public and private improvements at other locations are closed to the public or the adjacent property owner." 6 -7.4 Working Hours. Normal working hours are limited to 7:00 a.m. to 6:30 p.m. Monday through Friday. Should the Contractor elect to work later than 6:30 p.m. weekdays or between 8:00 a.m. and 6:00 p.m. Saturday, he must first obtain special permission from the Engineer. A request for working during any of these hours must be made at least 48 hours in advance of the time period. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor will be required to pay for any inspection during these periods when such work is approved. 6 -9 LIQUIDATED DAMAGES. Revise sentence 3 to read "For each consecutive calendar day in excess of the time periods specified herein for completion of work at each site or for completion of all work under the Contract, as adjusted in accordance with Section 6 -6, the Contractor shall pay to the Agency, or have withheld from moneys due it, the sum of $350.00." Revise paragraph 2 to read "Execution of the Contract shall constitute agreement by the Agency and the Contractor that $350.00 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time." SP4of10 SECTION 7--- RESPONSIBILITIES OF THE CONTRACTOR 7 -8 PROJECT SITE MAINTENANCE. 7 -8.5 Temporary Light, Power and Water. Add to this section "If the Contractor elects to use the City's water, he shall arrange for a meter and tender a $750 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter." 7 -8.6 Water Pollution Control. Add to this section "Surface runoff water containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into the bay." 7 -8.8 Steel Plates. The City can provide a limited quantity of 1 -inch thick, 5' X 10' steel plates. These plates may be obtained for a rental charge of $15.00 per plate per week or part thereof. There is a $100.00 deposit for use of the City's lifting eye fitting for the use of trench plates. These plates may be obtained from and shall be returned to the City's Utilities Yard at 949 West 16th Street. To determine the number of plates available and to reserve the plates, the Contractor must contact the City's Utilities Superintendent, Mr. Peter Antista, at (714) 644 -3011. 7 -8.9 Solid Waste Diversion. Unless specified elsewhere in this contract, all non - reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility which crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer on a form provided by the Engineer. 7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. Delete the second sentence of paragraph 2 of this section and add "The Contractor shall provide new material or remove, salvage and reinstall any irrigation systems conflicting with construction. The irrigation system shall be reinstalled in the same manner as the original irrigation system, and shall be flushed and made completely operable by the Contractor. The Contractor shall provide new material or remove, salvage and reconstruct any wood deck, stairs or railing conflicting with the construction. The wood deck, stairs and railing shall be reinstalled in the same manner as the original wood deck, stairs and railing." SP5of10 7 -10 PUBLIC CONVENIENCE AND SAFETY. 7 -10.1 Traffic and Access. Add to this section "The Contractor shall provide traffic control and access in accord with Section 7 -10 and the Work Area Traffic Control Handbook (WATCH)." 7 -10.3 Street Closures, Detours, Barricades. Add to this section "The Contractor will be responsible for preparing, processing, and obtaining approval of a traffic control plan from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. The Contractor in preparing his traffic control plan shall include the following: a. Consolidating equipment and materials at the Engineer's approved locations upon completion of each day's work. The Contractor may be able to close portions of a street for his use by obtaining approval from the Traffic Engineer. b. A complete and separate traffic control plan for each construction site. c. The Contractor shall open the driveway approach on Santiago Drive to vehicular traffic within three (3) days after pouring the P.C.C. the driveway approach. Forty -eight (48) hours before restricting vehicular or pedestrian access to garages, parking spaces, sidewalks and easements, the Contractor shall distribute a written notice stating when construction operations will start and approximately when vehicular and pedestrian accessibility will be restored. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates and time at the time he distributes the notices. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor renotification using an explanatory letter furnished by the Engineer." 7 -10.5 "No Parking" Signs. The Contractor shall furnish, install, and maintain in place "NO PARKING - TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least 48 hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division at (714) 644 -3740, for verification of posting at least 48 hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimension of 12- inches wide and 18- inches high; and (3) be similar in design and color to sign R -38 of the CalTrans Uniform Sign Chart. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING - TOW AWAY" signs in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 0 E SP6of10 7 -10.6 Street Sweeping Signs. After posting "NO PARKING - TOW AWAY" signs, the Contractor shall bag or cover street sweeping signs on those streets adjacent to construction in a manner approved by the Engineer. Immediately after construction is complete, the Contractor shall remove bag or cover. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General Engineering Contractor "A" License. At the start of work and until completion of work, the Contractor shall possess a Business License issued by the City of Newport Beach. 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three (3) years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. The stamped set of approved plans and specifications shall be on the jobsite at all times. In addition, the Contractor shall maintain "As- Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and so certified by the Engineer at the time each progress bill is submitted. Upon completion of the project, the Contractor shall provide "As- Built" corrections upon a copy of the Plans. The "As- Built" correction plans shalt be verified by the Engineer prior to final payment or release of any bonds. 7 -17 USE OF PRIVATE PROPERTY ADJACENT TO THE WORK SITE. The Contractor shall contact adjacent property owners regarding any use of private properties for construction or storage purposes in relation to the construction of the storm drains. The City has contacted those property owners adjacent to the project to ask for their support in the project. Of the property owners contacted by the City, all have given their support to the project and will allow access through and use of their property; however, the property owner at 108 Kings Place does ask that potential bidders call before entering the property. The Contractor will thoroughly clean all areas of adjacent private properties used by him and restore them to their preconstruction condition. The Engineer will furnish the Contractor a list of names and addresses of adjacent property owners. SECTION 9--- MEASUREMENT AND PAYMENT 9 -3 PAYMENT. 9 -3.1 General. Revise paragraph two to read "The unit and lump sum prices include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work involved to complete the work included in the Contract Documents. Payment for incidental items of work not separately listed shall be included in the prices shown for related items of work." 0 0 SP7of10 9 -3.2 Partial and Final Payment. Add to this section "Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." PART 2 CONSTRUCTION MATERIALS SECTION 201 - -- CONCRETE, MORTAR, AND RELATED MATERIALS 201 -5 CEMENT MORTAR 201 -5.6 Quick Setting Grout. Add to this section "The Contractor shall grout the area between an existing reinforced concrete structure and a new storm drain pipe with a quick setting grout." SECTION 207 -- -PIPE 207 -2 REINFORCED CONCRETE PIPE (RCP) 207 -2.1 General. Add to this section "The Contractor may use reinforced concrete pipe (RCP) for storm drains, unless otherwise specified. All joints shall be water tight. D- loading shall be 2000 -D unless otherwise specified " 207 -6 ASBESTOS - CEMENT SEWER AND STORM DRAIN PIPE 207 -6.2 Storm Drain Pipe 207 -6.2.1 General. Add to this section "The Contractor may use asbestos - cement storm drain pipe (ACP) for storm drains, unless otherwise specified. All joints shall be water tight. D- loading shall be 3000 -D unless otherwise specified." 207 -13 CORRUGATED ALUMINUM PIPE AND PIPE ARCHES 207 -13.1 General. Add to this section "The Contractor may use 14 gauge corrugated aluminum pipe (CAP) for storm drains, unless otherwise specified. All joints shall be water tight. Corrugated aluminum pipe shall have a bituminous coating in accordance with Section 207 - 13.6." 207 -17 PVC PLASTIC PIPE 207 -17.1 General. Add to this section "The Contractor may use polyvinyl chloride pipe (PVC) for storm drains in accord with the Standard Specifications, unless otherwise specified. All joints shall be water tight." SP8of10 PART 3 CONSTRUCTION METHODS SECTION 300 - -- EARTHWORK 300 -1 CLEARING AND GRUBBING 300 -1.3 Removal and Disposal of Materials 300 -1.3.1 General. Add to this section "Joins to existing pavement lines shall be at 2 -inch minimum depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. Final removal accomplished by other means must be approved by the Engineer. The Contractor shall maintain the job site in a clean and safe condition. The Contractor will remove any broken concrete, debris or other deleterious material from the job site at the end of each work day." SECTION 301 - -- TREATED SOIL, SUBGRADE PREPARATION, AND PLACEMENT OF BASE MATERIALS 301 -3 PORTLAND CEMENT TREATED MIXTURES 301 -3.1 Soil - cement 301 -3.1.1 General. Add to this section "The storm drain trench shall be cleared of all vegetation, including roots and root structures and other unsuitable materials. 301 -3.1.2 Materials. Add to this section "The cement shall be Type IM low alkali portland cement added to suitable onsite or imported soil at the rate of 240 pounds per cubic yard of soil. Fresh water shall be added to the soil- cement mixture as necessary to attain maximum compacted density. Optimum moisture content shall be determined by the Engineer during construction." 301 -3.1.8 Placing, Compacting and Finishing. Add to this section " The contact between the soil- cement and the existing hillside shall be moistened and dusted with approximately 1 pound per square yard of dry cement immediately prior to the placement of soil - cement against the bluff. Where a layer has become dry the Contractor shall scarify the layer to 1/2 inch minimum depth, then moisten the surface and dust the scarified surface with approximately 1 pound per square yard of dry cement immediately prior to the placement of the succeeding layer. The surface of the trench restoration shall be compacted, shaped, trimmed and finished to a uniform surface which blends smoothly into the existing hillside." SP9of10 SECTION 306 - -- UNDERGROUND CONDUIT CONSTRUCTION 306 -5 ABANDONMENT OF CONDUITS AND STRUCTURES Add to this section "The Contractor shall fill storm drainpipes to be abandoned with a Class 100 -E -100 slurry." Payment for abandonment of conduit and structures shall be included in the prices shown for storm drain replacement." SECTION 308 - -- LANDSCAPE AND IRRIGATION INSTALLATION 308 -4 PLANTING 308 -4.9 Erosion Control Planting. Add to this section "The Contractor shall replant those areas excavated or damaged, at all construction locations, as a part of his storm drain installation with trees, shrubs, and ground cover of the same type as those removed. Trees shall be a minimum of 15 gallon size and shrubs shall be a minimum of 5 gallon size. Ground cover shall be planted in a maximum of 12 inches apart and in accordance with Section 308 -4.7." PART 4 SECTION 400 - -- ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 400 -4 ASPHALT CONCRETE 400 -4.1 General. Add to this section "The Contractor shall use Type III -C3 -AR -4000 for driveway and alley overlay. Joins to existing asphalt pavement and contact surfaces with P.C.C. shall be tack coated in accordance with Section 302-5.4." I' I SECTION 500 - -- PIPELINE SYSTEM REHABILITATION 500 -1 PIPELINE REHABILITATION 500 -1.1 Requirements. 500 -1.1.5 Television Inspection. Add to this section "Closed circuit television (CCTV) inspection shall be provided by the Contractor before and after installation of the pipe liner. The cost of television inspection shall be included in the unit price to install the cured -in -place pipe liner (CIPP)." 500 -1.4 Cured in Place Pipe Liner (CIPP Liner). 0 ►rj SP 10 of 10 500 -1.4.1 General. Add to this section "The Contractor may install cured -in -place pipe liner (CIPP Liner) in the storm drain on Kings Place as an alternate to removing and replacing the existing storm drain. The Cured -in -place pipe liner (CIPP) will be installed from station (0 +51.6) to station (2 +39.75), Kings Place to Dover Drive. The cost of any point repair shall be included in the unit price to install cured -in -place liner (CIPP Liner). A March 5, 1993 video tape of the Kings Place storm drain is available for viewing at the Engineer's office. The Contractor may also install the CIPP liner by compressing it into a "U" shape, reducing its outside diameter by 25 to 35 percent, and using a cable to pull it through the storm drain system. The Contractor may then use the standard pressure heated -water cure method to inflate and cure the liner." 0 INSTRUCTIONS TO BIDDERS E Page 2 The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: PROPOSAL (Page 1) INSTRUCTIONS TO BIDDERS (Page 2) DESIGNATION OF SUBCONTRACTORS (Page 3) BIDDER'S BOND (Page 4) NON - COLLUSION AFFIDAVIT (Page 5) TECHNICAL ABILITY AND EXPERIENCE REFERENCES (Page 6) except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. The City of Newport Beach will not permit a substitute format for the documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 5/91 0 Page 2A In accordance with the California Labor Code (Sections 1770 et seq.) , the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the "Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." All documents shall bear authorized to sign on behalf of signatures shall be of a col authorized by the corporation. shall be of a general partner. shall be of the owner. signatures and titles of persons the bidder. For corporations, the 7porate officer or an individual For partnerships, the signatures For sole ownership, the signature 558420 Class A Contractor's License No. & Classification Ace Fence Company Bidder 9 -12 -95 s /Ameri Date Authori: 5/91 0 0 Page 3 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Subcontract Work Subcontractor Address 1 None 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Ace Fence Company Bidder 5/91 s /America Tang, President Authorized Signature /Title Bid Date: 9 -13 -95 Bond# GE5708238 0 0 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, Page 4 That we, Ace Fence Company as bidder, and Gulf Insurance Company , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Twenty -two thousand and 00/100 Dollars (522.400.00 ),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. Penal Sum Not To Exceed Ten Percent of Total Amount Bid. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of Storm Drain Imnrnyements C -9930 (Title of Project and Contract No.) in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver to said City the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) after the date of the mailing Notice of Award to the above bounden bidder by and from said City, then this obligation shall become null and void; otherwise it shall be forfeited to the said City. In the event that any bidder above named executed this bond as an individual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligation under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 11th day of September , 19 95, Ace Fence Company Bidder s/ Shanna M. Soltani Notary Public Commission Expires: 10 -11 -97 5/91 s /America Tang, President Authorized Signature /Title SURETY Gulf Insurance Company By: s /Rosa Ciccolini (Attach Acknowledgment of Attorney -In -Fact) 0 0 Page 5 NON - COLLUSION AFFIDAVIT State of California ) County o Los Angeles) ss. f ) America Tang , being first duly sworn, deposes and says that he or she is President of Ace Fence Company , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, south by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoing is true and correct. Ace Fence Company s /America Tang, President Bidder Authorized Signature /Title Subscribed and sworn to before me this 12th 19 95 s /Evelyn Estrada Notary Public My Commission Expires: 1 -29 -99 5/91 day of September [SEAL] i • Page 6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year For Whom Person Telephone Completed Performed (Detail) To Contact Number Ongoing Naval Air Weapons Station Ellen Lowder (805) 989 -1017 Ongoing Canyon Lake P.O.A. Clint Warrell (909) 244 -6841 1995 City of San Gabriel Douglas Benash (818) 308 -2800 1995 Co. of L.A. Parks & Rec. David F. Palma (213) 738 -3046 1995 Burbank Unified S.D. David A. Gott (818) 845 -3469 Ace Fence Company Bidder 5/91 s /America Tang President Authorized Signature /Title 0 • Page 7 NOTICE TO SUCCESSFUL BIDDER The following contract. documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal — holidays) after the date of mailing Notice of Award to the successful bidder: PAYMENT BOND (Page 8) FAITHFUL PERFORMANCE BOND (Page 9) CERTIFICATE OF INSURANCE (Page 10) GENERAL LIABILITY INSURANCE ENDORSEMENT (Page 11) AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT (Page 12) WORKERS' COMPENSATION INSURANCE CERTIFICATION (Page 13) CONTRACT (Page 14) The City of Newport Beach will not permit a substitute format for these contract documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. i 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. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. The Workers' Compensation Insurance Certification shall be executed and delivered to the Engineer along with a Certificate Of Insurance for workers' compensation prior to City's execution of the Contract. 5/91 10/09/1995 10:37 8183337843 EXECUTED IN FOUR COUNTERPARTS BOND NO.: B95- 013068 PREMIUM INCLUDED ACE FENCE CO. PAGE 05 • KNOW ALL MEN BY THESE PRESENTS, that Page 8 WHEREAS, the City Council of thhe City of Newport Beach, State of C lif rnia by motion adopted 9(25/95 has awarded to aAce ence L'ompany hereinafter designated as the "Principal", a contract forStorm Drain Improvements (Contract No. 293 ) in the City of Newport Beach, in strict conformity with the awr ings and Specifications and other contract docurgents in the office of the City Clerk of the City of Newport Beach, and all of which are incorporated herein by this reference; WHEREAS, said Principal has executed or is about to execute Contract No. 2930 and the terms thereof require the furnishing of a bond, provldfn—g- that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We, Ace Fence Company as Principal, and ULICO CASUALTY COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum Of ONE HUNDRED SEVENTY NINE THOUSAND 6* Dollars ($179,000.00 ), 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. *NO 1100 THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his /her subcontractors, fail to pay for any materials, provisions, or other supplies, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of section 3250 of the Civil Code of the State of California. 5/91 10/09/1995 10 :37 8183337843 • M M� • PAGE 06 Page 8A The bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right to them or their assigns in any suit brought upon this bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond- as an individual, it is agreed that the death of any such prifielpai shall not exonerate the Surety from its obligations undCr this,. bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 9 day of OCTOBER , 1995. Ace Fence Company Name of Contractor (Princ pal) ULICO CASUALTY COMPANY Name of Surety 14726 RAMONA AVENUE uthorized S ature /Title Author zed Agent Signature MIKE PARIZINO, ATTORNEY -IN -FACT CHINO, CA 91710 (909) 393 -4712 Address of Surety Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED S/W1 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Los Angele On 10 -9 -95 Date LJ before me, Evelyn Estrada Name and met of OBirar (e.g., "Jane Doe, Notary NNW) personally appeared America Names) of Signer(s) (k personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his/her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Ft "DADA _ -s 1050624 ';;1, Notcry 1 COUNTY MyCu:an S:c.:cs JAN 29,1999 WITNESS my hand and official seal. OPTIONAL Signature of Notary Puttk Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: payment Bond Document Date: 10 -9 -95 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: America Tang ❑ Individual Z Corporate Officer Title(s): President ❑ Partner — ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Ace Fence Company RIGHT THUMBPRINT il Number of Pages: 2 Signer's Name: ❑ Individual ❑ Corporate Officer Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney -in -Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here 0 1994 National Notary Association • 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 91309 -7183 Prod. No. 5907 Reorder: Call Toll -Free 1 BW -896 -6827 CALIFORNIA ALL- PURPOSOCKNOWLEDGMENT . . s„ State of CALIFORNIA County of ORANGE On 10 -9 -95 before me, JANINA BEAUDRY GATE NAME TmE OF OFFICER • EG..'JNM OOE. NOTAM MALL personally appeared MIKE PARIZINO W"M oP yONERIs ❑D personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and ac- knowledged to me that he /she/they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), ., :. or the entity upon behalf of which the ` person(s) acted, executed the Instrument. u � r o, � _ ? WITNESS my hand and official seal. My COW[SSICUJ E-PIR „ „ COUIvey - ES APRIE 7q �� $*wTURE OF NOT OPTIONAL Though the data below is not required by law, h may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDMDUAL ❑ CORPORATE OFFICER ❑O ATTORNEY-IN -FACT ❑ TRUSTE- EE(s) ❑ GUARDPXCONSERVATOR ❑ OTHER: DESCRIPTION OF ATTACHED DOCUMENT TTME OR TYPE OF DOCUMENT NUMBER OF PAGES F • � • h 17 SIGNER(S) OTHER THAN NAMED ABOVE 01/I0 F 0004AL NOTARY A330CIAMON • I= Rom~ Aw.. P.O. ft, 7164 - Cr1op, Prot CA 017017164 10 %09/1995 10:37 8183337843 :;::E FENCE CO. • EXECUTED IN FOUR COUNTERPARTS BOND NO.: B95- 013068 PREMIUM: $3,685.00 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That PAGE 03 Page 9 WHEREAS, the city Council of the City of Newport Beach, State of California, by motion adopted 9/25/95 has awarded to Ace Fence Company hereinafter des gnated as the "Principal", a contract for storm U ral Improvements (Contract No. ) -In — the City of Newport Beach, in strict conformity with the Contract, Drawings and Specifications and other contract documents in the office of the City Clerk of the City of Newport Beach, all of which are incorporated herein by this reference; WHEREAS, Principal has executed or is about to execute Contract No. 2930 and the terms thereof require the furnishing of a bond for the faithful performance of the Contract; NOW, THEREFORE, we, Ace Fence Company as Principal, and ULICO CASUALTY COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of ONE HUNDRED SEVENTY NINE THOUSAND & * Dollars ($179,000.00 ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the City or its certain attorney, its successors, and assigns; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. *NO 1100 THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well keep truly and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby, and in addition to the fact amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, in the event it is required by bringing any action in law or equity to enforce the obligations of'this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its srv+ 10109/1995 10:37 8183337843 ACE FENCE CO. • PAGE 04 Page 9A 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. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for six (6) �.. L1.., r..1 i.......y �. \... .1�L� ...r G....n..! ......._,. a......... yr bl.e liv)C�.L NY the City. In the event that the principal executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligatiops under this -bond. IN WITNESS WHEREOF, this instrument has been duly eXacuted•bj, the Principal and Surety above named, on the 9 T day -of OCTOBER , 19 95 . - Ace Fence Company Name of Contractor (Principal) ULICO CASUALTY COMPANY Name of Surety 14726 RAMONA AVENUE CHINO. CA 91710 Address of Surety Ailthorized Slq attire /Title A�zzed�s gnature MIKE PARIZINO, ATTORNEY -IN -FACT (909) 393 -4712 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED- 5/91 CALIFORNIA ALL•PURPORACKNOWLEDGMENT State of California County of Los Angeles f`J On 10 -9 -95 before me, Evelyn Estrada Date Name and Title of Officer (e.g., -Jane Doe, Notary Public) personally appeared America Tang Name(s) of signer(s) CNersonally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. EVELVN EST. COMM. s 11'624 WITNESS m hand and official seal. ShMif lic — Cclifa is Y LOS ANGELES COU Comm. Eiq*ee JAN 29,1999 signature of Notary Public OPTIONAL Though the information below is not required bylaw, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Faithful Performance Bond Document Date: 10 -9 -99 Number of Pages: 9 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: America Tang ❑ Individual El Corporate Officer Title(s): President Partner — ❑ Limited ❑ General Attorney -in -Fact Trustee Guardian or Conservator Other: ■ ■ ■ ■ Signer Is Representing: Ace Fence Company RIGHT THUMBPRINT OF SIGNER Signer's Name: ❑ Individual ❑ Corporate Officer ■ ■ ■ ■ ■ Title(s): Partner —❑ Limited Attorney -in -Fact Trustee ❑ General Guardian or Conservator Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER LN 0 1990 National Notary Association • 8236 Rommel; Ave.. P.O. Bo r 7184 • Canoga Pah. CA 91309-7184 Prod. No. 5907 Reorder: Call Toll-Free 1. 800.876.6827 CALIFORNIA ALL- PURPOSOGKNOWLEDGIuIENT • 1A.6/w State of CALIFORNIA County of ORANGE On 10 -9 -95 before me, JANINA BEAUDRY DATE NAME TITLE OF OFa10ER - l.G_'UNE DOE NOTARY Fu6uC personally appeared MIKE PARIZINO NAhlem OF 9GNER161 personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and ac- knowledged to me that he /she/they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the J person(s) acted, executed the instrument. c , Ida ert)Ry— ;nJA Z WITNESS my hand and official seal. rArr c; -., 'ap1Gf cou n ;�PPLL 24, 1 6 $iONANRE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this torn. CAPACITY CLAIMED BY SIGNER ■ ❑ PARTNER(S) ❑ L mmm ❑ GENERAL o ATTORNEY-IN -FACT ❑ TRUSTEEM ❑ ATOR ❑ OTHER SIGNER E REPRESEttTSV MAIN OFMAGONt61ONG r IFFM DESCRIPTION OF ATTACHED DOCUMENT TrrLE OR TYPE OF DOCUMENT NUMBER OF PAGES _. SIGNER(S) OTHER THAN NAMED ABOVE 01=1 NATIONAL NOTOW ASSOCIATION - 62]6 ftm W AN.. P.O. 6" 7104 - C&rop. P&a CA 913OW7164 0 ULICO 0 CASUALTY COMPANY 11 I Massachusetts Avenue, N.W. Washington, DC 20001 ■ o ■ ■ e 046 POWER OFATTORNEY Know Aft Men By These Presents: That Ulico Casualty Company, A Delaware Corporation, having its principal office in Washington, DC, pursuant to the following resolution, adopted by the Board of Directors of the Corporation effective on the 28th day of January, 1993: RESOLVED: 'That the Chairman and Chief Executive Officer be, and hereby is, authorized to execute Powersof- Attorney, qualifying the attorney named in the Powersof-Attorney to execute on behalf of the Corporation contract bonds and other related surety bonds, and to attach thereto the corporate seal of the Corporation, in the transaction of its surety business.' RESOLVED: 'That the signatures and attestations of such officers and the seal of the Corporation may be affixed to any such Power-of-Attorney or to any certificate relating thereto by facsimile, and any such Power-of Attorney or certificate bearing such facsimile signatures and facsimile seal shall be valid and binding upon the Corporation when so affixed with respect to any contract bond or other related surety bond to which it is attached." This Power of Attorney is signed and sealed in facsimile under and by the authority of the above Resolution. DOES HEREBY MAKE, CONSTITUTE AND APPOINT.. lames W Moilanen, Mike Parizino, Margareta T. Hied, Mechelle Hua, Judith K. Cunningham, and John M. Garrett of Willis Corroon Corporation of Orange County, in Santa Ana, in the State of California, its true and lawful Attorney(s) -in -Fact with full power and authority hereby conferred in its name, place and stead to sign, execute, acknowledge and deliver in its behalf, and as its act and deed, without power of redelegation, as follows: Contract bonds and other related surety bonds: IN AN AMOUNT NOT TO EXCEED THREE MILLION (§3,000,000.00) DOLLARS, to bind Ulico Casualty Company thereby as fully and to the same extent as if such bond was signed by the duly authorized officers of Ulico Casualty Company, and all the acts of said Attorney(s)-in -Fact pursuant to the authority herein given are hereby ratified and confirmed. In Witness Whereof, Ulico Casualty Company of Dover, Delaware, has caused this Power of Attorney to be signed by its Chairman and Chief Executive Officer and its Corporate seal to be affixed this 27th day of July 1995. This Power of Attorney is void unless the seal is readable, the text is in black ink, the signatures are in black ink, this notice is in red ink, and if attached to a document executed subsequent to January 1, 1999. Ufico C , uaIty SJPLT \Y o `oPV OAS •-n-� District of Columbia ss: SEA Iu ° L ? B of Robert A. Georgme, Chairman and Chief x utive Officer c�w> On this 27th day of July 1995, before the subscriber, a Notary- Pabhtf of the District of Columbia, duly commissioned and qualified, came Robert A. Georgine of Ulico Casualty Company to me personally known to be the individual and officer described therein, and who executed the preceding instrument, and acknowledged the execution of the same, and being by me duly sworn, deposed and said, that he is the officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of the Company, and the Corporate Seal and signature as an officer were duly affixed and subscribed to the said instrument by the authority and direction of the Corporation, and that the resolution of the Company, referred to in the preceding instrument, is now in force. In Testimony Whereof, I have hereunto set my hand, and affixed my official seal at Washington, DC the day and year above written. (rPUBLIG By. A Notary Public Brown Aisontooks My Commission Expire,. dill y i! oc Nowy CERTIFICATION My Commission Expins Apra 14, 10 I, Joseph A. Carabillo, Assstant Secretary of Ulico Casualty Company of Dover, Delaware, do hereby certify that the foregoing Resolution adopted by the Board of Directors of this Corporation and the Powers of Attorney issued pursuant thereto, are true and correct, and that both the Resolution and the Powers of Attorney are in full force and effect. In Witness Whereof, have hereunto set my hand and affixed the seat if the corporation this 9 d y f OCTOBER 199 5 446*;`1 E-0 4 R AL l/ By: \_ef s. T Jqe h A. Carabillo, st'arrt ecr �FtnW �P ®�em UC &102-POAI (09/94) 0 Page 10 R^ T 4�4'S9 "d gkwl Y` 9xii'1'iY': "�Y�, •. ]0 23/95 PRODUCER COMPANIES AFFORDING COVERAGE Baratto, Sullivan & Co., Inc. COMPANY Safeco Ins Co of America Steve Petrillo, Agent LETTER 1765 Goodyear Avenue, Suite 207 COMPANY $ Ventura, CA 93003 805 650 9690 Mercury Casualty LETTER y y INSURED COMPANY C America Tang, Inc., LETTER COMPANY D DBA: Ace Fence. Company 15135 Salt Lake Avenue LETTER COMPANY E City of Industry, CA 91746 ����. ,:�-.oe w,. ", S, THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REOUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE. 00 LTR TYPE OF INSURANCE POLICY NUMBER EFFECTIVE DATE EXPIRATION DATE ALL LIMITS IN THOUSANDS GENERAL LIABILITY (OCCURENCE BASIS ONLY) GENERAL AGGREGATE $ 1,000, COMMERCIAL COMPREHENSIVE TM 10/23/95 10/23/96 PRODUCTSICOMPLETED OPERATIONS AGGREGATE $ 1,000, OWNERS &CONTRACTORS SL4311636 PERSONAL INJURY $1,000, PROTECTIVE CONTRACTUAL FOR SPECIFIC CONTRACT EACH OCCURENCE $ 1,000, A PRODUCTS/COMPLETEDOPERATION XCU HAZARDS BROAD FORM PROPERTY DAMAGE SEVERABILITY OF INTEREST CLAUSE FIRE DAMAGE $ rj P. I. WITH EMPLOYEE EXCLUSION (ANYONE FIRE) MEDICAL EXPENSES $ 5, REMOVED MARINE (ANY ONE PERSON) AUTOMOBILE LIABILITY SINGLLELIMIT $ 1,000, B ANY BODILY INJURY $ { L OWNED AUTOS (PER PERSON) SCHEDULED AUTOS BODILY INJURY $ HIRED AUTOS AC1100487 6/18/9 6/18/96 (PER ACCIDENT) PROPERTY $ NON -OWNED AUTOS GARAGE LIABILITY DAMAGE EXCESS LIABILITY EACH AGGREGATE RENO UMBRELLA FORM OTHER THAN UMBRELLA FORM $ WORKERS' COMPENSATION T$jEACHAOCIDENT & SE - POLICY LIMIT EMPLOYERS' LIABILITY DISEASE-EACH EMPLOYEE OTHER DESCRIPTION OF OPERATIONS, LOCATIONS /VEHICLES /RESTRICTIONS /SPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH, BUT NOT LIMITED TO THE FOLLOWING CONTRACT: , Storm Drain Improvements C -2930 PROJECT TTITE AND CONTRACT NUMBER CEP,TIFIPMHOLDEkWl °k,' ADDITIONALLY INSURED SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON - RENEWED, CANCELLED OR CITY OF NEWPORT BEACH COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE COMPANY AFFORDING P.O. BOX 1768 COVERAGE SHALL PROVIDE 30 DAYS MINIMUM ADVANCE NOTICE TO THE CITY OF 330D NEWPORT BOULEVARD NEWPORT BEACH BY FIRST CLASS MAIL. NEWPORT BEACH, CALIFORNIA 92658 -8915 Ptw,(,B+ 10/23/95 ATTENTION: Stephen Luy ,[.i AUTHORED REPRESENTATIVE ISSUE DATE 0 Page 11 GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage. 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision contained in the written contract designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU" hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured(s) named in Paragraph 1 of thi's endorsement shall be the limits indicated below written on an "Occurrence" basis: (X) Commercial (X) Comprehensive General Liability $ 11000,000 each 11000,000 aggregate The applicable limit of Contractual Liability for the company affording coverage shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insured(s). 5 /9: r] Page 11A The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one occurrence in-- excess of the limits of liability stated in the policy as applicable to General Liability Insurance. 6. Should the policy be non - renewed, canceled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 7. Designated Contract: Storm Drain Improvements C -2930 Project Title and Contract No. This endorsement is effective 10/23/95 at 12:01 a.m. and forms a part of Policy No.SL4311636 of a eco ns Co of America (Company Affording Coverage). Insured: America Tang, Inc., DBA: Endorsement No.: 1 Ace Fence Company ISSUING COMPANY Safeco Ins Co of America By: �4 z_ J Authorized Representative Steve Petrillo 5/91 0 0 Page 12 AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Automobile Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided�'by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage." 3. The limits of liability under this endorsement for the additional insureds named in Paragraph 1. of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit: 5/91 ( ) Multiple limits Bodily Injury Liability Bodily Injury Liability Property Damage Liability ( 3 Combined Single Limit Bodily Injury Liability & Property Damage Liability H R 1.i.s 1u per person per accident The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one accident or occurrence in excess of the limits of liability stated in the policy as applicable to Automobile Liability Insurance. • . • 0 Page 12A ** A3ENr K[rL 4. Should the policy be non - renewed, canceled or coverage reduced *_ *_ NOMY before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of- Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: Storm Drain Improvements C -2930 Project Title and Contract No. This endorsement is effective 10/05/95 at 12:01 a.m. Policy No. p(! 11 OD4874 of .; WMW 7Ug77MTV 0211 _ (Company Affording Coverage). a. tr• r �FA: ACE FENM •• eMrN MM MS . 02. •, • ISSUING r•I! By: �1PJ�11� Authorized Representative 5/91 * *- Endorsement No.: WA ti *does not form a part of to policy but is honored by the company 0 Page 13 WORKERS' COMPENSATION INSURANCE CERTIFICATION "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." 10 -9 -95 Ace Fence Company Date Name of Contractor (Principal) America Tang C -2930 �, Contract Number t hori.zed Si ature and Title Y 5/91 Storm Drain Improvements Title of Project Page 14 pk�s7.%lI THIS AGREEMENT, entered into this 9th day of October � 1995, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Ace Fence Company , hereinafter "Contractor," is made -with reference to the following facts: A. City has heretofore advertised for bids for the following described public work: Storm Drain Improvements C -2930 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: Storm Drain Improvements C -2930 Title of Project Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of nna Hun(lrarl Savantv_Ni nc Thnucnnei nnl l nr (a) Any loss or damage arising from the nature of the work, (b) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (c) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 5/91 i • Page 14A 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instructions to Bidders and therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and (f) Plans and Special Provisions documents referenced Endorsement(s) for Storm Drain Improvements 0 Title of Project Contract No. (g) This Contract (h) Standard Specifications of Public Works Construction (current Edition) and all supplements 4. Contractor shall assume the defense of, pay all expenses of defense and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, injury and liability of every kind, nature and description by reason of or arising out of the negligent or willful conduct of the Contractor, his /her employees, agents and subcontractors in the performance of the Project, except such loss or damage caused solely by the active negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. FORM: APPRO TO W. / %,� d. CITY OF NEWPORT BEACH A Municipal Corporation By: Mayor Ace Fence Company Name of Contractor America Tang President Au orized Si nature and Title LJ • 0 0 NCIL VP 7. 51995 TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT September 25, 1995 CITY COUNCIL AGENDA ITEM NO. 8 SUBJECT: STORM DRAIN IMPROVEMENTS ALONG BAYSIDE DRIVE, SANTIAGO DRIVE, OCEAN BOULEVARD AND KINGS PLACE, CONTRACT NO. 2930 RECOMMENDATION: Consent to relieve Ace Fence Company of their apparent low Total Bid Price for Alternative B because of a significant clerical error in their bid tabulation. 2. Award Contract No. 2930 to Ace Fence Company for the Total Bid Price of $179,000.00 for Alternative A, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish a 10% construction contingency account. DISCUSSION: At 11:00 A.M. on September 13, 1995, the City Clerk opened and read the following bids for this project: Bidder Low Ace Fence Company 2 Gillespie Construction Inc. 3 Zaich Construction Inc. 4 Mitchell Pacific Constructors, Inc. 5 Robert G. Castongia Inc. Alternate A Alternate B $179,000.00 $168,700.00 $196,880.00* $234,810.00* $253,300.00 $281,750.00 $339,685.00 $350,150.00 $351,900.00 $367,800.00 *Corrected Total Bid Prices are $196,830.00 (Alt. A) & $234,760.00 (Alt. B). The low bidder is 12% above the Engineer's estimate of $160,000 for Alternate A. Alternate A specifies the removal and replacement of a substantial portion of the Kings Place storm drain pipe, plus work at other sites mentioned below. Alternate B calls for the placement of a cured -in -place pipe (CIPP) liner within the Kings Place storm drain pipes, plus the work at other sites. The low bidder, Ace Fence Company, has requested to be relieved of their bid for Alternate B (see attached letter). They contend that their Bid Item No. 25, to install the Kings Place CIPP liner, has a significant clerical error. From reviewing the other bidders' Item No. 25, Ace's bid at $1,000 is significantly below the average of $45,700 of the other bidders. It's apparent to City staff that the $1,000 was for pipe cleaning only, and that the expensive CIPP liner cost was inadvertently omitted. Accordingly, staff recommends that the City Council consent to relieve Ace of their low bid for Alternate B, and that the award be made to Ace based upon the bid submitted for Alternate A. This bid is substantially lower that either bid of the second low bidder. (m) i • ` SUBJECT: STORM DRAIN IMPROVEMENTS ALONG BAYSIDE DRIVE, SANTIAGO DRIVE, OCEAN BOULEVARD AND KINGS PLACE, CONTRACT NO. 2930 September 25, 1995 Page 2 Ace Fence Company, the low bidder, has not performed previous contract work for the City. However, a check with their experience references and the State Contractor's License Board has shown that Ace Fence Company has successfully completed basic storm drain projects • for other southern California agencies and has no pending actions detrimental to their contractor's license, respectively. This contract provides for replacement of deteriorated storm drains along Bayside Drive, Ocean Boulevard and Kings Place. The existing corrugated metal hillside storm drains are rusted through to perforation, thus allowing drainage waters to exfiltrate into the adjacent hillside. Staff feels that the pipe should be replaced, since the exfiltration could lead to a failure of the hillside. The project also calls for extending a storm drain along Santiago Drive. During recent periods of intense rainfall, runoff waters have flowed over the curb and onto properties adjacent to the street. This new drainage extension should eliminate any future flooding problems. Funds to award the contract and to set aside a 10% contingency amount to pay for unanticipated work are available in the following appropriations: Description Account No. Amognt Storm drain Improvement Program 7012C5100008 $32,608.00 • Kings Road /PCH /Dover Drive 7012C5100009 $67,330.00 Storm Drain Replacement Bayside Drive Storm Drain Replacement 7012C5100012 $59,962.00 3415 Ocean Blvd Storm Drain Replacement 7012C5100275 $37,000.00 --------------- Total $196,900.00 The plans and specifications were prepared by the Public Works Department. All work should be completed by December 31, 1995. Respectfully submitted, 6: ) PUBLIC WORKS DEPARTMENT • Don Webb, Director By Steve L y Project Engineer Attachment I�CO • d�f 1iF P l G Pi OJECT O PROJECTS (5) tq4 PACIFIC COAST HIGHWAY Pa ' � CtFrC PROJ£ cGASr �' ttr SAY F m ga O DRII$ ,I w�� Z� a I� / C -2930 CITY OF NEWPORT BEACH DRAWN SJ-1— DATE 7' 9 PUBLIC WORKS DEPARTMENT APPROVED --9 STORM DRAIN RE, PLAMENT AT KINGS PL., STFPHE LDY ICINGS RD., OCEAN BLVD,.SANTIAGO DR. PROJECT ENGINEER " AND BAYSIDE DR. DRAWING NO. EXHIBIT "A" ,,..2671995 13:bJ Uldi ild4.i Hl.t rtNl, UU. 4%l ACE FENCE COMPANY 15135 Salt Lake Avenue City of 3 Industry, California 91746 FAX:( 18)333 FAX:(818)333 -7843 • September 20, 1995 City of Newport Beach 3300 Newport Beach B1. Newport Beach, CA 92658 Attn: Mr. Stephen Luy Ref: Storm Drain Project No. 2930 Dear Mr. Luy: Pursuant to our conversation we hereby ask to be ralievod of bid for AlteraAte D of the Storm Dula PtujecL Nu. C -2930. I has a significant clerical error. The amount shown was for cleaning only and did not include the installation of the Cu in Place Pipe (CIPP). Sincerely, America an President GL q 4{ i 0 TO: MAYOR AND MEM FROM: PUBLIC WORKS DEPARTMENT July 10, 1995 CITY COUNCIL AGENDA ITEM NO. 17 UNCIL SUBJECT: STORM DRAIN IMPROVEMENTS ALONG BAYSIDE DRIVE, SANTIAGO DRIVE, OCEAN BOULEVARD, KINGS ROAD AND KINGS PLACE (C -2930) RECOMMENDATION: 1. Affirm the Categorical Exemption of Environmental Impact 2. Approve the plans and specifications. 3. Authorize Staff to advertise for bids. DISCUSSION: This contract provides for removing and replacing deteriorated storm • drains and installing a new storm drain and catch basin within the areas shown on the attached Exhibit "A ". This project provides for the replacement of deteriorated storm drains along Bayside Drive, Ocean Boulevard, Kings Road and Kings Place. These existing hillside storm drains are perforated and allow runoff waters to flow into the adjacent hillside. Failure to control the runoff waters may lead to a failure of the hillside. This project also provides for extending a storm drain along Santiago Drive. During periods of intense rainfall, runoff waters have flowed over the curb onto properties adjacent to the street. This new drainage extension should eliminate any future flooding problems. The estimated cost of the work is $215,000. Sufficient funds to award this amount are available in the Fiscal Year 1995 -96 appropriations for the Storm Drain Improvement Program, Kings Rd. Storm Drain, from Pacific Coast Highway to Dover Drive, and Bayside Drive Storm Drain replacements. • The plans and specifications were prepared by the Public Works Department. Work will not begin until September 10, 1995, along Ocean Boulevard and Pacific Coast Highway. All work should be completed by mid - December. on Webb Public Works Director Attachment (�38� Authorized to Publish Advertisements of all kinds *ding public notices by Decree of the Superior Court of Orange County, California. Number A•6214, September 29, 1961, and A•24831 June 11, 1963. PROOF OF PUBLICATION STATE OF CALIFORNIA) ) SS. County of Orange ) I am a Citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the below entitled matter. I am a principal clerk of the NEWPORT BEACH -COSTA MESA DAILY PILOT, a newspaper of general circulation, printed and published in the City. of Costa Mesa, County of Orange, State of California, and that attached Notice is a true and complete copy as was printed and published on the following dates: August 29, 1995 September 4, 1995 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on September 4 1 199 5 at Costa Mesa, California. Signature g 8ce by the -'CM 10th day c Ea' RaS& Newport Beach, CA 926: 8915. For :.further fnfmmatic ca1l`BtePhen'Luy' :&1 & 333o. Published NewPO Bea6h-Costa Meta De Pilot _ August 29, Septemt 4. 1$85.. .Q& NOTICE TO _REpp C GOE015 (- HRC Stop Notice L..JAMN ' 21996 CALIFORNIA CIVIL CODE SECTION 310 PuetW WADVO pvame oi uonsirucnon c.enaer, ruoac noay or uwnep 3300 NEWPORT BOULEVARD, NEWPORT BEACH CA 92663 (If Private Job — file with responsible officer or person at office or branch of construction lender administering the construction funds or with the owner — CIVIL CODE SECTIONS 3156 - 3175) (If Public Job — file with office of controller, auditor, or other public disbursing officer whose duty it is to make payments under provisions of the contract — CIVIL CODE SECTIONS 3179 - 3214) Prime Contractor: ACE FENCE CO. Sub Contractor (If Any) GOLDEN MEADOWS CONSTRUCTION CITY OF NEWPORT BEACH Owner or Public Body: Improvement known as STORM DRAIN IMPROVEMENTS CONTRACT 2930 .. (Name and address of project or work of improvement) in the City of NEWPORT BEACH , County of ORANGE State of California. HOLLIDAY ROCK CO., INC. , Claimant, a CORPORATION (Claimant) (Corporation /ParMership /Sole Proprietorship) furnished certain labor, service, equipment or materials used in the above described work of improvement. The name of the person or company by whom claimant was employed or to whom claimant furnished labor, service, equipment, or materials is pn� GOLDEN MEADOWS 11?6Q�I �i S3d1CQ6V,tor)Cantractar /Owner - Builder) The kind of labor, service, equipment, or materials furnished or agreed to be furnished by claimant was READY MIX CONCRETE, ROCK, SAND AND OR RELATED PRODUCTS Total value of labor, service, equipment, or materials agreed to be furnished......... $802 -60 Total value of labor, service, equipment, or materials actually furnished is............ $802.60 Credit for materials returned, if any ............................... ............................... $ NONE Amount paid on account, if any .................................... ............................... $ NONE Amount due after deducting all just credits and offsets ...... ............................... $802.60 YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project to satisfy claimant's demand in the amount of $ 802.60 and in addition thereto sums sufficient to cover interest, court costs and reasonable costs of litigation, as provided by law. A bond (CIVIL CODE SECTION 3083) IS NOT attached. (Bond required with Stop (is /is not) Notice served on constructions lender on private jobs — bond not required on public jobs or on Stop Notice served on owner on private jobs). Date 4ANUARY 8, 1996 Name of Claimant HOLLIDAY ROCK CO. INC. /Firm e O 2193 W. FO LL BIND. (Mailing Add ss) UPJ.A1J1K ICA,A 917 U B W y gnature) 115 C) d r _ VIC PRE I N WO mCJ Ca CD ❑ n curl Capacit VERIFICA ION l I, the undersigned, state: I am the VICE PRESIDENT- - /'Agent of" "President of': 'A Partner of; "Owner of ", etc.) the claimant named in the foregoing Stop Notice; I have read said claim of Stop Notice and know the contents thereof, and I certify that the same is true of my own knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. _ Executed on JANUARY 8 , State of CALIFORNIA REQUEST FOR NOTICE OF E (Private Works Only) If an election is made not to withhold funds pursuant to this stop notice by reason of a payment bond having been recorded in accordance with Sections 3235 or 3162, please send notice of such election and a copy of the bond within 30 days of s c t in the enclosed preaddressed stamped envelope to the address of the claimant show ove. Thi 'formation must be provided by you under Civil Code Sections 3159, n6a l - Signed: