Loading...
HomeMy WebLinkAboutC-2944 - First Avenue Water Main ReplacementCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 August 10, 1994 A & L Construction Co., Inc. 1245 Logan Avenue, Suite B Costa Mesa, CA 92626 (714) 644 -3005 Subject: Surety: Great American Bond No. 7 58 51 70 Contract No.: C -2944 Project: First Avenue Project Insurance Company Water Main Replacement The City Council of Newport Beach on June 27, 1994 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. The Notice was recorded by the Orange County Recorder on July 19, 1994, Reference No. 94- 0459861. Sincerely, Wanda E. Raggio City Clerk WER: pin cc: Public Works Department 3300 Newport Boulevard, Newport Beach PLEASE COMPLETE THIS INFOfTION RECORDING REQUESTED BY: AND WHEN RECORDED MAIL TO: TITLE: DOC # 94=0459006?l I':clai acs i, Recuts ot U'a—R. Ucv-,��Y! fn rm A 'Lee A, CLn;mfy Page I of I tees: I ay! THIS PAGE ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION (Additional recording tee applies) -0- 11192 RECEIVED cam me RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk/ -' z lerk /' -'z City of pNewpport Beach 3300 Neor Newport wBeach, CA Boulevard r� �9 gib ka X7994 BEAM "Exempt from recording fees pursuant to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and A & L Construction Co., Inc., 1245 Logan Avenue, Suite B, Costa Mesa, CA 926as Contractor, entered into a Contract on June 28, 1993 Said Contract set forth certain improvements, as follows: First Avenue Water Main Replacement Project (C -2944) - located in the City of Newport Beach, County of Orange Work on said Contract was completed on June 2, 1994 and was found to be acceptable on June 27, 1994 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Great American Insurance ComDanv. P.O. Box 5440. Orange. CA 92613 -5440 BY PuDilcWorks Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knpwledge. Executed on Newport Beach, California. o BY City Clerx at 0 i June 27th, 1994 CITY COUNCIL AGENDA ITEM NO. A 9 Ci TO: Mayor & Members of the City Council FROM: Utilities Department ? p., N SUBJECT: FIRST AVENUE WATER MAIN CONSTRUCTION ? APPROVED CONTRACT ACCEPTANCE: (CONTRACT NO. 2944) _.. RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion for Contract No. C -2944 on behalf of the City. 3. Authorize the City Clerk to release the bonds, 35 days after the Notice of Completion has been filed and recorded in accord with the applicable provisions of the California Civil Code. DISCUSSION: N) : The contract for the construction of the subject project has been completed to the satisfaction of the City's Utilities Department. The contract was performed by_A & L Construction Company, Inc. of Costa Mesa, California and then taken over by the bond surety and completed by Steve Casada Construction Company of Anaheim, California. Total Bid Price $106,091.00 Total of Unit Price Items Constructed $131,034.29 Total of Authorized Change Orders $ 24.943.29 Total Contract Cost $131,034.29 One change order was issued in the amount of $24,943.29 to compensate the contractor for labor and material costs necessary to provide for special pipe connection couplings at locations where the new 18 -inch pipe was connected to the existing 18 -inch pipe. The existing circa 1928 cast iron pipe was not sufficiently round enough to use the standard mechanical joint sleeves. The project provided for replacement of approximately 600 feet of 8 -inch water main on First Avenue and three sections of 18 -inch pipe and valves in concrete vaults on Goldenrod Avenue. Page 2 - June 27, 1994 First Avenue Water Main Project Contract Acceptance (C -2944) The project was part of the City's Water Main Replacement Program. Funds for the project were provided from account number 7503 - 98500223. The contract required completion of all improvements within 60 days of the award of contract. The contract was awarded June 28th, 1993. The authorized change order provided for a time extension of 8 calendar days. The required completion date was September 4th, 1993. However, the original contractor failed to complete the project and went into default. The City notified the bond surety for the contractor and requested completion. On February 14th, 1994, the City Council approved a "Contract Surety Assignment Agreement" which allowed the contractor's surety to complete the project with another contractor. The surety selected Steve Casada Construction Company of Santa Ana, California to complete the project. All work was completed and approved by the City before June 2nd, 1994. Respectfully submitted, �et=F �rwsartr Jeff Staneart, P.E. Utilities Director J5: sdi W TOt '' r. € +i'tCIlfT1Ol7 STOP NOTICE ti a t.tr;?ey I :Pt %it Dlr. Ow LEGAL NOTICE TO WITHHOLD CONSTRUCTION FUNDS ri r3 & R Dir. (Public or Private Work) ' Dk (Per California Civil Code Section 3103) Pa0ii',, &i f r�Daiera.e,Grra fix?' To: CITY OF NEWPORT QACH (Name of owner. public body or construction fund holder) 3300 NEWPORT BLVD (Address It directed to a bank or savings and loan assn.. use address of branch holding fund) NEWPORT_BEACH�C A92663 WANDA RAGGIO (Qty slate and old RECEIVED JAN 2 1994 CITY CLERK OWMEACH V Project: FIRST AVE. WATER MAIN REPLACEMENT (Name) I oiklff ••t.e � ux: TAKE NOTICE THAT WEST COAST SAND & GRAVEL INC- (Name al the person or brm clmmmg the slop notice. Licensed contractors must use the name under which contractor's license is issued) whose address is POB OX 5267 BUENA PARK, CA 90620 (Address of person or firm claiming stop nohcel has performed labor and furnished materials for a work of improvement described as follows. FIRST & GOLDENROD, CORONA DEL MAR, CA (Name and location of the protect where work or materials were furnished) The labor and materials furnished b claimant are of the following SCREENED FILL SAND y g generalkind: (Kind of labor services economical, or materials furnished or agreed to be Nodded by claimant) The labor and materials were furnished to or for the following party: A&T. (YW.1, 'RJjrj,PI nR. ( 7nyr E ) (Name of the party who ordered the work or matenal9) Total value of the whole amount of labor and materials agreed to be furnished is: __ .......... _ ............... $ 476.51 The value of the labor and materials furnished to date is: ....................................................................... $ Claimant has been paid the sum of: ................................................................................... and there is due, owing and unpaid the sum of: ................... 476.51 0 476.51 You are required to set aside sufficient funds to satisfy this claim with Interest, court costs and reasonable costs of litigation, as provided by law, You are also notified that claimant claims an equitable lien against any construction funds for this project which are in your hands. FIRM NAME: WEST COAST SAND & GRAVEL INC. (Name of stop nonce claimant) VERIFICATION I, the undersigned, say: I am the CREDTT MANAGER (-President of. -A partner of .'Ownsr of , "Agent of'. etc.) the claimant named in the foregoing Stop Notice; I have read said Stop Notice and know the contents thereof, the same is true of my own knowledge. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on 1 -24 -94 19 at BUENA PARK California. lands this docameat was signed) (Name of city where stay na we signed) )Personal signalfbi eme of stop note who is swearing that IDs - l/' contents of stop notice are free) REQUEST FOR NOTICE OF ELECTION (Private Works Only) (Per California Civil Code Section 3159, 3161, or 3162) 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 such election in the enclosed preaddressed stamped envelope. This information must be provided by you under Civil Code Sections 3159, 3161, or 3162. Signed: most See reverse side for additional information. WOLCOTTS FORM 890 —STOP NOTICE —Be14 -El (price class 3) Bell you use This form, read it, rill in an blanks, and make whatever changes are appropriate and necessary to your particular '11991 WOLCOTTS, INC. transaction, Consult a lawyer if you doubt the form's fitness for your purpose and use. WblcotS makes no representation or warranty, express or implied, with respect to The merchantability or fitness of this form for an intended use or propose. ADDITIONAL INFORMATION (1) On a public job, file a stop notice with the controller, auditor, or other public disbursing officer whose duty it is to make payments under the prime contract, or with commissioners, managers, trustees, officers, board of supervisors, board of trustees. Civil Code § §3179 -3214. (2) On a private job, file a stop notice with responsible officer or person at office or branch of construction lender administrating funds or with owner. Civil Code § §3156 -3175. (3) A stop notice is good only following the filing of a preliminary notice 20 days after the claimant first furnishes work or materials to the job site. Rules on preliminary notice for public and private work vary, so consult an attorney if you are uncertain that you have complied with the notice requirements. (4) A bond for one and one quarter times the amount of the stop notice claim must accompany a stop notice served on a construction lender on private jobs —a bond is not required on public jobs or on a stop notice served on an owner for private jobs. NOTICE TO CITY OF NEWPORT BEACH, AM: CONSTRUCTION FUNDS DISBURSING OFFICER, GENERAL DIRECTOR DAVE NIEDERHAUS (Name of Ca tmcdon Lender, Public Body or Owner) 3300 NEWPORT BLVD., NEWPORT BEACH, CA. 92663 -3816 (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 of 0 whose duty it is to make payments under provisions of the contract - CIVIL CODE SE,'TI 3179 - 3214) Imo° RECL,T; Prime Contractor: A & L Construction. Inc. �•� Sub Contractor (If Any): None -" nuo Owner or Public Body: City of Newport Beach, Improvement known as lat. & Goldenrod /(PCH) &Ci%-c CoaS+ 4wq. (Name and addmu of project Or work of improvemnu) in the City of Newport Beach. , County of State of California. INDUSTRIAL ASPHALT , Claimant, a PARTNERSHIP (Claiman) XamaradonlParinenhiplSok 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 A & L construction. Inc. (Name of Subcontroctor/Comractor/O~n Bwlder) The kind of labor, service, equipment, or materials furnished or agreed to be furnished by claimant was ASPHALTIC CONCRETE & RELATED ITEMS (Describe in detail) Total value of labor, service, equipment, or materials agreed to be furnished.$ 3,766.53 Total value of labor, service, equipment, or materials actually furnished ..... $ 3,766.53 Credit for materials returned, if any ........... ..............................$ NONE Amount paid on account, if any.. ..... ... ..........................$ NONE Amount due after deducting all just credits and offsets .......................$ 3,766.53 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 $ 3,766.53 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) ZS Nor attached. #&AF not) (Bond required with Stop Notice served on construction lender on private jobs - bond not required on public jobs or on Stop Notice served on owner on private jobs.) eces)ber 17 1993 Name of Claimant INDUSTRIAL ASPHALT M,m N,) y.� P.O. Box 7607 (Mailing Address) os An a es C 9 409 +.i B Y a0 _ k (y. Rene A. Isenhart, CREDIT MANAGER O ? (official Capacity r > > VERIFICATION I, the undersigned, state: I am the CREDIT MANAGER ('Agent of, 'President of, 'A Panner 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 a:td correct. Executed on December 17, 19 93 , at LOS ANGELES State of CALIFORNIA. 4W a REQUEST FOR NOTICE OF ELECTION (Private Works Only) If an election is made not to withhold funds pursuant to this stop notice by reason 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 such election is the enclosed readdressed stamped envelope to the address of the claimant shown above. This information must be provided by you under Civil code Sections 3159, 3161 or 3112. Signed: Stop Notice 0 CALIFORNIA CIVIL CODE SECTION 3103 NOTICE TO CITY OF NEWPORT BEACH, AM: CONSTRUCTION FUNDS DISBURSING OFFICER, GENERAL DIRECTOR DAVE NIEDERHAUS (Name of Ca tmcdon Lender, Public Body or Owner) 3300 NEWPORT BLVD., NEWPORT BEACH, CA. 92663 -3816 (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 of 0 whose duty it is to make payments under provisions of the contract - CIVIL CODE SE,'TI 3179 - 3214) Imo° RECL,T; Prime Contractor: A & L Construction. Inc. �•� Sub Contractor (If Any): None -" nuo Owner or Public Body: City of Newport Beach, Improvement known as lat. & Goldenrod /(PCH) &Ci%-c CoaS+ 4wq. (Name and addmu of project Or work of improvemnu) in the City of Newport Beach. , County of State of California. INDUSTRIAL ASPHALT , Claimant, a PARTNERSHIP (Claiman) XamaradonlParinenhiplSok 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 A & L construction. Inc. (Name of Subcontroctor/Comractor/O~n Bwlder) The kind of labor, service, equipment, or materials furnished or agreed to be furnished by claimant was ASPHALTIC CONCRETE & RELATED ITEMS (Describe in detail) Total value of labor, service, equipment, or materials agreed to be furnished.$ 3,766.53 Total value of labor, service, equipment, or materials actually furnished ..... $ 3,766.53 Credit for materials returned, if any ........... ..............................$ NONE Amount paid on account, if any.. ..... ... ..........................$ NONE Amount due after deducting all just credits and offsets .......................$ 3,766.53 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 $ 3,766.53 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) ZS Nor attached. #&AF not) (Bond required with Stop Notice served on construction lender on private jobs - bond not required on public jobs or on Stop Notice served on owner on private jobs.) eces)ber 17 1993 Name of Claimant INDUSTRIAL ASPHALT M,m N,) y.� P.O. Box 7607 (Mailing Address) os An a es C 9 409 +.i B Y a0 _ k (y. Rene A. Isenhart, CREDIT MANAGER O ? (official Capacity r > > VERIFICATION I, the undersigned, state: I am the CREDIT MANAGER ('Agent of, 'President of, 'A Panner 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 a:td correct. Executed on December 17, 19 93 , at LOS ANGELES State of CALIFORNIA. 4W a REQUEST FOR NOTICE OF ELECTION (Private Works Only) If an election is made not to withhold funds pursuant to this stop notice by reason 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 such election is the enclosed readdressed stamped envelope to the address of the claimant shown above. This information must be provided by you under Civil code Sections 3159, 3161 or 3112. Signed: 0 0 lki I •��' p u 0 � 1 q', 4 2.9 . 0 0 m a a d N C) QrnO N LL -j x a Q mU H H OW aw D c7 Z a O J Si N U W N 4-I �J oro h�4 N N �4 -H Paz r> 00 Q ro M 0 ca ri � u � O N C Cu 4J O U U ro G N N O N P7 ,-I�i + Ll - U 14 ' 5 ,-i M O S4 ro xi R, :j Si +J U N N C O N W v W O z p O C) a +J +) o g H lJ M N U 4 m z � 0 2 0 wi i ro �r1 r.� r �t} c , p u 0 � 1 q', 4 2.9 . 0 0 m a a d N C) QrnO N LL -j x a Q mU H H OW aw D c7 Z a O J Si N U W N 4-I �J oro h�4 N N �4 -H Paz r> 00 Q ro M 0 ca ri � u � O N C Cu 4J O U U ro G N N O N P7 ,-I�i + Ll - U 14 ' 5 ,-i M O S4 ro xi R, :j Si +J U N N C O N W v W O z p O C) a +J +) o g H lJ M N U 4 m z � 0 2 0 wi i ro �r1 r.� r 1] 411 W +11W bf &BLIC WORK STOP NOTIC* LEGAL NOTICE TO WITHHOLD CONSTRUCTION FUNDS AND DEC 1 - REQUEST FOR NOTICE OF FILING OF NOTICE OF ACCEPTANCE, COMPLETION OR CESSATION CIVIL CODE §3185 TO: City of Newport Beach PROJECT: Ave. Watermain Replacemei 3300 Newport Blvd. 1st Ave. & Goldenrod Newport Beach Newport Beach, CA 92663 A TAKE NOTICE THAT MARDEN SUSCO, INC. whose address is 1550 W. Linda Vista Dr. San Marcos, CA 92069 has performed labor and furnished materials for a work of improvement described as follows: 1st Ave. Watermain Replacement 1st Ave. & Goldenrod Newport Beach, Cal. The labor and materials furnished by claimant are of the following general kind: Pipe & Fittings For Water & Sewer Systems. The labor and materials were furnished to or for the following party: A & L Construction The value of the whole amount of labor and materials agreed to be furnished is 60,000.00 $ The value of the labor and materials furnished to date is $ 41,119.43 Claimant has been paid the sum of $ -0- and there is due, owing and unpaid the sum of $ 41,119.43 together with interest at the rate of 13 % per annum from 10 -30 -93 You are required to set aside sufficient funds to satisfy this claim with interest. You are also notified that claimant claims an equitable lien against any construction funds for this project which are in your hands. You are also required to give Notice to Acceptance, Completion or Cessation to the undersigned as required by Civil Ce §3185. Attached hereto is the $2.00 fee as required by Civil Code 185. FIRM NAME: Marden Susco, Inc. N� g BY: Boaamc; nom— F's Scott C. Tolstad VERIFICATION I, the undersigned, say: I am the credit mqr. of the claimant of the foregoing Stop Notice; I have read said Stop Notice and know the contents thereof; the same is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on 30, at -&+n %1n9d&_L, California. STOP NOTICE LEGAL NOTICE TO WITHHOLD CONSTRUCTION FUNDS (Public or Private Work) (Per California Civil Code Section 3103) e- z E``l 22 ;Xil To: City of Newport Beach Project: First Avenue Water R nlacern nt (Name of owner public body or construction fund holder) (Name) 3300 Newport Blvd. IAddress. 11 Mrected to a ban, or savings and loan ai use address of bvam'.h holding 1uoh1 (Address) Newport Beach, Ca. 92659 Corona Del Mar (Clry slate and rip) (City. state and zip) TAKE NOTICE THAT Tom Malloy Corp, dba Trench Shoring Co. (Name of the person or firm claiming the stop notice Licensed contractors must use the name under which contractors license is issued) whose address is 636 E. Rosecrans Avenue Los Angeles, Ca. 90059 (Address of person or firm claiming slop notice) has performed labor and furnished materials for a work of improvement described as follows: First Avenue Water Replacement, Corona Del Mar _ blame and location of the poll where wood of materials were lumfshed} The labor and materials furnished by claimant are of the following general kind: Trench shoring equipment (Kind of labor. services. equipment or materials furnished or agreed to be furnished by claimant) The labor and materials were furnished to or for the following party: A & L Construction, Inc. 1245 Logan Suite R Cncta Maca Ca- g ?F ?F (Name of the party who ordered the work or materials( Total value of the whole amount of labor and materials agreed to be furnished is: ................................. $ _ 1 an7 nq The value of the labor and materials furnished to date is: ................................................................ ...... $ 1 an7 09 Claimant has been paid the sum of: ....................................................................................................... $ —n- and there is due, owing and unpaid the sum of: ..................................................................................... $ 1 ,107. 09 You are required to set aside sufficient funds to satisfy this claim with interest, court costs and reasonable costs of litigation, as provided bylaw. u are also notified that claimant claim¢ an equitable lien against any construction funds for this project which are in your hands. Tom Malloy Corp. dba Trench Shoring Co. l i FIRM NAME: fin ^ (Name of slop notice claimanq Or �! I I I l co CD fi iL— W* ci v 0 CI C1 , n 0 0 o OF5 VERIFICATION I, the undersigned, say: I am the Agent of ('President Of-, 'A partner of-, -Owns( of'. "Agent of", etc.) the claimant named in the foregoing Stop Notice; I have read said Stop Notice and know the contents thereof; the same is true of my own knowledge. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on November 17 19 93, at (Date this document was signed) stop California. REOUEST FOR NOTICE OF ELECTION (Private Works Only) (Per California Civil Code Section 3159, 3161, or 3162) It 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 such election in the enclosed preaddressed stamped envelope. This information must be provided by you under Civil Code Sections 3159, 3161, or 3162. Signed: (Claimant must enclose sent-addressed stamped envelope) See reverse side for additional information. WOLCOTIS FORM 694 —STOP NOTICE —Rev 4.91 (pope class 3) Before you use this form, read il, fill in all blank& and make whatever charlpe5 are appropriate ago necessary to your particular e1991 WOLCOTTS, INC. transaction. Consult a lawyer it you doubt the form's ftmess for your purpose and use. Vbkdrts makes N mpresental or warranty, express or implied, w9 respect to me meronduabllily or fil of mis form for 0 intended use or RMM. ADDITIONAL INFORMATION (1) On a public job, file a stop notice with the controller, auditor, or other public disbursing officer whose duty it is to make payments under the prime contract, or with commissioners, managers, trustees, officers, board of supervisors, board of trustees. Civil Code § §3179 -3214. (2) On a private job, file a stop notice with responsible officer or person at office or branch of construction lender administrating funds or with owner. Civil Code § §3156 -3175. (3) A stop notice is good only following the filing of a preliminary notice 20 days after the claimant first furnishes work or materials to the job site. Rules on preliminary notice for public and private work vary, so consult an attorney if you are uncertain that you have complied with the notice requirements. (4) A bond for one and one quarter times the amount of the stop notice claim must accompany a stop notice served on a construction lender on private jobs —a bond is not required on public jobs or on a stop notice served on an owner for private jobs. ,6a' . I - Z9,//V TO: (Name of owner, construction lender or public officer) (Address of owner or YOU ARE HEREBY NOTIFIED THAT the undersigned claimant, lender) (Name and address) has furnished or has agreed to furnish FU t/pr (labor, services, equipment, materials) of the following kind (general ddscription of labor, services, equipment or materials) HOLDER OF FUNDS vv to or for n �Qns 1 y Ul VI,o o for the work improvement, located at, or known as: I (name of person to or for whom furnished) (address, legal description, description ofisite or project identification) The amount in value of the whole agreed to be done or furnished by claimant is $ 1`I The amount in value of that already done or furnished by claimant is $ ` (Ac% , y u �7 Claimant has been paid the sum of $ - __ - __ , and there remains due and unpaid the sum of $990 © t oo , plus interest thereon at the rate of per cent per annum from YOU ARE HEREBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST. Dated: Claimant', • -V«.S Iamthe of S- C�- 17a�iesTruc��\ng , named as claimant in the foregoing Stop Notice, and am authorized to make this verification. I have read this Stop No ice and know its contents. It is true to my own knowledge and contains, among other things, a correct statement of this claimant's demand after deducting all just credits and offsets. Executed at 1 I declare under penalty of , California, on the foregoing is true and 19,13 . nee 'Mol ad "M mog� mc�iao_ Ot -) OO❑ 13 13 0 [3 0 �I$ ,. Form provided WHEATLEY SCOTT OSAKI & JOVANOVICH 2600 E. Nutwood Ave., Suite 101, Fullerton, CA 92631 courtesy of. Construction Law 1- 714 - 992 -6300 or 1 -800- 422 -2090 ME C; Stop Notice° t�- CALkeORNIA CIVIL CODE SECTION 310 NOTICE TO CITY OF NEWPORT RFAfIj lNeMe of CO,vrryclion 4nda., P„ Ik• 6ody Pr wnerl P.O. BOX 1768, NEWPORT BEACH CA 92659 (Address) (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: _ A & L CONSTRUCTION Sub Contractor (If Any) pr1r'.r: Owner or Public Body: CITY OF NEWPORT BEACH NOV >j ").0 r: r� 1': r,;K Improvement known as FIRST AVENUE WATER REPLA��MENT JOB W106 (Name, and�ress of pro/er! or work of improvement) . �'7,7 in the City of CORONA DEL MAR — , County of ORANGE State of California. VILLA PARK LEASING. INC Claimant, a CORPORATION /L'lolmanU ( orparalran /Ptrrinership /. v e proprierors ip) 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 INpm�r of S 7 NSTRUCTIO [tor /Owner. ar rrl The kind of labor, service, equipment,ddorLLmaterials furnished or agreed to be furnished by claimant was HEAVY CONSTRUCIMN Fn(ITPMFNT- BARE RENTAL (Deceri In derail) Thtai value of labor, service, equipment, or materials agreed to be furnished...,..... $ 632.00 Total value of labor, service, equipment, or materials actually furnished is............ $ Credit for materials returned, if any ............................... ............................... $ Amount paid on account, if any .................................... ............................... $ _ Amount due after deducting all just credits and offsets. .................................... $ 632.00 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 S 632.00 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) As/is nor) attached. (Bond required with Stop Notice served on constructions lender on private jobs — bond not required on public jobs or on Stop Notice served on owner on private jobs). ¢� �f} NU 5 199 Name of Claimant VILLA PARK LEASING. INC CL*% VED (Firm ome) RECEi 16402 E. CONS � CIRGI F 0 "01! (Mai ing Ad real '^�Y i'IRVIN 7 0 Counclmen Ci Manager }` � 8 I ?9.� By tiT ("Attorney ? CAROL J GRI F n H J ORP. Y E3 Bldg. Dir. Pue O &enSery Dir. c ..,NEV4pr,r.:r . CALIF. VERIFICATION ( rcr Nyl , OF'$8RDft. 17 PfanntnO Dir the,-'Undersigned, state; I am the CORP. SECTY. 13 Police i ('Agent or: "pmsidenr o )": 'A Partner o Owner of'; ere) co.w. i►the clautjant named in the foregoing Stop Notice; I have read said claim of Stop Notice and know the contents �-there¢€.,and I certify that the same is true of my own knowledge l 6AI`y (or delcare) under penalty of perjury under the taws of the State of California that the foregoing true and correct. Executed on NOVEMBER 5, 19 9 at I I E State of CALIFORNIA C' ant Zr 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 such election in the enclosed preaddressed stamped envelope to the address of the claimant shown above, This information must be provided by you under Civil Code Sections 3159, 3161 or 3162. Signed: (Claimom mast rnclose srU a asst sram envelope) BIG FORM r rF5NO1) 1111" BY THE CRY COUNCIL CITY OP NEWPOR' 6'?ACH t June 28th, 1993 J N PQ1 I CITY COUNCIL AGENDA ITEM NO. 7-0 TO: Mayor & Members of the City Council FROM: Utilities Department SUBJECT: CONTRACT FOR CONSTRUCTION OF WATER PIPELINE FIRST AVENUE WATER MAIN REPLACEMENT PROJECT (CONTRACT NO. 2944) RECOMMENDATIONS: 1. Find that the lowest bidder, A. & L. Construction Company, Inc., can meet the requirements for completing the proposed contract work and declare him the "low bidder ". 2. Award Contract No. 2944 to A. & L. Construction Company, Inc. in the amount of $106,091. 3. Authorize the Mayor and the City Clerk to execute the contract on behalf of the City. fW Wells &HO0 At 10:45 a.m. on June 16th, 1993, the City Clerk opened and read bids for the subject project. A summary of the results are listed below and a more detailed itemized bid summary is attached as Exhibit "A': Rank Contractor /Bidder Total Bid Price low A. & L. Construction Company, Inc. $ 106,091 2 Channel Constructors, Inc. $ 136,940 3 Steve Casada Construction Company $ 137,850 4 John T. Malloy, Inc. $ 148,200 Four bids were received. The low bid was only 1.5% above the Engineer's Estimate of $104,500. The low bidder, A. & L. Construction Company, Inc. is a qualified general contractor licensed to do business in California. This company has successfully completed somewhat similar construction projects for other reputable agencies in Southern California. The principals of this firm previously worked for another very reputable water pipeline contractor and bring a great deal of pipeline construction experience to this project. 0 9 Page 2 1st Avenue Water Main Project Award of Contract June 28, 1993 This project provides for installation of an 8 -inch water pipeline in First Avenue in Corona Del Mar and replacement of three large water valves and vaults on the 18 -inch water pipeline in Goldenrod Avenue south of Coast Highway. The project will provide for replacement of the existing pipe and valves installed in the 1920's. The 8 -inch pipeline has a recent history of main breaks and street damage. The large diameter valves are not functional and are in dire need of replacement. The project is part of the City's capital improvement program under the Water Main Replacement Program. Funds for the project are available from account number 7503 - 9850018. The estimated time of completion for this underground utilities contract is 60 calendar days. The expected completion date is August 27th, 1993. Respectfully Submitted, Jeff Staneart, P.E. Utilities Director Attachments: Exhibit "A ": "Bid Summary" Js: 5d; Z wl 0 _l w a = a U l� H 0 All z m R rn m � A A 3 LL O Z U � F O Z 13 Y U w U U U � E �C r (D x a� w F A mam Opd wQ z� o �= o Ua z m R rn m � A A 3 LL O Z U � F O Z 13 i NOTICE INw1TING BIDS Sealed bids may be received at the office of the City Clerk, 33()o Newport Boulevard, Post Office Box 1768, Newport Beach, California 92659 -1768 until 10:45 o'clock a.m. on 16th day of June 11993, at which time such bids shall be opened and read for First Avenue Water Main Replacement Project Title of Project C-2944 Contract No. $ 104,500 Engineer's Estimate Wiz/ 'Co Approved by the City Council this 24th day of May, 1993 VI. " . 0% / Prospective bidders may obtain one set of bid documents at no cost at the office of the Public works Department, 3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92659-1768 For further information, call Jeff staneart at 644 -3011. Project Manager 1 • • 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1ST AVENUE WATER MAIN REPLACEMENT PROJECT CONTRACT NO. C -2944 Proposal To the Honorable City Council City of Newport Beach 3300 Newport Beach Boulevard P.O. Box 1768 Newport Beach, California 92633 -3884 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and shall perform all work required to complete Contract No. C -2944 in accord with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: I I NOTE: All applicable sales taxes, State and /or Federal, and any other special taxes, patent rights or royalties shall be included in the prices quoted in this proposal. Item Approx. UNIT TOTAL No. Otv. Item PRICE PRICE 1. 580 Install 8 -inch ACP waterline, Linear Class 150, including bends, Feet tees, crosses, appurtenances, excavation, bedding, backfill, I and resurfacing for the unit price of $ /LF $ 2. 1 Install 8 -inch butterfly valve Each for the unit price of $ /EA $ I I �I i 1 i PROPOSAL TOTAL PRICE IN WRITTEN WORDS TOTAL PRICE Dollars and Cents $ Contractor's License No. Date Bidder's Address Bidder's Telephone Number (Bidder's Name) (Authorized Signature /Title) 3. 2 Install vault, with 18 Each inch butterfly valve air- release valve, all appurtenances as required, excavation, bedding, backfill and resurfacing for the unit price of $ /EA $ 4. 2 Install wet barrel fire Each hydrant per City of Newport Beach STD -500 -L for the unit price of $ /EA $ 5. Lump Abandon existing air - release Sum valve and vault for the lump sum price of $ $ 6. 2 Abandon and remove existing Each 18 -inch valve, valve vault and appurtenances. Replace as indicated for the unit price of $ /EA $ 7. Lump Pressure test, disinfect and Sum and flush all waterlines for lump sum price of $ $ PROPOSAL TOTAL PRICE IN WRITTEN WORDS TOTAL PRICE Dollars and Cents $ Contractor's License No. Date Bidder's Address Bidder's Telephone Number (Bidder's Name) (Authorized Signature /Title) tINSTRUCTIONS TO BIDDER Page 2 The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS. 1 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON - COLLUSION AFFIDAVIT 6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the documents. The City of Newport Beach will not permit a substitute format for the documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to I the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. IContes Lic. No. & Classification Bidder IDate Authorized Signature /Title I 1 • • Page 3 1 DESIGNATION OF SUBCONTRACTOR(S) I 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 i 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. Subcontract Work Subcontractor Address 1. 1 c. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Bidder IAuthorized Signature /Title i • • Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, as bidder, and as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars {$ ), lawful money of the United States for the payment of which sum twell and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of Title of Project Contract No. 1 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 of Notice of Award to the above bounded bidder by and from said City, then this obligation shall become null and void; otherwise it shall be forfeited to the said City. In the event that any bidder above named executed this bond as an L individual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this day of 19_ (Attach acknowledgement of Attorney -in -Fact) Bidder Notary Public Authorized Signature/Title Commission Expires Surety Title: ',I 1 1 • • Page 5 NON - COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrangement or agreement I with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from considering any bid from any subcontractor or materialman which is not I processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be suggested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or I understanding of any kind whatsoever with any person whomsoever to pay, deliver to, or share with an other person in any way or manner, any of the proceeds of the contracts sought by this bid. Bidder 1 Authorized Signature /Title Subscribed and sworn to before me this day of ' 19 IMy Commission Expires: Notary Public I ,I I1 • • 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 Completed For Whom Performed (Detail) Person to Contact TelWhone No. Bidder Authorized Signature /Title t • • Page 7 I I L� NOTICE The following contract documents shall be executed and delivered to the 1 Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of mailing Notice of Award to the successful bidder: PAYMENT BOND (pages 8 & 9) FAITHFUL PERFORMANCE BOND (pages 10 & 11) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12,13 &14) CONTRACT (pages 15 & 16) The City of Newport Beach will not permit a substitute format for these ' contract documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Payment and Faithful Performance Bonds shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Insurance Companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty, except as modified by the Special Provisions. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction . except as modified by the Special Provisions. I 1 i II 1 F hail l i, -_ t , I.;i ; =. I i•,.: -I 1011 PI KID IE 111-1. 714 E :4 6972 Page 8 I ' FAYMENT Bt7NQ BOND 17 58 51 70 PREMIUM INCLUDED ON PERFORMANCE BOND. tKNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, ' by motion adopted __. June 28, 1993 _ has awarded to A E i, COnStructiJl_CO.m Inc. hereinafter designated as the "Principal ", a contract for lst Avenue Water Main Replacement 1 PrvjectiG- 294 <I — _+ _ in the City of Newport Beach, in strict conformity with the Drawings and Specificatiom and other conh act documents on file in the office of the City Clerk of the City of Newfx)rt Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: ' NOW, 1I IEttEFOR.E, We A 6 L CONSTRUCTION CO. , INC. 1245 LOGAN AVENUE, SUITE B, COSTA MESA, CA 92656 as Principal, and GREAT AMERICAN _INSURANCE COMPANY BOX 5440, ORANGE, CA 92613 -5440 as Surety, are held firmly bound unto the City of Newport Beach, in the sum of ONE HUNDRED SL% THOUSAND NINETY ONE & NO /100 ---- D Ilar5 ($ 106,091.00---- - - - - -� said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the tenns of the contract; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above t bounden Principal or his 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 like Unemployment Insurance Code with respect to such work or 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. J I P02 I 11 I F r r 'I t • • Page 9 The bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this bond as required by the provisions of Section 9247 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 terns of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, It is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WTIWESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 215 day of ` JULY 1993 A E L Construction Co., Inc. (Seal) Name of Contractor (Principal) Atrniori ed Si attire and Title Joyce A. Ifunt Authorized Slgnattire and Title GREAT AMERICAN INSURANCE COMPANY fSnA11 714 -362 - 9208____ Telephone Number of Agant _ Acknowledgment of Principal aricini SEA'i ' ® Acknowledgment of Surety (Attorneyin•Facf� ?_• ='' `" "'" i G -0 COUNTY STATE OF CALIFORNIA t �;� Comr. �i��isn ExFir2s October 22. I57' County of ORANGE On JULY 21, 1993 before me, JENNIFER NARJDNG (here insert name and title of the officer), personally appeared 14ICBAEL A. QUIGLEY 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 instrumen acknowledged to me that he/she/they executed the same in hill her /their authorized capacity(ies), an at by 's/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the pe n(s) , ex cuted the instrument. WITNESS my hand and ofci seat. Signature (Seal) (,Bv AMERICAN INSURANCE, COMPANY. 'The number of persons authorized by this power of attorney is not more than No. 013335 FOUR POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below its true and lawful attorney -in -fact, for it and in its name, place andstead to execute in behalf of the said Company, as surety, any and 'all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power ' MICHAEL D. STONG OF RIVERSIDE, CALIFORNIA ALL SHERI L. CHILCOAT OF RIVERSIDE, CALIFORNIA UNLIMITED ' MICHAEL A. QUIGLEY OF IRVINE, CALIFORNIA JENNIFER JOHNSTON OF IRVINE, CALIFORNIA This Power of Attorney revokes all previous powers issued in behalf of the attorneys) -in -fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by ' its appropriate officers and its corporate seal hereunto affixed this 21St day of August •1992 Attest GREAT AMERICAN INSURANCE COMPANY ' STATE OF OHIO, COUNTY OF HAMILTON — ss On this 21st day of August, 1992 , before me personally appeared WILLIAM J. MANEY, to me known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. 1 'This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated August 20, 1979. RESOLVED: That the President, the several Vice Presidents and Assistant Vice Presidents, or any one of them, be and hereby is 'authorized, from time to time, to appoint one or more Attorneys -In -Fart to execute in behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. tRESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers maybe affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract or suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed ICERTIFICATION ' I, RONALD C. HAYES, Assistant Secretary of the Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of August 20, 1979 have notbeen revoked and are now in full force and effect. ' Signed and sealed this 21ST day of JULY 19 93 S1029M (03/90) In the City of Newport Beach, in strict conformity with the Drawings and Slw6hiLatiuns and other contract documents on file in ilia office of the City Clerk of the City of Newport Beach; WIlERFAS, said Principal has execuled or is about to execute said contract and the terms thereof require the furnishing of a bond for ilia faithful performance of Aaid i:uitttd,.t; NOW, THEREFORE, We, . A -S L_CONSTRUCTION CO., INC. 1245 LOGAN AVENUE, SUITE B, COSTA MESA, CA 92626 ' aS t'riuclpal GREAT AMERICAN INSURANCE COMPANY P. 0. BOX 5440, ORANGE, CA 92613 -5440 ay Surety, are held and firmly found unto the City of Newport Beach, in the sum of I ONE 111INURED SIX THOUSAND NINETY ONE 6 NO /1o0--- 110IIar$ ($ 106,091.00 ---------- }, "id surn beinf; equal to I00'l of the estimated amount of the contract,, to be paid to Ill" suid City ur iL; ex:rtaiu altuilwy, its successors, and assigns; for which payment W01 and truly made, we bind ourselves, our heirs, executors and administrators, :,ucc,asas or us:;igns, jointly and severally, firmly by these presents. TIIE CONDITION OF THIS OBLIGATION 15 SUCH, that if the above l,uunden t'rineipal, his or ity heirs, ezecutur5, administrators, successors, or assigns, sliall ill all things stand to anti abide by, and well and truly keep and perform the ' covenants, conditiuns, and agreements in the said contract and any alteration thereof indite as therein provided on his or their part, to be kept and performed at the time and in the manner therein specllled, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its uffiwrs and agents, as therein stipulated, then this obligation ohall beconw null and void; otherwise it shall retnain In full force and virtue. I Page 10 FAI' I'Ihul<.YkltFilRAl�lyi'�- 11QN1? BOND /7 58 51 70 PREMIUM: $1,528.00 VNOW ALL NiFN BY 11iliSU' PRESEN'N, That ' WHEREAS, the City Council of the City of Newport Beach, State of California, 1.y motion adul�ted luue 28, 199.3 _ -- hasilwatdcd to Cnnstructiun Co., NC. hereinafter Jrsi6nated as the "Principal", a contract for _15t Avenue Water Main kapldcenient i,ru.iect, C -2944 In the City of Newport Beach, in strict conformity with the Drawings and Slw6hiLatiuns and other contract documents on file in ilia office of the City Clerk of the City of Newport Beach; WIlERFAS, said Principal has execuled or is about to execute said contract and the terms thereof require the furnishing of a bond for ilia faithful performance of Aaid i:uitttd,.t; NOW, THEREFORE, We, . A -S L_CONSTRUCTION CO., INC. 1245 LOGAN AVENUE, SUITE B, COSTA MESA, CA 92626 ' aS t'riuclpal GREAT AMERICAN INSURANCE COMPANY P. 0. BOX 5440, ORANGE, CA 92613 -5440 ay Surety, are held and firmly found unto the City of Newport Beach, in the sum of I ONE 111INURED SIX THOUSAND NINETY ONE 6 NO /1o0--- 110IIar$ ($ 106,091.00 ---------- }, "id surn beinf; equal to I00'l of the estimated amount of the contract,, to be paid to Ill" suid City ur iL; ex:rtaiu altuilwy, its successors, and assigns; for which payment W01 and truly made, we bind ourselves, our heirs, executors and administrators, :,ucc,asas or us:;igns, jointly and severally, firmly by these presents. TIIE CONDITION OF THIS OBLIGATION 15 SUCH, that if the above l,uunden t'rineipal, his or ity heirs, ezecutur5, administrators, successors, or assigns, sliall ill all things stand to anti abide by, and well and truly keep and perform the ' covenants, conditiuns, and agreements in the said contract and any alteration thereof indite as therein provided on his or their part, to be kept and performed at the time and in the manner therein specllled, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its uffiwrs and agents, as therein stipulated, then this obligation ohall beconw null and void; otherwise it shall retnain In full force and virtue. I ' • • Page 11 ' And said Surely, for value received, hereby stipulates and agrees that no change, exlcnaion of time, alterations or additions to the terms of the contract or to the work to be perforated thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the contract ' or to the wort: or to the specifications. In the event that any principal above named executed this bond as an individual, It is agTeed that tite death of any such principal shall not exonerate the Surety fruits its obligations under this bond. ' IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surely above named, on the _21ST day of _ -, _jMT -_ 1993. 1 ' --A.A _f wstnjr,tion fn. Inc. (Seal) 4,i� Name of Contractor (Principal) ' hze Signaluie and Title mxioot. ' Authorized Signature and Title 1. GREAT AMERICAN INSURANCE COMPANY (Seal) Name of Surety 714- 362 -9208 - - - -- -- -..- -- -- 'felephuoe Number of Agent Acknowledgment of Principal ' ® Acknowledgment of Surety (Attorney -in -Fact) STATE OF CALIFORNIA 'County of ORANGE } ss -: • C^FlCIAL SEAL 1.M'i:F -R HARJUNG \d' S D:E.. ...a::... ? t4y C' It ".2: 22, L':93 On JULY 21, 1993 before me, JENNIFER HARJHNG (here insert name and title of the officer), personally appeared MICHAEL A. QUIGLEY 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 an cknowledged to me that he/she/they executed the same in his/ ' her /thew authorized capacity(ies), and y hi er /their signature(s) on the instrument the person(s), or the entity upon behalf of which the pers s) ac d, ecuted the instrument. WITNESS my hand and ofiici eal. Signature h (Seal) GUM AIVERDL:AI WSURANCE COMPANY The number of persons authorized by this power of attorney is not more than No. 013335 FOUR POWER OF ATTORNEY 'KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY,a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below its true and lawful attorney -in -fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power ' MICHAEL D. STONG OF RIVERSIDE, CALIFORNIA ALL SHERI L. CHILCOAT OF RIVERSIDE, CALIFORNIA UNLIMITED ' MICHAEL A. QUIGLEY OF IRVINE, CALIFORNIA JENNIFER JOHNSTON OF IRVINE, CALIFORNIA This Power of Attorney revokes all previous powers issued in behalf of the attomey(s)-in -fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by ' its appropriate offtcersanditscorporate sea] hereunto affixed this 21St day of August ,1992 Attest GREAT AMERICAN INSURANCE COMPANY ' STATE OF OHIO, COUNTY OF HAMILTON — ss On this 21St day of August, 1992 , before me personally appeared WILLIAM J. MANEY, to me known, being duly sworn, deposes and says that he resided to Cincinnati, Ohio, that heis the Vice President of the Great American Insurance 'Company, the Company described in and which executed the above instrument; that he knows the seat; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. 1 This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated August 20, 1979. RESOLVED: That the President, the several Vice Presidents and Assistant Vice Presidents, or any one of them, be and hereby is 'authorized, from time to time, to appoint one or more Attorneys -ln -Fact to execute in behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof, to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. 'RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers maybe affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract or suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original 'signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION 1 1, RONALD C. HAYES, Assistant Secretary of the Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of August 20, 1979 have not been revoked and are now in full force and effect. ' Signed and sealed this S1029M (03/90) 21ST day of JULY 19 93 J INSURED wmrr T A LETTER COMPANY B LETTER COMPANY C LETTER COMPANY D LETTER COMPANYE LETTER 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 REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE. TYPE OF INSURANCE POLICY EFFECTIVE EXPIRATION NUMBER DATE DATE ALL LIMITS IN THOUSANDS m GENERAL LIA13NM STATUTORY $ EACH ACCIDENT (OCCURANCE BASIS ONLY) & GENERAL AGGREGATE $ j EMPLOYERS' LIABILITY COMMERCIAL COWNRESF DISEASE -EACH EMPLOYEE OTHER PRODUCTSICOMPLETED S $ &ENSCONERACTORS DESCRIPTION OF OPERATIO NSILOCATI DNSNEHICLES(RESTRICTIONS /SPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH THE FOLLOWING CONTRACT: P ROEJJ ITLE AND CONTRACT N`U%Mm BER OPERATIONS AGGREGATE >? [T•nYa�r[...w�F`.b.: a O "EI'CT .. .T.. yy m s APA EER CITY OF NEWPORTBEACH COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE COMPANY AFFORDING COVERAGE SWILL PROVIDE 30 DAYS MINIMUM ADVANCE NOTICE TO THE CRY OF P.O. BOX 1768 NEWPORT BEACH BY REGISTERED MAIL ATTENTION: 3300 NEWPORT BOULEVARD PROTECTIVE AUHNOR ®REPRESENTATIVE ISSUE DATE CONTRACTUAL FOR SPECIFIC PERSONAL INJURY $ CONTRACT PRODUCTS/COMPLETE EACH OCCURANCE S OPERATIONS XCU HAZARDS BROAD FORM PROPERTY DAMAGE FIRE DAMAGE t SEVERABILITY OF INTEREST CLAUSE (ANYONE FIRE) P. I. WITH EMPLOYEE EX MEDICAL EXPENSES MARINE XCCLU (ANY ONE PERSON) $ AUTOMOBILE LIABUM COMBINED S SINGLE LIMIT ANY AUTO ALLOWNEDAUTOS BODILY INJURY (PER PERSON) $ SCHEDULED AUTOS HIRED AUTOS BODILY INJURY (PER ACCIDENT) S NON -OWNED AUTOS GARAGE LIABILITY pp� E $ EXCESS LIABILITY EACH AGGREGATE OOCURANCE UMBRELLA FORM OTHER THAN UMBRELLA FORM $ $ m WORKERS' COMPENSATION STATUTORY $ EACH ACCIDENT & $ DISEASE- POLICY LIMIT EMPLOYERS' LIABILITY $ DISEASE -EACH EMPLOYEE OTHER $ DESCRIPTION OF OPERATIO NSILOCATI DNSNEHICLES(RESTRICTIONS /SPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH THE FOLLOWING CONTRACT: P ROEJJ ITLE AND CONTRACT N`U%Mm BER - ....; : :..:. . Titi"mQ mm l ANN >? [T•nYa�r[...w�F`.b.: a O "EI'CT .. .T.. yy m s APA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON - RENEWED, CANCELLED OR CITY OF NEWPORTBEACH COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE COMPANY AFFORDING COVERAGE SWILL PROVIDE 30 DAYS MINIMUM ADVANCE NOTICE TO THE CRY OF P.O. BOX 1768 NEWPORT BEACH BY REGISTERED MAIL ATTENTION: 3300 NEWPORT BOULEVARD NEWPORT BEACH, CALIFORNIA 92658 -8915 AUHNOR ®REPRESENTATIVE ISSUE DATE m ' CITY OF NEWPORT BEACH Page 13 ' AUTOMOTIVE 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: [ ] Multiple Limits ** *SEE ATTACHED FORM * * * * ** ' Bodily Injury Liability $ per person Bodily Injury Liability $ per accident ' Property Damage Liability $ [ ] Combined Single Limit Bodily Injury Liability $ and Property Damage Liability ' 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. 4. Should the policy be non - renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: 1st Avenue Water Main Replacement Project, C -2944 (Project Title and Contract No.) This endorsement is effective at 12:01 A.M. and forms part of Policy No.ASI- 161 -032806 -0 203 LIBERTY MUTUAL INS. ' (Company Affording Coverage) Insured A &L CONSTRUCTION COMPANY Endorsement NcL, lS 32806 -023 ' Issuing Company LIBERTY MUTUAL INS. By JANELL WILLIAMS (Authorized Representative) Certificate of Insurance THIS CERTIFICATE IS ISSUED AS A MATTER OF INF N ONLY AND CONFERS NO RIGHTS UPON YOU THE CERMHOLDER. THIS CERTIFICATE IS NOT AN INSURANCE POLICY AND DOES NOT AMEND, EXTEND, OR ALTE ERAGE AFFORDED BY THE POLICIES LISTED BELOW. This is to Certify that _ F LIBERTY A & L CONSTRUCTION COMPANY INC Name and MUTUAL, 1245 LOGAN #B r-c address of ' COSTA MESA CA 92626 Insured. is, at the issue date of this certificate, insured by the Company under the policy(ies) listed below. The insurance afforded by the listed policy(ies) is subject to all their terms, exclusions and conditions and is not altered by any requirement, term or condition of any contract or other document with respect to which, this certificate may be issued- -TYPE CERT. EXP DATE' LIMIT OF C3 CONTINUOUS POLICY OF POLICY [I EMENDED NUMBER LIABILITY �y POLICY TERM COVERAGE AFFORDED UNDER W,C. EMPLOYER'S LIABILITY LAW OF THE FOLLOWING STATES: Bodily Injury By Accident WORKERS' Ea, Ace. Bodily Injury By Disease COMPENSATION Pot. omit Bodily Injury By Disease Ea. Person General Aggregate•Other than Products/Compieted Operations $2,000,000 ProductslCompleted Operations Aggregate $1,000,000 J Q Bodily Injury and Property Damage Liability Ic UU $1,000,000 per occurrence w CLAIMS MADE 1 -16 -94 TB 1- 161 - 032806- 033 Personal and AcVeniaing Injury C7 RETRO DniE $1,000,000 organization J Q m Omer UQ Q J LU 2 ® OCCURRENCE O U SPECIAL/EXCL. ENDORSEMENTS - } O J ® OWNED , , Each Accident— single Limit— B.I.and P.D. Combined Each Person o ® NON -OWNED 1 -16 -94 AS1 -161- 032806 -023 QQ Each Accident Each Accident J ® HIRED or Occurrence or Occurrence c UMBRELLA UU EXCESS 1 -16 -94 TH1 -161- 032806 -.063 $1,000,000 p LIABILITY LOCATION(S) OF OPERATIONS 8 JOB # (It Applicable) DESCRIPTION OF OPERATIONS: 1ST AVENUE WATER MAIN R ALL OPERATIONS If the certificate expiration date Is continuous or extended term, you will be notified if coverage is terminated or reduced before the certificate expiration date. However, 'you will not be notified annually of the continuation of coverage. SPECIAL NOTICE - OHIO: ANY PERSON WHO, WITH INTENT TO DEFRAUD OR KNOWING THAT HE IS FACILITATING A FRAUD AGAINST AN INSURER, SUBMITS AN APPLICATION OR FILES A CLAIM CONTAINING A FALSE OR DECEPTIVE STATEMENT IS GUILTY OF INSURANCE FRAUD. NOTICE OF CANCELLATION: THE COMPANY WILL NOT TERMINATE OR REDUCE THE INSURANCE .AFFORDED UNDER THE ABOVE POLICIES UNLESS 30 DAYS NOTICE OF 'SUCH TERMINATION OR REDUCTION HAS BEEN MAILED TO: Insurance Group ICERTIFICATE CITY OF NEWPORT BEACH THORIZED REPRESENTATIVE HOLDER P 0 BOX 1768 7 -21 -93 ORANGE ' L 3300 NEWPORT BEACH BLVD DATE ISSUED OFFICE NEWPORT BEACH CA 92658 -8915 I SW /cb This cert,ficate is executed by LISERTY' MUTUAL INSURANCE GROUP as respects such rnsorance as ,s allbrdeo by Those Companies BS 772L ' • • Page 14 ' CITY OF NEWPORT BEACH 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 the 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 I of this endorsement shall be the limits indicated below written on an "Occurrence" basis: ' [g] Commercial [ ] Comprehensive * * ** *SEE ATTACHED FORM * * * ** ' General Liability $ 1,000,000, each occurrence $ 1,000,000 each occurrence ' The applicable limit of the 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). 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, cancelled 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, 1st Avenue Water Main Rpplarpmpnt project, C. -9944 ' (Project Title and Contract No.) This endorsement is effective at 12:01 A.M. and forms a part of Policy NoTB1- 161 -03280633 LIBERTY MUTUAL ' (Company Affording Coverage) Insured A &L CONSTRUCTION CO., INC. Endorsement No. TB1- 161 -032806 -033 Producer LIBERTy MUTUAL INS. By: JANELL WILLIAMS ' (Authorized Representative) a1 :11�.u. CERTIFICAAF INSURANCE • ISSUE DATE (MMIIDD /YY) I PRODUCER i THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMA -716R tl4&13AND j CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW._ Kelter- Thorner, Inc. COMPANIES AFFORDING COVERAGE P.O. Box 9409 Newport Beach, California LETTER COMPANY A 92658 -9409 Safeco Insurance Company COMPANY B SURED LETTER COMPANY A & L Construction Company LETTER C 1245 Logan Suite B COMPANY Costa Mesa, California 92626 LETTER D COMPANY E - -- LETTER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. :R TYPE OF INSURANCE POLICY NUMBER GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR. OWNER'S $ CONTRACTOR'S PROT. AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON OWNED AUTOS GARAGE LIABILITY EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION AND EMPLOYERS' LIABILITY WC2210821 AOTHER tESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES /SPECIAL ITEMS I�all opertations of the Named Insured CERTIFICATE HOLDER ' City of Newport Beach P.O.Box 1768 ' Newport Beach, CA 92658 -8915 +'ACORD 25 -S (7/90) POLICY EFFECTIVE POLICY EXPIRATION DATE (MM /DD /YY) DATE (MM /DDIYY) LIMITS GENERAL AGGREGATE $ PRODUCTS-COMP /OP AGG. $ PERSONAL 8 ADV. INJURY $ EACH OCCURRENCE $ FIRE DAMAGE (Any one lire) $ MED, EXPENSE (Any one Person) $ COMBINED SINGLE $ LIMIT BODILY INJURY $ (Per person( BODILY INJURY $ (Per accident) PROPERTY DAMAGE $ EACH OCCURRENCE $ AGGREGATE $ STATUTORY LIMITS EACH ACCIDENT $ 1,000 00 5/26/93 5/26/94 DISEASE — POLICY LIMIT $ 1,000,00 DISEASE —EACH EMPLOYEE $ 1 r 0 0.0 r 00 *10 day notice of cancellation for non -payme or non - submission of payroll CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL MAIL — 3LtAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, )ACORD CORPORATION. 1990 11 I • CONTRACT • Page 15 THIS AGREEMENT, entered into this 2-&T`r day of wNE 19 9� by and between the CITY OF NEWPORT BEACH, hereinafter "City," and A & L Construction, Co., Inc. , hereinafter "Contractor," is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: 1st Ave. Water Main Replacement Project C -2944 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: 1st Ave. Water Main Replacement Project Title of Project C -2944 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 One Hundred Six Thousand Ninety One Dollars and Zero Cents ($ 106,091.00 ) This compensation includes (1) any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from• earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. ' 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) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and Endorsements(s) I 1 I 1 1 Project i (f) Plans and Special Provisions for Title of Project (g) This Contract. � 1 1st Avenue Water Main C -2944 Contract No. Page 16 lacement 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. CITY OF NEWPORT BEACH a munic.al corporation Mayor ATTEST: APPROVED AS TO FORM: CONTRACTOR: A & L Construction Co.-, Inc. Name of Contractor (Principal) ; L AutWrized Signature and Title Joyce A Aunt JOYCE A. HUNT/ PRESIDENT Authorized Signature and Title L [1 1 I I i I I I n • • TABLE OF CONTENTS SPECIAL PROVISIONS SECTION 1 SCOPE AND CONTROL OF THE WORK 1 -1 General 1 -2 Definition 1 -3 Scope of Work 1 -4 Completion and Pipeline Connection Schedule 1 -5 Payment 1 -6 Liquidated Damages 1 -7 Permits 1 -8 Pre -Bid Conference & Job Walk 1 -9 Pre- Construction 1 -10 Conferences 1 -11 Inspection of Plans and Specifications by the Contractor 1 -12 Local Conditions 1 -13 Contractor's Records /As -Built Drawings 1 -14 Safety 1 -15 Protection of Utilities 1 -16 Construction Surveying Staking 1 -17 Water and Power 1 -18 Contractor's Work Area 1 -19 Inspection and Test 1 -20 Warranty 1 -21 Sanitary Facilities 1 -22 Availability of Materials 1 -23 Steel Plates 1 -24 Indemnification of Consulting Engineer SECTION 2 CONSTRUCTION MATERIALS 2 -1 Earth Work 2 -2 Backfill & Bedding 2 -3 Waterline Pipe 2 -4 Waterline Precast Concrete Vaults 2 -5 Waterline Valves 2 -6 Thrust Harness Assembly SECTION 3 CONSTRUCTION METHODS 3 -1 Bedding 3 -2 Pipe 3 -3 Excavation /Shoring 3 -4 Testing & Disinfection 3 -5 Installation of Precast Concrete Vaults SECTION 4 APPENDIX Appendix A Valve Vault Specification • • 1 SECTION 1 SCOPE AND CONTROL OF THE WORK ' 1 -1 GENERAL ' All work shall be performed in accord with the Standard Specifications for Public Works Construction, 1991 edition, as written by the Southern California chapters of the American Public Works Association and the Southern California District of the Associated General Contractors of California, the Standard Specifications 1 Supplement, these Special Provisions, the Plans (Drawing No. W- 5226 -5) and the Design Criteria, Standard Special Provisions & Standard Drawings for Public Works Construction, 1991 edition. All work shall also conform to the latest edition of American Water Works Associations (AWWA) standards as ' amended. 1 -2 Definition t Consulting Engineer Boyle Engineering Corporation 1501 Quail Street P.O. Box 3030 ' Newport Beach, CA 92658 -9020 (714) 476 -3300 1 -3 Scope of Work The work to done under this contract consists of installation of an 8 inch ACP waterline and related fittings, and construction of two valve vaults with 18 inch butterfly valves and all appurtenances and fittings, including air and vacuum release valve ' assemblies. In addition this project includes the abandonment and partial removal of the existing 10 inch waterline, abandonment of an air - release valve and vault, the abandonment of two large valves and their vaults. 1 -4 Completion and Pipeline Connection Schedule ' 1 -4.1 Completion Schedule ' The Contractor shall complete all work under the Contract within sixty (60) calendar days from the date of award of the contract by the City Council. ' 1 -4.2 Prosecution of Work No work shall begin until a schedule of work has been ' approved by the City. The Contractor shall submit a SP -1 ' construction schedule to the City 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. City will review the ' schedule and may require the Contractor to adjust to the requirements of the City. 1 -4.3 Working Hours 1 Working hours are limited to 7:00 a.m, to 6:30 p.m. Monday through Friday; 8:00 a.m. to 6:00 p.m. Saturday per Section 10 -28 of the NBMC. Should the Contractor elect to work later than 5:00 p.m, weekdays or at anytime Saturday, he must first obtain special permission from the City. A request for working during any of these hours must be made at least 72 hours in advance of the time period. A separate request must be made for each work shift. The City reserves the right to deny any or all such request. Additionally, the Contractor will be required to pay for inspection ' during these periods when such work is approved. 1 -4.4 Pipeline Connection Schedule ' The new waterlines shall be installed and shall have passed pressure testing before making any connections to the existing water lines. ' City will perform all shut downs of water facilities and perform all necessary bypassing. City will provide ' bypassing to customers on existing 10 -inch water main on First Avenue. The Contractor shall give the City seven (7) calendar days notice of the time he desires the bypassing and shut down of facilities to take place. A four hour shut down during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six hour shut down between the ' hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all connections within this time period. The times and dates of any utility to be shut down will be determined by the City of Newport Beach, Utilities Department. Any nightime work must be approved by the City in advance. ' 1 -4.5 Notice to Residents Forty -eight (48) hours before restricting vehicular ' access to garages or parking spaces, the Contractor shall distribute to each affected address a written notice stating when construction operations will start and approximately when vehicular accessibility will be ' restored. ' SP -2 1 The Contractor will be responsible for providing all ' residents and businesses impacted by any utility shut down with written notification twice; once three (3) days in advance and once twenty -four (24) hours in ' advance of any service interruption. The City will approve the notification format prior to the Contractor distributing literature. ' 1 -4.6 "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 40 hours in advance of the need for enforcement. In ' addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division at (714) 644 -3740, for verification of posting at least 40 hours in advance of the need for enforcement ' The signs shall (1) be made of white card stock; (2) have minimum dimension of 12 inches wide and 18 inches ' high; and (3) be similar in design and color to sign R- 38 of the Caltrans Uniform Sign Chart. ' The Contractor shall print the hours and dates of parking restrictions on the "NO PARKING -TOW AWAY" signs in 2- inch -high letters and numbers. A sample of the completed sign shall be approved by the City prior to ' posting. 1 -4.7 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 City. Immediately after construction is complete, the Contractor shall remove bag or cover. 1 -5 Payment The unit prices 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 the other related items of work 1 -6 Liquidated Damages Failure of the Contractor to complete the work within the time specified will result in significant damages ' being sustained by the City. From and after the date of ' SP -3 ' • • ' award of the contract, Pursuant to Government Code 53069.85, forfeiture for each day completion is delayed ' beyond the time allowed will be at the rate of $500 per calendar day. ' 1 -7 Permits The Contractor shall procure all necessary permits and shall purchase a valid City of Newport Beach business license. The permits contain requirements which affect the cost of project work and some permanent permits require supplementary work permits and fees to execute construction. Comply with permit requirements and obtain and pay the fees involved with the supplementary work permit. ' The Contractor shall also prepare a traffic control plan for the construction in 1st Avenue and Goldenrod Street. The Contractor will be responsible for processing and ' obtaining approval of a Traffic Control Plan from the City of Newport Beach Traffic Engineer. The Fire Department shall be notified by the Contractor of all ' lane closures. The Contractor will be required to adhere to the conditions of the permit and Traffic Control Plan. ' 1 -8 Pre -Bid Conference & Job Walk A pre -bid conference and job walk will be held at 10:00 am on June 2, 1993. The conference will be held at the office of the City of Newport Beach Utilities Department located at 949 West 16th Street in the City of Newport ' Beach. This conference is not mandatory. 1 -9 Pre - Construction ' A pre- construction meeting shall be scheduled 48 hours prior to start of construction with the following people present: Newport Beach Utilities Department, Consulting ' Engineer, City Inspector or their representatives. Required field inspections will be outlined at the meeting. This meeting is mandatory. ' 1 -10 Conferences At any time during the progress of the work, the City ' shall have the authority to require the Contractor to attend a conference including any or all of the subcontractors engaged in the work, and any notice of such conferences shall be duly observed and complied with by the Contractor. 1 ' SP -4 ' • • 1 L 1 1 -11 Inspection of Plans and Specifications by the Contractor The Contractor shall familiarize himself with the plans and specifications. Should he discover any discrepancies or omissions in them, he shall at once report his discovery in writing to the City for a decision on its correction, revision or clarification and the decision of the City shall be final. 1 -12 Local Conditions The bidder represents that he has carefully examined the contract documents and the site where the work is to be performed and that he has familiarized himself with all local conditions and federal, state and local laws, ordinances, rules, and regulations that may affect in any manner the performance of the work. The bidder further represents that he has studied all surveys and investigation reports about subsurface and latent physical conditions pertaining to the jobsite, that he has performed such additional surveys and investigations as he deems necessary to complete the work at his bid price, and that he has correlated the results of all such data with the requirements of the contract documents. The submittal of a bid shall be conclusive evidence that the bidder has investigated and is satisfied as to the conditions to be encountered, including locality, uncertainty of weather and all other contingencies, and as to the character, quality, quantities, and scope of the work. ' The plans and specifications for the work show subsurface conditions or otherwise hidden conditions as they are supposed or believed by the Consulting Engineer to exist; but it is not intended or to be inferred that the conditions as shown thereon constitute a ' representation that such conditions are actually existent. Except as otherwise specifically provided in the contract documents, the City, the Consulting ' Engineer, and their consultants shall not be liable for any loss sustained by the Contractor as a result of any variance of such conditions as shown on the plans and the actual conditions revealed during the progress of the work or otherwise. 1 -13 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 1 SP -5 ' • • 1 Ll City or to its authorized designed representative. 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 job site at all times and in addition the contractor shall maintain "As- Built" drawings of all work and subcontractor, continuously as the job progresses. A separate set of prints for this purpose only; shall be kept at the job site at all times. It shall be required that these drawings be up -to -date and so certified by the City's Inspector 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 shall be verified by the City prior to final payment or release of any bonds. ' 1 -14 Safety In accord with generally accepted construction ' practices, the Contractor shall be solely and completely responsible for conditions of the jobsite, including safety of all persons; and property during performance of the work, and the Contractor shall fully comply with all ' state, federal and other laws, rules, regulations, and orders relating to safety of the public and workers. ' The right of the Consulting Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance will not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. ' 1 -15 Protection of Utilities 1 1 [1 The Consulting Engineer has endeavored to determine the existence of utilities at the site of the work from the records of the owners of known utilities in the vicinity of the work. The positions of these utilities as derived from such records area shown on the plans. The service connections to these utilities may not be shown on the plans. Prior to excavating in the vicinity of these utilities, the Contractor shall notify Underground Service Alert. The Contractor shall make his own investigations, including exploratory excavations and shall be responsible for verifying the actual locations and elevations of all utilities. The Contractor shall protect all existing utilities from damage, whether they are shown on the plans or not. SP -6 1 -16 Construction Surveying Staking The City will furnish the following construction stakes: ' One (1) set of a layout line or offset for each of the vaults. ' One (1) set of stakes for the construction of the waterline. Any additional stakes or any restaking or costs thereof ' shall be at the responsibility of the Contractor. The Contractor shall notify the City in writing two working days in advance of the time that the stakes are needed. 1 -17 Water and Power The Contractor will be responsible for obtaining any ' water and power required for his operation. If the Contractor elects to use City's water, he shall arrange for a meter and tender a $500 meter deposit with the ' City. Upon return of the meter in good condition to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage. 1 -18 Contractor's Work Area It shall be the responsibility of the Contractor to ' coordinate with the City for the area that can be used for equipment parking and material storage. The Contractor's personnel and subcontractors will be ' required to park all personal vehicles off -site. The site may not be used for personnel parking. The Contractor shall be responsible for securing the site to protect his property from vandalism and loss and to ' protect the public from possible injury. The Contractor will have complete access to the project ' area within the "limits of construction ". Access to other areas of the site is restricted and limited to only necessary purposes. Contractor shall coordinate ' access to other parts of the site with the City of Newport Beach, Utilities Department. 1 -19 Inspection and Test 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 City. The Contractor shall furnish the City full information as to the ' progress of the work in its various parts and shall give ' SP -7 ' • • the City timely (48 hour minimum) notice of the Contractor's readiness for inspection. The City shall select the independent testing laboratory and pay for all testing as specified in the various sections of the special provisions. When, in the opinion of the City, additional tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed his work, such tests and inspections will be paid for by the Contractor. 1J 11 [1 Contractor shall provide a written warranty satisfactory to the City prior to acceptance of the contract installation which meets the requirements of this provision. 1 -21 Sanitary Facilities Sanitary facilities shall be maintained on the site during the construction period. 1 -22 Availability of Materials It will be the Contractor's responsibility to ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100% completion of work. 1 -23 Steel Plates The City can provide, free of charge, a limited quantity of 1" thick, 51x 10' steel plates. These plates may be obtained from and shall be returned to the City's he performance of tUtilities Yard at 949 West 16th Street. To determine the number of plates available and to reserve the plates, the Contractor must call the City' Utilities Superintendent, Mr. Peter Antista, at (714) 644 -3011. 1 -20 Warranty ' The Contractor shall warrant all materials and workmanship for a period not less than two years (24 months) from the date of City Council acceptance of the ' contract work and certification of completion. The Contractor's warranty shall cover all materials and all operations of all equipment installed as a part of ' this contract. Any part, item or function that does not perform as originally intended or specified shall be replaced or repaired by the Contractor at no cost to the City should that part, item or function fail or not perform as originally intended or specified. 1J 11 [1 Contractor shall provide a written warranty satisfactory to the City prior to acceptance of the contract installation which meets the requirements of this provision. 1 -21 Sanitary Facilities Sanitary facilities shall be maintained on the site during the construction period. 1 -22 Availability of Materials It will be the Contractor's responsibility to ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100% completion of work. 1 -23 Steel Plates The City can provide, free of charge, a limited quantity of 1" thick, 51x 10' steel plates. These plates may be obtained from and shall be returned to the City's he performance of tUtilities Yard at 949 West 16th Street. To determine the number of plates available and to reserve the plates, the Contractor must call the City' Utilities Superintendent, Mr. Peter Antista, at (714) 644 -3011. • • 1 -24 Indemnification of Consulting Engineer Contractor shall name Consulting Engineer as an additional insured on all policies of insurance related to to the performance of this contract. SP -9 SECTION 2 CONSTRUCTION MATERIALS 2 -1 Earth Work The Contractor shall perform all earthwork required for Construction of the pipeline and vaults. Excavation shall include without classification the removal of all ' material of whatever nature encountered. The Contractor shall remove unsuitable material and dispose of it at an off -site location. Costs of said disposal shall be the sole responsibility of the Contractor and no additional compensation shall be made therefor. ' 2 -2 Bedding and Backfill Materials The bedding material shall be sand meeting ASTM D 2419, with a minimum Sand Equivalent 30 or better grade and shall be compacted to a minimum of 95% relative compaction for all pipes. The bedding shall also conform to City Standard Drawing STD - 106 -L. Backfill of all pipe trenched above the bedding shall be placed in layers not more than 8 inches in thickness, shall be compacted to 90% of maximum density, and shall conform to City Standard Drawing STD - 106 -L. 2 -2.1 Crushed Rock Base Crushed rock base and gravel are defined as natural or crushed rock, free from organic matter, and meeting the following gradation: Percent Passing Sieve Size - -By Weight ---- - - -- -- -- -- - - - - -- 1 -1/2 inches 100 2 -2.2 Native Earth Backfill Excavated native earth may be used as backfill adjacent to structural backfill. Backfill shall be free of ' trash, roots, clay, debris, and other deleterious material. D SP -10 3/4 inch 90 - 100 No. 4 35 - 55 No. 30 10 - 30 No. 200 0 - 5 2 -2.2 Native Earth Backfill Excavated native earth may be used as backfill adjacent to structural backfill. Backfill shall be free of ' trash, roots, clay, debris, and other deleterious material. D SP -10 • • 2 -3 Waterline Pipe SP -11 The cost of all pipe materials, including all tees, crosses, bends etc., will be included as part of the contract unit amount stated in the proposal. All flanged pipe and fittings shall be shop fabricated, not field fabricated. 2 -3.1 AC Pipe and Couplings A.C. pipe shall conform to AWWA C400 and ASTM C296, Type II and be Class 150. Pipe shall be Capco, or equal. 2 -3.2 Couplings and Rubber Rings Provide one coupling consisting of an asbestos - cement sleeve and two rubber rings with each standard, random, or short length of pipe. Each coupling shall be suitable for the particular size, class, and manufacture of pipe with which it is to be used. Coupling sleeves 1 shall be asbestos cement composed of the same material as specified for A.C.P. Machine rubber -ring gasket retaining grooves into the inner surface of the sleeve so that, when the joint is assembled, the gasket shall 1 be compressed to form a watertight seal. Coupling rubber rings shall consist of a molded and vulcanized rubber compound conforming to ASTM D 1869 and shall be "Ring - Tite," "Fluid - Tite," or equal. Prior to shipment, each coupling rubber ring shall be stretched and subject to a visual inspection by the manufacturer while in a stretched condition. Reject defective rings. 2 -3.3 Water Fittings Fittings shall be manufactured in accord with AWWA C110 '(ANSI A21 -10) and shall be ductile iron. Cast iron fittings shall not be accepted 2 -3.4 Lining and Coating The internal surfaces of ductile pipe and fittings shall 1 be lined with a uniform thickness of cement mortar then sealed with bituminous coating in accord with AWWA 0104 (ANSI A21.4). The outside surface of ductile iron pipe and fittings shall be coated with bituminous coating 3 mils thick in accord with ANSI A21.6 or ANSI A21.51. To protect the pipe from corrosion, ductile iron pipe, pipe ' fittings, and valves buried underground shall be protected with plastic film wrap in accord with AWWA 0105 (ANSI A21.5). Wrap shall be loose 8 mil thick polyethylene. Polyethylene wrap not required inside of vaults. SP -11 1 • 2 -3.5 Flanges 1 Flanged fittings shall be ductile iron material and shall conform to the requirements of AWWA Standard C -110 and ANSI A21.10. Pipe and adapter flanges shall be ANSI B16.5 pattern, Class 150 flanges. 2 -3.6 Bolts, Nuts and Gaskets Bolts and nuts for all installations shall be type 316 stainless steel. Coat threads with liberal amount of anti -cease compound. Flange gaskets shall be full -faced ' Buna -N, nylon impregnated rubber. 2 -4 Waterline Precast Concrete Vaults 2 -4.1 Description This section includes materials and design of precast concrete vaults and structures. 2 -4.2 Submittals The Contractor shall submit detailed fabrication drawings to the City for approval. Submit manufacturer's catalog data on precast concrete items. Show dimensions of vaults, vault hardware and appurtenant material, and thicknesses of walls, floors, and top slabs. Show reinforcing wire and steel. Show materials of construction by ASTM reference and grade. 2 -4.3 Manufacturers Precast concrete vaults shall be manufactured by Brooks ' Products Inc., Quikset, or equal. Vault shall meet Caltrans H -20 loading requirements. 2 -4.4 Precast Concrete Vaults ' Precast concrete vaults shall comply with ASTM C 858 except as modified herein. Design loads shall be in accord with ASTM C 857. Traffic loads shall conform to Caltrans H -20 load designation. Soil lateral loads shall be as determined by ASTM C 857. Alternate design by the strength design method shall include a load 1 factor of 1.7 times the lateral earth or hydrostatic pressures. Minimum wall thickness shall be 6 inches, minimum vault base thickness shall 811, and minimum vault 1 ceiling thickness shall be 6" thick. Knockout wall panels shall be designed to accommodate loading pressures. The vault shall be 8' wide by 11' long and ' 7' -6" from the floor to ceiling (minimum). Pipe SP -12 1 • • ' clearance shall be 24" minimum from the floor to flange bottom. All sides of the vault shall be properly ' reinforced with steel to withstand the specified loading. All joints, seams & outlets shall be sealed in such a manner to insure watertightness, Vault exterior shall be coated with 25 mils of bitumastic concrete 1 waterproofing compound prior to backfill. All interior joints and seams (except pipe entrances) shall be filled with non - shrink cement grout compound and shall be trowel finished smooth 2 -4.5 Sealants for Pipe to Wall Joints Pipe to wall joints shall be sealed using a manufactured, interlocking rubber link mechanical gland such as "Link -Seal" as manufactured by Thunderline Corporation of Bellville, Michigan with stainless steel hardware. Grout sealing these joints is not an acceptable practice. Ventilation duct and air - vacuum I release openings may be sealed with a non - shrink grout material or with "Link- Seal ". 2 -4.6 Wall- Mounted Steel Ladder ' A wall- mounted steel ladder shall be provided. The ladder shall be of sufficient size, dimension, and 1 capacity to satisfy the requirements of OSHA. All steel components shall be hot -dip galvanized after fabrication. All mounted hardware shall be stainless steel. The ladder shall be wall- mounted only. No floor mount rails shall be used. Side rails shall be terminated 4 inches above vault floor surface. All mounting and fastening hardware shall be type 316 stainless steel. 2 -4.7 Access Hatches The vault shall have two top openings. One shall be a standard 36 inch diameter manhole, frame and cover. It shall be centered over the valve body. The other opening shall be rectangular with minimum dimension of 30 11x 36" and shall be in one corner of the vault. Its cover shall be a hinged, spring- open- assisted diamond- , plate stainless steel. Covers shall be designed to carry "H -20" loading. Hatch cover shall be as manufactured by U.S. Foundry & Manufacturing, Access Manufacturing, Inc. or Bilco Manufacturing. ' 2 -4.8 Side Rail Extensions The ladder shall be equipped with side rails extensions (two) as manufactured by Brooks Products or pre- approved manufacturer's equivalent. ' SP -13 • • 2 -4.9 Vault Section and Manhole Ring Joints Butterfly valve shall conform to section 207 -20.2 of the Standard Special Provisions. Contractor shall submit specific valve model data for City approval prior to Contractor purchase or installation. 2 -5.2 Valve Shaft and Valve Disc Valve shaft and valve disc shall conform to section 207- 20.2 of the Standard Special Provisions. SP -14 Vault section and manhole ring joints shall be "H -20" 1 traffic rated and shall be sealed with non - shrink cement grout and shall finished smooth inside. All joints shall be watertight. 2 -4.10 Vault Floor The vault floor shall be graded to slope toward one corner. A 12 inch diameter recessed sump (a collection sump, not a drainage sump) shall be provided. The sump shall be a minimum of 8 inches deep. A cast -iron grate shall be provided for the sump such that it flush with vault floor. The grate shall be manufactured by Alhambra Foundry or approved equal. 2 -4.11 Ventilation Piping The vault shall have two 8 inch diameter ventilation 1 pipes. Ventilation piping shall be provided and run to the ground surface as necessary and shall be PVC Schedule 80 or thicker. Steel ventilation piping is not acceptable. PVC ventilation piping passing through the 1 vault wall may be grouted into place with non - shrink cement grout material or "Link- Seal" and such joints ' must be watertight. PVC ventilation pipe shall terminate with an air vent stack, as manufactured by Armour -Cast Company. Vent stack kits shall be UPSRK -8. 2 -4.12 Crushed Rock Base Crushed rock base material shall comply with Section 2- 1 2.1. 2 -5 Waterline Valves I2 -5.1 Butterfly Valves Butterfly valve shall conform to section 207 -20.2 of the Standard Special Provisions. Contractor shall submit specific valve model data for City approval prior to Contractor purchase or installation. 2 -5.2 Valve Shaft and Valve Disc Valve shaft and valve disc shall conform to section 207- 20.2 of the Standard Special Provisions. SP -14 ' • • 2 -5.3 Interior Body of the Valve and Disc The interior body and disc shall be internally epoxy lined. Application shall be on a sandblasted surface with preparation conforming to SSPC -10 requirements. The epoxy lining shall be an approved, thermally cured, fusion - bonded system. Brush applied epoxy coatings shall not be permitted. 2 -5.4 Valve Operator The operator shall be a manual worm gear, single reduction design with provisions for input, spur or bevel gear assemblies to produce the required torque with a maximum pull of 80 lbs. on the hand wheel. The shaft shall be hardened alloy steel. The worm shall ' also be hardened alloy steel, and the mating worm gear shall be alloy bronze, accurately cut by hobbing machines, and combination of these shall be self - 1 locking. All gearing shall be greased lubricated at the factory. Ball or roller bearings shall be used to provide smooth rotation of the worm shaft. The operator shall comply with the latest revision AWWA C504. The operator shall be Limitorque Model No. T -350 with 5:1 input shaft spur gear attachment and 24" hand wheel. 2 -5.5 Pointer Assembly I The operator shall be provided with a pointer assembly for valve position indication. 2 -5.6 Mechanical Stops An integral adjustable stop device shall be provided to prevent over - travel. The stops shall allow valve travel of 40 degrees, with a minimum adjustability of + or - 5 degrees at each end of travel. All stops shall be of steel material. 2 -6 Thrust Harness Assembly The Contractor shall provide a pipe harness assembly spanning the flexible coupling. A total of four (4) - 3/4" stainless steel tie rods with stainless steel nuts and tie clamps shall be installed. The harness restraint assembly shall be National Star Products Model No. 18 -4B. ' SP -15 1 SECTION 3 CONSTRUCTION METHODS 1 3 -1 Bedding A six inch layer of sand meeting a SE30 grade or better shall be installed prior to placing the pipe. Prior to placing the pipe, the bedding shall be graded so that when installed, the pipe shall be in contact with the bedding for the full length. Also see Section 2 -2 herein. 3 -2 Pipe The pipe shall be installed to the line and grade shown. The pipe joints shall be made up strictly in accord with the manufacturer's instructions. The pipe shall not be ' deflected more than 5 degrees or more than that recommended by the manufacturer, whichever is less. The pipe shall be handled with canvas slings and care shall be taken not to bump or otherwise damage the pipe while ' it is being unloaded or placed in the trench. Care shall be taken to minimize foreign material from entering the pipe during installation. 3 -3 Excavation /Shoring In areas where open trenching is used, excavations shall be braced or shored so as to provide conditions under which workman may work safely and effectively at all times. The latest revisions of the rules, orders, and regulations of the Division of Industrial Safety of the State of California shall be complied with. The Contractor shall provide structural calculations for all shoring which shall be signed by a California licensed ' Civil Engineer. 3 -4 Testing & Disinfection Water mains shall be pressure tested and disinfected in accord to section 306 -1.4.5 and section 306 -1.4.7 of the Standard Special Provisions. I I SP -16 • • 3 -5 Installation of Precast Concrete Vaults 3 -5.1 Vault.Base Excavate for the vault and install a crushed rock base, 12 inches thick. Crushed rock base material shall extend 1 foot beyond the outside edge of the concrete vault base. Compact to 95% relative density. 3 -5.2 Installing Vaults Set each precast concrete vault section plumb on a bed of sealant or cement mortar at least 1/2 -inch thick to make a watertight joint with the concrete base and with the preceding unit. Point the inside joint and wipe off the excess mortar or sealant. 3 -5.3 Backfill Around Vaults Backfill and compact around the vaults using native material. Compact to 95% minimum relative compaction. SP -17 APPENDIX A VALVE VAULT SPECIFICATIONS • 0 City of Newport Beach ' 1993 VALVE VAULT SPECIFICATIONS ' Valve vaults shall be required for all water valves larger than 16- inches diameter. Valve vaults shall conform to the following minimum specification requirements: 1. Minimum interior vault dimensions shall be at least: a. 8 ft. wide x 8 ft. long for 18 -inch valves. b. 8 ft. wide x 10 ft. long for 20 -inch valves. ' c. 10 ft. wide x 10 ft. long for 24 -inch valves. d. 10 ft. wide x 12 ft. long for 30 -inch valves. ' e. Vaults shall be larger where minimum clearances between the vault walls and flange bolts or other pipe appurtenances are not greater than 24 inches to the side of fittings and 6 inches from fittings along the pipe centerline. 2. Vaults may be cast in place or may be supplied as precast modular units, ' provided the minimum loading requirements are satisfied. Vaults subject to vehicular traffic loading shall be capable of sustaining CalTrans "H -20" loading. Vaults in parkway areas may be designed for CalTrans "H -5" loading. a In no instance shall the wall thickness of the vault be less than 6 inches; nor shall the vault base be less than 8 inches; nor shall the vault ceiling be less than 6 inches thick. b. All sides of the vault shall be properly reinforced with steel to withstand the ' specified loading. c. Precast vaults shall be as manufactured by Brooks Products, Quickset or Utility Vault Company. 3. Vaults shall have two top openings. One shall be centered over the valve to ' allow its removal; the other shall be in a corner of the vault for personnel access to the vault. a. The centered valve opening shall be a standard 30 -inch, 36 -inch or 42 -inch diameter manhole, frame and cover. This opening shall be centered over the body of the valve and shall be large enough to allow the water valve to be removed from the vault without its disassembly. 1 Page 2 • City of Newport Beach 1993 Vault Specifications b. The personnel access opening shall be rectangular with minimum dimensions of 24" x W. The cover for the rectangular opening shall be one- , piece, hinged, spring- assisted, diamond - plate, stainless steel. Covers shall be designed to carry the appropriate vehicular loading. (1.) An aluminum cover may be placed over the rectangular personnel opening where the vault is placed in a parkway or greenbelt area and is not subject to vehicular loading. All hardware on aluminum hatch covers shall be stainless steel. c. Hatch covers shall be as manufactured by U.S. Foundry & Manufacturing, Pennsylvania Insert Corporation or Bilco Manufacturing. 4. Pipe to wall joints shall be sealed using a manufactured, inter - locking rubber link mechanical gland such as "Link - Seal®" manufactured by Thunderline 1 Corporation of Belleville, Michigan. a. Grout sealing these joints is not an acceptable practice. ' b. Pipe to wall joints shall be water -tight. 5. Vault section and manhole ring joints shall be sealed with bitumastic manufactured gasket material. Joints shall be finished with non -shrink cement grout and shall be trowelled smooth inside the vault. ' 6. Vault floors shall be graded to slope toward the recessed sump in one corner. A 12 -inch diameter recessed sump (a collection sump, not a draining sump) shall be provided. a. Sump shall be a minimum of 8 inches deep. A cast iron grate shall be provided such that it is flush with the vault floor. The sump grate shall be cast iron and as manufactured by Alhambra Foundry or approved equivalent. 7. The vault shall have two 12 -inch diameter ventilation openings to accommodate 8 -inch diameter ventilation piping. One opening shall be near the top of the interior of the vault. The other shall be near the floor of the vault in an opposite corner on the same wall. a Ventilation piping shall be provided and run to the ground surface through the openings as necessary. Ventilation piping shall be PVC, schedule 80 or thicker. Bends shall be long - radius type. b. PVC ventilation pipe passing through vault walls above the high tide line ' may be grouted into place with a non -shrink cement grout material. Such joints must be water -tight. It is recommended that the lower opening be sealed via the specified "Link- Seal®" method. See item 4, above. All joints shall be water -tight. c. Steel or other metallic ventilation piping is not acceptable. ' d. Above -grade PVC vent stacks shall be as manufactured by Armour -Cast Company (formerly UTEL Supply Co.). Vent stack kits shall be UPSRK -8. • Page 3 0-ty of Newport Beach 1993 Vault Specifications 8. Vault access through the rectangular opening specified above, shall be ' accommodated via a wall mounted, steel ladder. The ladder shall be of sufficient size, dimension and capacity to comply with all requirements of OSHA. a. All steel components shall be hot -dip galvanized after fabrication. b. Ladder shall be equipped with side rail extensions (two each, one on each side -rail) as manufactured by Brooks Products, Specialty Dept., Inwesco Company or other pre - approved manufacturer's equivalent. c. All mounting and fastening hardware shall be type 316 stainless steel. 9. Complete and detailed fabrication drawings shall be submitted to the Newport Beach Utilities Department for approval. ' a. Drawings shall indicate all vault and appurtenant material details, dimensions and manufacturer's product data. b. Materials not approved in advance by the City shall be rejected. ' c. Direct all submittals and questions to Jeff Staneart, Utilities Director at (714) 644 -3011. 5 1 J �l [1 i 1n u • K a - a a � D• fillE: SD' MHO ryy{fitttti l•_ Z sEi1 ; 1D E--4 Q Z U W OMM W W cr^ 1j O rC w ( N p` O r A � m N r Q W Z rn ¢ m W W W N O cr V Ul Q 0 W W a¢ L) ; N. ca CP i \ U ~ J a a (L Issss W 0) CC $ Q w _FL i D all D 9, 0 a i' i A A A n 3 L E 8 B� pF er S 8-6 w ' f Bc 6i 2 6�1 w p. W� HINT Z b° Y G�� P� E a t i s-- F�3 .• g �. 00 ©a "-�l a" - g E . §81H a� i TIM: E I /Cp'> yFSn � %1 iW11 Mll �YY., ll ill \,� yo D fl ® ® ® ® ® ® ® ®o © ® ®e® © ®1)a Z b° Y G�� P� E a t i s-- F�3 .• g �. 00 ©a "-�l a" - g E . §81H a� i TIM: E I /Cp'> yFSn � %1 iW11 Mll �YY., ll ill \,� W F W g G aoaoo 00 0 000 000000 ® ® ®® ®® ® ®o W a .or sss zx.as_sv i 0 V W Vli �s i 3 r S 0 I I I I � 11 � I I I I 1 I I � I W ( $ LU Z W V I I I I o i i i l i 1 1 eLU° u1 I' U I 1 I I S�OXM ` I �n I m I _ ,rl I 1 1 I ` Q m 1 H i la J La ,T I N I H Z W D __J Q H Z W 0 5 g�� V 8 0 e octets O ® ® ® ® ® ® ®® ®000 ©00 O® U Z Q r U W W Nlvui M Z 11 0 \ r W i N u i 3 6 r W 0 W U J Q I 11 V � � I I i o -� I 1 I I I I I ) 3dOlS I W I H I I V I Iml I °I I VI IVI I I I I 1 I I W i t � I V 1 1 I 1�1 I I Vi I IU I I I I 1 1 I I I 1 1 I i I h I I , I I h 1 I n I 1 1 I h I I I 1 I ell, ♦ N I r � v 1 I °� 1 1 1 1 1 w 3s z I 1 I w n I I I I I G I I I I 1 p< V N I I I I I I I I I I I I I p N I 1 • :b =a z o I 1 L I I I $ c 5 _ i• I I � p F I I I 1 I 9l I I FS I I W �1 1 i I I 1 I I I i , I I , 1 I I -Y 1 .x0139 W 1310N 33S . V I I � 1 U I 1 I L 19-7 E El 'Z 5 Z � a° S � � ? � 'o• ° 4 E b � s � o r o g' a o a s .i1' � Y � � Qi o g c • E ti0 r b b 8 i b 2 b b b b 2 t= g b bl b b ; 2 ' • f c -yg z a % a a 8 0 e octets O ® ® ® ® ® ® ®® ®000 ©00 O® U Z Q r U W W Nlvui M Z 11 0 \ r W i N u i 3 6 r W 0 W U J Q I 11 V � � I I i o -� IN. m i 1 i n i V -,l I 1 9 I I w 61 <ii< oxi WW I N�O N Z ab <r o n mw ' E w� W zz N wr $i Z .J h Z m < ~ b >U <g rOw III I a as ;a ip = t,V I 0 4 n' LU >C _ o `o a o � ` o =u II , 1 0 Z, 11 L r U < V) N I 1 I I I I I ) 3dOlS I W I H I I V I Iml I °I I VI IVI I I I I 1 I I W i t � I V 1 1 I 1�1 I I Vi I IU I I I I 1 1 I I I 1 1 I i I h I I , I I h 1 I n I 1 1 I h I I I 1 I ell, ♦ N I r M 1 I 1 1 1 1 1 w z I 1 I w I I I I I I I I I 1 p< V N I I I I I I I I I I I I I p N I 1 1 1 L I I 1 I 1 L I I I _ I I 1 I I I 1 I 9l I I FS I I W �1 1 i I I 1 I I I i , I I , 1 I I -Y 1 .x0139 W 1310N 33S . V I I � 1 U I 1 I IN. m i 1 i n i V -,l I 1 9 I I w 61 <ii< oxi WW I N�O N Z ab <r o n mw ' E w� W zz N wr $i Z .J h Z m < ~ b >U <g rOw III I a as ;a ip = t,V I 0 4 n' LU >C _ o `o a o � ` o =u II , 1 0 Z, 11 L r U < V) N 1 I m� -J 1 ) 3dOlS IN. m i 1 i n i V -,l I 1 9 I I w 61 <ii< oxi WW I N�O N Z ab <r o n mw ' E w� W zz N wr $i Z .J h Z m < ~ b >U <g rOw III I a as ;a ip = t,V I 0 4 n' LU >C _ o `o a o � ` o =u II , 1 0 Z, 11 L r U < V) N July 6, 1993 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 (7 14) 644 -3311 A & L Construction Co., Inc. 1245 Logan Avenue Costa Mesa, CA 92626 Subject: 1st Avenue Water Main Replacement Project Title of Project C -2944 Contract No. The City Council awarded the subject contract to you on June 28, 1993 Enclosed are four copies of the contract documents. Four copies each of the following documents shall be executed: Payment Bond (page 8) Faithful Performance Bond (page 10) Certificate of Insurance and Endorsements (pages 12, 13, 14) Contract (page 15) The date of the contract is to be left blank since it will be dated when the City executes the contract. The distribution of executed documents will then be (1) City Clerk, (2) Engineer, (3) Contractor, and (4) Bonding Company. Note that the enclosed contract documents are the only forms acceptable to the City for this purpose. The Standard Specifications require that you sign and file with the Engineer a Workers' Compensation Insurance Certificate. You may execute and return the enclosed Workers' Compensation Certificate to satisfy this requirement. All of the executed documents mentioned above shall be returned to the undersigned Engineer c/o the Public Works Department, City of Newport Beach, 3300 West Newport Boulevard, P. O. Box 1768, Newport Beach, CA 92659 -1768 within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of mailing. very truly yours, Jeff staneart Project Engineer js /mms Enclosures 3300 Newport Boulevard, Newport Beach May 24, 1993 CITY ITEM TO: Mayor & Members of the City Council FROM: Utilities Department SUBJECT: CONTRACT FOR FIRST AVENUE (CONTRACT NO RECOMMENDATIONS: AGENDA BY THE CITY OF NE` ";;:,,: APPF ED CONSTRUCTION OF WATER PIPELINE WATER MAIN REPLACEMENT PROJECT 2944) 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids for construction of the project. a Bids to be opened at a quarter to 11 o'clock in the morning (4-Oo-45 a.m.) on Wednesday, June 16th, 1993, at the office of the City Clerk. DISCUSSION: This project provides for the replacement of approximately 600 feet of deteriorated cast iron water pipeline in Corona Del Mar in First Avenue between Dahlia and Goldenrod. The water pipeline was originally installed in 1925. It has a recent history of pipe failures. City crews have responded to perform emergency main break repairs three times in the last two years. The City retained the firm of Boyle Engineering of Newport Beach to design pipeline replacement and prepare plans and specifications. The proposed project also includes replacement of two large diameter water valves on the 18 -inch water main in Goldenrod Avenue south of Coast Highway. These valves were also installed in the 1920's and are no longer operable. The project construction will be performed by a private contractor. The Utilities Department forces will assist the contractor by performing the necessary water system shutdown of the 18 -inch pipeline in Goldenrod Avenue. City forces will also help by -pass water customers whose water service would be otherwise interrupted by the construction activities. The Engineers' Estimate for the Project is $104,500. The costs are distributed as indicated below. Funds for the work are included in the approved 1992 -93 water capital projects budget. The estimated time of completion is 60 calendar days. • kge 2 first Avenue Water Project Authorization to Advertise Bids May 24, 1993 Engineers' Cost Estimate Item Amount Install 590 Linear Feet of 8 -inch ductile iron pipe $45,200 Install two 8 -inch water valves ME Make miscellaneous connections & abandonments 2,100 Replace two fire hydrants Replace 18 -inch water valves & construct valve vaults 46,600 Remove & abandon existing 18 -Inch valves 3,900 Pressure test & disinfect new water pipeline 1.300 Total Estimated Cost $104,500 The City proposes to commence construction as soon as is practical to allow completion of the project prior to the cooler fall period when system water temperatures drop and main failures occur more frequently. The contract specifications provide for completion within 60 calendar days from the date of the award of the contract. If the City awards the contract after bids are received, the resulting completion date would be late August or early September. The recommendation to proceed was reviewed by the Utilities Committee at its meeting on April 28th, 1993 and is forwarded to the City Council with a recommendation for approval. Respectfully submitted, Sl'Ar�E -4fLT Jeff Staneart, P.E. Utilities Director Js: sdi Attachments: Project Vicinity Map Z 3 (;DAgT 9 \ \t �9 HiGHfA 9` \ G� City of Newport Beach EXHIBIT "A" First Avenue Water Main Replacement Project Location page 3 of 3 Authonzed to Publish Advertisements of all ki'dMuding public notices by Decree of the Superior court of Orange County, California, Number A -6214, September 29, 1961, and A-24831 June 11, 1963 STATE OF CALIFORNIA County of Orange I am a Citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the below entitled matter. I am a principal 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: May 27, 1993 June 1, 1993 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on June 1 1993 at Costa sa, California Signature ,- ri PROOF OF PUBLICATION PUBLIC NOTICE NOTICE INVITINU BIDS Sealed bids may be re- ceived at the office of the City Clerk, 3300 New Boulevard, Post Office Box 1768, Newport Beach, Ca8- fornia 92 65 9 -1 76 8 until 10:45 o'clock a.m. on 16th day of dune, 1993, at which Ome such bids shall be opened and read for FIRST Wanda E. Reggio, City Clerk Prospective bidders may obtain one set of bid docu- ments at no cost at the of- fice of the Public Works Department, 3300 Newport Boulevard, Post ORice Box 1768, Newport Beach, Cali fomia 92659 -1768 For further information, call Jeff Stewart at 644 3011 Published Newport Beach -Costa Mesa Daily Pilot May 27, June 1, 1993 ThT987