Loading...
HomeMy WebLinkAboutC-2957 - Design Balboa Peninsula Water Main Re-Lining (Stop notice in file)STOP NOTICE NOTICE TO WITHHOLD TO HOLDER OF FUNDS . CITY OF NEWPORT BEACH PUBL DEPARTMENT (Name of owner, construction tender or public 3300 NEWPORT BLVD., NEWPORT BEACH, CA 92659 -1768 HOLDER Of FUNDS. (Address of owner or construction lender) YOU ARE HEREBY NOTIFIED THAT the undersigned claimant, SPINIELLO CONSTRUCTION CO. 13241 LAKELAND RD. SANTA FE SPRINGS, CA 90670 (Name and address) has furnished or has agreed to furnish TABOR, MATERIALS AND EQUIPMENT (labor, services, equipment, materials) ' of the following kind CLEAN AND CEMENT MORTAR LINE WATER MAIN (general description of labor, servic es, equipment or materials) to or for VALVERDE CONSTRUCTION CO. ' , for the work improvement, located at, or known as: (alma of person to or for whom furnished) BALBOA PENINSULA WATER MAIN RE— LINING PROJECT C -2957 (address, legal description, dtWiption of ate or I The amount in value of the whole agreed to be done or furnished by claimant is S $� • 623,10 The amount in value of that already done or furnished by claimant is E +°5.I99 - 9 Claimant has been paid the sum of $ 39,416,.48 , and there remains due and unpaid the sum of $46-206-09 plus interest thereon at the rate of 12 per cent per annum from JUNE 15, _, lg 94 YOU ARE HEREBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST. Dated: AUGUST 3, 1994 STATE Of CALIFORNIA ss. COUNTY OF LOS ANGELES SPINIELLO CONSTRUCTION CO. Name of Clamant Address of �•v Chia, y e: =y PYa C!V M. WAYNE CARDWELL being duly sworn, deposes and says: That ,he is the person(s) who signed the foregoing Stop Notice; that —he has read the same and knows the contents thereof to be true of Liz. own knowledge, except as to any matters or things that may therein be stated on hI.S_ information and belief and as to those matters and things —he believes them to be true. OEM L. JEFFERS COMM.tGe11Q5 Notory public — Codtorrua Jz e LOS ANGELES COL" M. WAYNV CARDWELL y� MyCornm.EgriresJANpy,tgg7 WEST REGIONAL MANAGER Subscribed and sworn to before me �~ j�GcIVED this D day of AUgUST ,1924 - -� Notary Po*afiem and for said State C _ Z 997 TRAFFIC CONTROL SERVICE, inc. RENTAL & SALES OF SAFETY EQUIPMENT RECEIVED AUG 3 1994 Date: JULY 29, 1994 THIS LETTER REQUIESTS A RESPONSE BY: AUGUST 2, 1994 Via Certified Mail /Return Receipt Requested Lender: NONE KNOWN AT TIME OF THIS NOTICE Cr NT TO: q �Tyor f-t Councilmen Owner: CITY OF NEWPORT BEACH G 1s,2mager G Attorney 3300 NEWPORT BLVD. Ll Dir, NEWPORT BEACH, CA 92659 Cs'.n:':16ery Dir. Cl vt5 & R Dir. C) Rt] 3 C+Prime: VALVERDE CONSTRUCTION Oir p (Oer 12402 PHILADRTPHTA eT f/�jY✓ WHTTTIER CA 90601 / 7 In Re: Work of improvement at: JOB 1 385 VARIOUS LOCATIONS IN NEWPORT BEACH. To All Concerned: With our Preliminary Notice dated 5/23/94 we complied with the provisions of Section 3097 of the California Civil Code, although we are reluctant to file a Claim of Lien without once again notifying all concerened. Be advised that we have not received payment in the sum of $ 674.15 for materials furnished for above work from MAY 1994 through PRESENT at the request of VATVnunv CAMRTRUPTTON Our failure to have received payment for the above sum on or before 8/4/94 will cause TCSI, without further notice to record a Claim of Lien and /or proceed with any other collection measures we consider necessary for the protection of our investment. Elv m 1 20953 Collection • ANAHEIM & RIVERSIDE s SAN MARCOS • NEWHALL • SACRAMENTO 1881 Betmor Lane • Anaheim, CA • 92805 • Phone 714/937 -0422 • Fax/937 -1070 In Southern California 800/222 -TCSI • In Northern California 800/884 -8274 Release of Stop Notice TO: City of Newport Beach - Public Works Department (Construction Lender, Public Body, or party with ulhoru Slop Notice was filed) 3300 Newport Blvd., Newport Beach CA 92658 (Address) You are hereby notified that the undersigned claimant releases that certain Stop Notice dated June 9, 1994 in the amount of $ 20r323.64 against City of Newport Beach Valverde Construction, Inc. in connection with the work of improvement known C- zys7 RECE1��'C , JUl�1�99A as owner or public body and as prime contractor Balboa Watermain Lining — Balboa Blvd. in the City of Newport Beach , County of Orange State of California. Date June 27, 1994 S & J SUPPLY COMPANY, INC. Name of Claimant: (Finn nar � By Signature) James B. Wakefiel , Preside VERIFICATION (Authorized Capacity) I, the undersigned, state: I am the President of ( "Agent of " "President of", "A Partner (if" "Owner oJ'; etc.} the claimant named in the foregoing Release; I have read said Release of Stop Notice and know the contents thereof, and I certify that the same is true of my own knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on State of California BICA FORM 5 5900 (Rev. 2/87) June 27 Date 7-%3 -f4 COPIES SENT T0: o Mayor ❑ Ceu Wft C3 Manager • /Ule w • Bit DIE • GenSery Die oPB &RDir. • Planning Dir • Police Chide dPW. Dir 2r0therlL4C4 19 94 at14600 Industry Cir, La Mirada (Signature of Claimant or Authoriz grnt) James B. Wakefield, Presid t Unconditional Waiver and Release Upon Final Payment CALIFORNIA CIVIL CODE SECTION 3262 (d)(4) The undersigned has been paid in full for all labor, services, equipment or material furnished Valverde Construction, Inc. on the job of City of Newport Beach caner Balboa Watermain Lining — ( l Blvd, Newport Beach CA located at (lob Description) and does hereby waive and release any right to a mechanics' lien, stop notice, or any right against a labor and material bond on the job, except for disputed claims for extra work in the amount of $ —0--- Dated: June 27, 1994 S & J SUPPLY COMPANY, INC. (Co nyName)/ By l ' � -f pA_ -cd�u (Signature) Carla Distrola, Credit Manager (Title) NOTICE TO PERSONS SIGNING THIS WAIVER: THIS DOCUMENT WAIVES RIGHTS UNCONDITIONALLY AND STATES THAT YOU HAVE BEEN PAID FOR GIVING UP THOSE RIGHTS. THIS DOCUMENT IS ENFORCEABLE AGAINST YOU IF YOU SIGN IT, EVEN IF YOU HAVE NOT BEEN PAID. IF YOU HAVE NOT BEEN PAID, USE A CONDITIONAL RELEASE FORM. NOTE: CIVIL CODE 3262 (d)(4) PROVIDES: Where the claimant is required to execute a waiver and release in exchangefor, or in order to induce payment of. afinal payment and the claimant asserts in the waiver it has, infact, been paid the final payment, the waiver and release shall follow substantially the form set forth above. BICA FORM 6 -D (REV. &91) Stop Notice CALIFORNIA CIVIL CODE SECTION 3103 NOTICE TO City of Newport Beach – (Name( 3300 Newport Blvd., New nL c- 2937 (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: Valverde Construction, Inc. Sub Contractor (If Any) None RECEI D Owner or Public Body: City of Newport Beach – Public Works N n ,, AN � ��94 Improvement known as Balboa Watermain Lining – Balboa Blvd. stn CLERK (Name and address of protect or work of improvement) ucweno,....._.. in the City of Newport Beach County of Orange State of California. S & J Supply Co., Inc Claimant, a California Corporation (Claimant) (Corporation /Partnership /Sole Proprietorship) furnished certain labor, service, equipment or materials used in the above described work of improvement. The name of the person or company by whom claimant was employed or to whom claimant furnished labor, service, equipment, or materials is Valverde Construction, 12402 Philadelphia Street Whittier, CA 90601 (Name of Subcontractor /Contractor /Owner - Builder) The kind of labor, service, equipment, or materials furnished or agreed to be furnished by claimant was Pipe, Valves & Fittings etc. Total value of labor, service, equipment, or materials agreed to be furnished......... $ Total value of labor, service, equipment, or materials actually furnished is............ $ Credit for materials returned, if any ............................... ............................... $ Amount paid on account, if any .................................... ............................... $ 30,000.00 29,071.60 .00 8.747.96 Amount due after deducting all just credits and offsets ...... ............................... $ 20, 323.64 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 $20,323.64 and in addition thereto sums sufficient to cover interest, court costs and reasonable costs of litigation, as provided by law. A bond (CIVIL CODE SECTION 3083) is not attached. (Bond required with Stop (is /is not) Notice served on constructions lender on private jobs — bond not required on public jobs or on Stop Notice served on owner on private jobs). Date June 9, 1994 N me of Claimant S & J SUPPLY COMPANY, INC. (Firm Name) OV01300000OO95 VERIFICATION 1, the undersigned, state: I am the` Presiflent of (`Agent or 'President of'; A Partner of" "Owner of'; etc.) the claimant named in the foregoing Stop Notice; I have read said claim of Stop Notice and know the contents thereof, and I certify that the same is true of my own knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on June 9 State of California 1994 at La Mirada (Signature of Claimant or Au riled Agent) REQUEST FOR NOTICE OF ELECTION (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: (Claimant must enclose self addressed stamped envelope) (FSN01) 1/1/&9.5000 6 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 TO: - ):INANCE DIRECTOR FROM: CITY CLERK DATE: March 16, 1994 (714) 644 -3005 SUBJECT: Contract No. C -2957 Description of Contract Balboa Peninsula Water Main Re-lining_ Project Effective date of Contract March 15 1994 Authorized by Minute Action, approved on January 10 1994 Contract with Valverde Construction Inc. Address 12402 Philadelphia Street Whittier CA 90601 Amount of Contract $340,350.00 Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach C, -I O l er-k NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92659 -1768 until 10:30 o'clock a.m. on 16th day of December 11993, at which time such bids shall be opened and read for BALBOA PENINSULA WATER MAIN RE- LINING PROJECT Title of Project C-2957 Contract No. $ 387,000 Engineer's Estimate P() � n cqL/ Fp aN�P Approved by the City Council this 22th day of November, 1993 Wanda E. R#90 City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92659 -1768 For further information, call Jeff Staneart at 644 -3011. Project Manager 1 0 CITY OF NEWPORT BEACH • PUBLIC WORKS DEPARTMENT -, a BALBOA PENINSULA WATER MAIN RELINING PROJECT CONTRACT NO. C -2957 PROPOSAL To the Honorable City Council City of Newport Beach 33(X) 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 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. 2957 in accord with the Plans and Special Provisions, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: 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 Unit Total No Quantity Item Price Price 1. 6,030 Clean and cement mortar tine in Linear place existing 16 -inch C.I.P. Feet water main, including video inspection for the completed work, for the unit price of Twenty Dollars and zero Cents $ 20.00 /LF $ 120,600.00 2. 200 Install 16 -inch D.I.P. waterline Linear Class 52, including bends, tees, crosses, Feet appurtenances, excavation, bedding, backfill and resurfacing for the unit price of Three Hundred Fifty Dollars and zero Cents $ 350.00 /LF $ 70,000.00 3. S Each Install Cit}'- furnished 16 -inch butterfly valve for the unit price of Two Thousand Dollars and z'aro Cents $ 2,000.00 /EA s__16,000-00 Q • Item Unit Total Nn Quantity Item Price Price 4. 9 Each Install wet barrel fire hydrant per City of Newport Beach STD -500 -L unit price of Three Thousand Dollars and zero Cents $ 3,000.00 /EA $ 27,000.00 5. 25 each Remove existing 3/4 -inch water service connection and replace with 1 -inch service per City of Newport Beach STD -502 -L for the unit price of One Thousand Dollars and zero Cents $ 1,000.00 /EA $ 25,000.00 6. 1 Each Install 12 -inch butterfly valve for the unit price of One Thousand Five Hundred Dollars and zero Cents $ 1.500.00 /EA $ 1,500.00 7. 23 Each Remove existing 1 -1/2 -inch or 2 -inch service connection and replace with 2 -inch service connection per City of Newport Beach STD -503 -L for the unit price of One Thousand Five .HundredDollars and zero Cents $ 1,500.00 /EA $ 34,500.00 8. 170 Install 6 -inch D.I.P. for the Linear Feet unit price of One Hundred Dollars and zero Cents $__100.00 /LF $ 17,000.00 9. 50 Install 12 -inch D.I.P. for the Linear Feet including bends, tees, and appurtenances for the unit price of One Hundred Fifty Dollars and zero Cents $ 150.00 /LF $ 7,500.00 10. 5 Each Remove pipe obstruction for the unit price of Five Hundred Dollars and zero Cents S_500.00 /EA $ 2,500.00 A Item Unit Total Nu Quantity Item Price Price 11. Lump Sum Pressure test, disinfect, and flush all waterlines for the Gtl, lump sum price of Five Thousand Dollars 01- and zero Cents $ 5,000.00 LS $ 5,000.00 12. 3 Each Install 8 -inch butterfly valve for the unit price of One Thousand Two Hundred Fifty Dollars and zero Cents $ 1.250.00 /EA $ 3,750.00 13. 10 Each Install 6 -inch butterfly valve for the unit price of One Thousand Dollars and zero Cents $ 1,000.00 /EA $10,000.00 Alternative Bid Items The following costs are to be added or deducted as indicated from the base bid amount. 14. LumpSum Temporary by -pass, Phase I for the lump sum price of Forty Eight Thousand Dollars and zero Cents $ 48.000.00 LS $ 48,000.00 15. Lump Sum Temporary by -pass, Phase II for the lump sum price of Forty Eight Thousand Dollars and zero Cents $ 48,000.00 LS $ 48,000.00 16. Lump Sum Temporary by -pass, Phase IV for the lump sum price of L� l Thirty Five Thousand Dollars and zero Cents $ 35,000.00 LS $ 35,000.00 1' t State of California County of Los Angeles On Dec. 15, 1993 before me, Cynthia D. Ascencio (DATE) (NAME. TITLE OF OFFICER I.E. -JANE DOE. NOTARY PUBLIC') personally appeared Christopher J. Valverde (NAME(S) OF SIGNER(S) ) personally known to me -OR Z...<... 0FF1C LSEAL CC CYNTHIA D. ASCENCIO C LGSANGEI.ESCCL:NTY ♦S V',^7� -;�' My Ou:vnacn Ev.ChY. 6. 'ii: g Nw Hiw f04�oJW4MPP�H6OOHO6M4i00 ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are sub- scribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Witness my hand and official seal. OF r 0 r t nium W 's m 0 CAPACITY CLAIMED BY SIGNER(S) ❑ INDIVIDUAL(S) ertORP0RATE Secretary OFFICER(S) • PARTNER(S) (TITLE(S)) • ATTORNEY IN FACT • TRUSTEE(S) • GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITY(IES)) Valverde Construction,lnc ATTENTION NOTARY; The information requeSled below iS OPTIONAL. It could. however, prevent fraudulent attachment of thiS certificate to any unauthorized document. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Title or Type of Document Number of Pages Signer(s) Other Than Named Above Date of Document WOLDOnS NORM 63240 -ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPALITYIREPNESENTAT ION /FINGEAPAWT -Ro. 12.92 11992 WOLC07S FOAMS. P.;: PROPOSAL TOTAL PRICE IN WRITTEN WORDS (base bid amount without alternative bid items) Three Hundred Forty Thousand Three Hundred Fifty Dollars and zero Cents TOTAL PRICE IN WRITTEN WORDS (base bid amount with alternative bid items) Four Hundred Seventy One Thousand Three Hundred Fifty Dollars and zero Cents TOTAL PRICE $ 340.350.00 TOTAL PRICE $ 471,350-00 I declare under penalty of perjury that all representation made above are true and correct' "Effective January 1, 1990, Business and Professional Code Section 702.8.15 provides that any bid not containing the above requested information, or a bid containing information which is subsequently proven false, shall be considered non- responsive and shall be rejected. Bidder's Name Valverde Construction Inc Bidder's Address 12402 Philadelphia Street Whittier California 90601 Bidder's Telephone No. (310) 693 -2763 Contractor's License No. & Classification 276469 Class A January 31, 1995 Expiration Date December 15, 1993 Date uthorized Signature /Title Christopher J. Valverde Corporate Secretary State of California County of Los Angeles On Dec. 15, 1993 before me, Cynthia D. Ascencio (DATE) (NAME. TITLE OF OFFICER - I.E., -JANE DOE. NOTARY PUBLIC.) personally appeared Christopher J. Valverde. fNAME(S) OF SIGNER(S) I personally known to me - OR ..^;�.. -, O proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are sub- scribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by $ his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Witness my hand and official seal. OF . I f I) W 0 a 0 CAPACITY CLAIMED BY SIGNER(S) D INDIVIDUAL(S) ar CORPORATE Secretary. OFFICIAL SEAL cvnTHla D. -CAL c -n s .':OTARV PUBLIC - CAU��f:i;;a. f ❑ .% My Com 'zson E.p. Ga. fi.lw bS ♦A ♦O«M6:.. +l:aiH4�! -0w � MNM'r�+epM�HHi_O'N Ib O proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are sub- scribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by $ his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Witness my hand and official seal. OF . I f I) W 0 a 0 CAPACITY CLAIMED BY SIGNER(S) D INDIVIDUAL(S) ar CORPORATE Secretary. SIGNER IS REPRESENTING: (NAME OF PERSONS) OR ENTITY(IES)I Valverde Construction,inc., is ATTENTION NOTARY: The information requested below is OPTIONAL. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Title or Type of Document Number of Pages Signer(s) Other Than Named Above W'OLCOnS FORIA 67240 —ALL PURPOSE- ACKNOWLEDGMENT WITH SIGNER CAPACITY /REPRESENTATIONRMGtKMINI —Rer. 1292 Date of Document OFFICER(S) — ❑ PARTNER(S) (TITLE(S)) ❑ ATTORNEY IN FACT ❑ TRUSTEE(S) O GUARDIAN /CONSERVATOR ❑ OTHER:_ SIGNER IS REPRESENTING: (NAME OF PERSONS) OR ENTITY(IES)I Valverde Construction,inc., is ATTENTION NOTARY: The information requested below is OPTIONAL. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Title or Type of Document Number of Pages Signer(s) Other Than Named Above W'OLCOnS FORIA 67240 —ALL PURPOSE- ACKNOWLEDGMENT WITH SIGNER CAPACITY /REPRESENTATIONRMGtKMINI —Rer. 1292 Date of Document l' Q STRUCTIONS TO BIDDERS • Page 2 The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS. L PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON - COLLUSION AFFIDAVIT 6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the documents. The City of Newport Beach will not permit a substitute format for the documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations'has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 276469 Class A Valve de Constru Contr's Lic. No. & Classification T December 15, 1993 _ — Date Authori Signature /Title Christopher J. Valverde Corporate Secretary 0 0 State of California County of Los Angeles On Dec. 15, 1993 before me, Cynthia D. Ascencio (DATE) (NAME. TITLE OF OFFICER I.E.. -JANE DOE. NOTARY PURUC -) personally appeared Christopher J. Valverde (NAME(S) OF SIGNERIS)) [E personally known to me -OR e �p+"AL OFFICER(S) &E orflcwLSEu CYNTHIA D PSCFNCIO F:W�nyl' ❑ ATTORNEY IN FACT r. TRUSTEE(S) .... .... ... .. e r O proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are sub- scribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Witness my hand and official seal. i t. r W f 0 CAPACITY CLAIMED BY SIGNER(S) O INDIVIDUAL(S) Secretary LLORPORATE SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITY(IES)) Valverde Construction,inc ATTENTION NOTARY: The information requested below is OPTIONAL. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. THIS CERTIFICATE Title or Type of Document MUST BE ATTACHED TO THE DOCUMENT Number of Pages DESCRIBED AT RIGHT: Signer(s) Other Than Named Above Date of Document WOLC07S FORM 67240 —ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITY /REPRESENTATION /FINGERPRINT —Rev. 12 -92 . mr woiw„o ._ OFFICER(S) ❑ PARTNER(S) (TITLE(S)) ❑ ATTORNEY IN FACT • TRUSTEE(S) • GUARDIAN /CONSERVATOR ❑ OTHER: _ -- SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITY(IES)) Valverde Construction,inc ATTENTION NOTARY: The information requested below is OPTIONAL. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. THIS CERTIFICATE Title or Type of Document MUST BE ATTACHED TO THE DOCUMENT Number of Pages DESCRIBED AT RIGHT: Signer(s) Other Than Named Above Date of Document WOLC07S FORM 67240 —ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITY /REPRESENTATION /FINGERPRINT —Rev. 12 -92 . mr woiw„o ._ Y DESIGNATION OF SUBCONTRACTOR(S) Page 3 State law requires the listing of all subcontractors who will perform work in ans- amount in excess of one -half of one percent of the Contractor's total bid. If a .subcontractor is not listed, the Contractor will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. Subcontract Work Subcontractor Address 13241 Lakewood Rd. j, Clean & Line Temp Water Spinello Const. Santa Fe Springs 0 7. 8. 9. 10 11 12 Valverde Construction Inc. Bidder Christopher J. - Valverde Corporate. Secretary u State of California .Countyof Los Angeles • i On Dec. 15, 1993 before me, Cynthia D. Ascencio (DATE) (NAME. TITLE OF OFFICER I E.. -JANE DOE. NOTARY PUBLIC -) personally appeared Christopher J. Valverde (NAME(S) OF SIGNER(S)) personally known to me -OR eoeoH e.,aocoweao.eoeoa?�co-soQe..� " Cl'tiTHiA D. AS' `v EN'CIO !k.• I;CTT+iY PUc_IC - CALIFORNIA 3 f �ZiNC!PAi OFFICE IN 2 CCj' 'LEs J My CcrterJssun E:.C_Lb.taG5 OMbH44000HHPN�CA4Yi0l4H -0EH601i' Cl proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are sub- scribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Witness my hand and official seal. - r ) e m s s 0 CAPACITY CLAIMED BY SIGNER(S) ❑ INDIVIDUAL(S) C!rCORPORATE Secretary OFFICER(S) ❑ PARTNER(S) (TITLE(S)) ❑ ATTORNEY IN FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITY(IES)) ilverde Construction,lnc.� ATTENTION NOTARY; The information requested below is OPTIONAL. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. THIS CERTIFICATE Title or Type of Document MUST BE ATTACHED TO THE DOCUMENT Number of Pages Date of Document DESCRIBED AT RIGHT: Signer(s) Other Than Named Above WOLCOTTS FORM 61240 —ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITY /REPRESENTATION /FINGERPRINT —Rev. 12 -92 0 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA ) COUNTY OF Oranqe ) On 12/06/93 before me, Christine M. Rapp., . Notary Public DATE NAME. TITLE OF OFFICER - E.G., 'JANE DOE, NOTARY PUBLIC' personally appeared, Douglas A. Rapp personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that he /she /they executed 'he same in his/her /their authorized capacity(les), and that by his/her /their signature(s) on the Instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the Instrument. WITNESS my hand and official seal. ' 1 ..a�4?- (SEAL) NOTARY PUBLIC SIGNATURE OPTIONAL INFORMATION TITLE OR TYPE OF DOCUMENT Surety Bond DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE NUMBER OF PAGES l.. 1 is CHRISTINE M. RAPP T M .� Comm. # 969193 �• NOTARY PUBLIC - CALIFORNIA a Orange County My Comm. Eaoires Jul. 9, 1996 ff OPTIONAL INFORMATION TITLE OR TYPE OF DOCUMENT Surety Bond DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE NUMBER OF PAGES l.. 1 is • • Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, a That we, Valverde Construction Inc. as bidder; and Employers Insurance of Wausau a Mutual Company as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of - .. . - -. .- - ti; a Dollars ($___l o e ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of C -2957 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 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 6 day of December 1991. (Attach acknowledgement of Attorney- in- Fact) 1 nn � _� icC Cynthia Ascent Nota Public Cynthia D. Ascencio October 6 1995 Commission Expires S ckff;', CYNTHIA 0.A..SCENCIO 10:: z:+(;EtES COUNT`.' Ali :ncn.cxb•� EeD. Oa. C. IMv pNM�HHOOHM� Valverde Construction, Inc. Bidder i Authorized Sign re /Title Christopher J. Valverde /Corporate Secretary Employers Insurance of Wausau, a Mutual Surety„ C om p a n t' Title: F.0 Z Z Q G -.. SC Z_ O w tY Z K Q w a a Q r LL } w Z cc FO F- a LL O 2 w 3 O (L O J Q Q F- 0 Z (f) in S H EMN -DYERS &URANCE OF WAUSAU A W u a I Company POWER OF ATTORNEY (FORBID BONDS ONLY) KNOW ALL MEN BY THESE PRESENTS: That the EMPLOYERS INSURANCE OFWAUSAU A Mutual Company. a corporation dulc orpnnir.•d and, Nistinp unIg4 the laws of the State of Wisconsin, and having its principal office in the City of Wausau. County of Marathon. Stattfbf •r Wisconsin, has made, constituted and appointed, and does by these presents make, constitute and appoint DOUGLAS A. RAPP its true and lawful attorney -in -fact, with full power and authority hereby conferred in its name, place and stead, to execute. seal, acknowledge and deliver ANY AND ALL BID BONDS OR WRITTEN DOCUMENTS INVOLVING BID GUARAN- TEES OR IN THE NATURE THEREAFTER ------------- ------------------------- - - -- -- anan to bind corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the corporation and duly attested by its secretary hereby ratifying and confirming all that the said attorney -in -fact may do in the premises. This power of attorney is granted pursuant to the following resolution adopted by the Board of Directors of said Company at a meeting duly called and held on the 18th day of May, 1973. which resolution is still in effect: "RESOLVED, that the President and any Vice President — elective or appointive — of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company be, and that each of them hereby is, authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute on behalf of EMPLOYERS INSURANCE OF W AUSAU A Mutual Company bonds, undertakings and all contracts of suretyship: and that any secretary or assistant secretary be, and that each or any of them hereby is, authorized to attest the execution of any such power of attorney, and to attach thereto the seal of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company:" "FURTHER RESOLVED, that the signatures of such officers and the sea I of EMPLOYERS INSURANCE OF W A USAU A Mutual Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures and facsimile seal shall be valid and binding upon the EMPLOYERS INSURANCE OF WAUSAU A Mutual Company when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached :' IN WITNESS WHEREOF, EMPLOYERS INSURANCE OF WAUSAU A Mutual Company has caused these presents to be signed by the senior vice president and attested by its assistant secretary, and its corporate seal to be hereto affixed this I ST day of SEPTEMBER .1942. EMPLOYERS INSURANCE OF WAUSAU A Mutual Company By Bill D. Wymore Executive Vice President Attest: R. J. Besteman " Assistant Secretary STATE OF WISCONSIN ) ) ss. COUNTY OF MARATHON ) On this 1ST day of SEPTEMBER , 19 _92 _ . before me personally came Bill D. Wymore , to me known, who being by me duly sworn, did depose and say that he is an executive vice president of the EMPLOYERS INSURANCE OF WAUSAU A Mutual Company, the corporation described in and which executed the above instrument: that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal and that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed my official seal the day and year herein first above written. 2 , LCeo, Patricia A. Kiernan Notary Public NOTARY PUBLIC STATE OF WISCONSIN t- `�._.•_•.i�. MY COMMISSION EXPIRES MAY 29, 1994 CERTIFICATE "''J STATE OF WISCONSIN ) CITY OF WAUSAU ) ss. COUNTY OF MARATHON ) 1, the undersigned, assistant secretary of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company, a Wisconsin corporation, do herebv certify that the foregoing and attached powerof attorney, WHICH M USTCONTAIN A VALIDAT- ING STATEMENT PRINTED IN THE MARGIN THEREOF IN RED INK, remains in full force and has not been revoked; and furthermore that the resolution of the Board of Directors set forth in the power of attornev is still in force. Signed and sealed in the City of Wausau, Marathon County, State of Wisconsin, this, day of_ December 19 23 R. J. Besteman "I", SEA. Assistant Secretary NOTE: IF YOU HAVE ANY QUESTIONS REGARDING THE VALIDITY OR WORDING OF THIS POWER OF ATTORNEY, CALL TOLL FREE (800) 826 -1661. (IN WISCONSIN, CALI. (800) 472 -0041) 815 -4222 -1 990 State of - California 1 Countyof Los Angeles 1l On Dec. 15, 1993 before me, Cynthia D. Ascencio (DATE) (NAME, TITLE OF OFFICER I.E., -JANE DOE, NOTARY PUBLIC -) personally appeared Christopher J. Valverde (NAME(S) OF SIGNER(Sp epersonally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are sub- scribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Witness my hand and official seal. W f 0 6 0 CAPACITY CLAIMED BY SIGNER(S) ❑ INDIVIDUAL(S) [?t-C'ORPORATE Secretary OFFICER(S) ❑ PARTNER(S) (TITLEISh ❑ ATTORNEY IN FACT • TRUSTEE(S) • GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITY(IES)) ATTENTION NOTARY: The information requested below is OPTIONAL. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. THIS CERTIFICATE E c y I lire ? F t tic Y 4- DESCRIBED AT R13HT: Signer(s) Other Than Named Above v�,Y' co.P,,,,s�:.., o :"o..o.o+,eeecee ..�y E.P. Da. G. l _ns . so + o , ee . o . oa.,+veo.:.vY ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are sub- scribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Witness my hand and official seal. W f 0 6 0 CAPACITY CLAIMED BY SIGNER(S) ❑ INDIVIDUAL(S) [?t-C'ORPORATE Secretary OFFICER(S) ❑ PARTNER(S) (TITLEISh ❑ ATTORNEY IN FACT • TRUSTEE(S) • GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITY(IES)) ATTENTION NOTARY: The information requested below is OPTIONAL. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. THIS CERTIFICATE Title or Type of Document MUST BE ATTACHED Number of Pages Date of Document TO THE DOCUMENT DESCRIBED AT R13HT: Signer(s) Other Than Named Above WOLCOTTS FORM 63240 —ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITY /REPRESENTATION /RNGERPRINT —Rev. 12 -92 t199? WULLUt1) tuNM). IN., • • 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 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 processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be suggested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomsoever to pay, deliver to, or share with an other person in any way or manner, any of the proceeds of the contracts sought by this bid. Valver e Construction Inc Bidde Authorized Si 97 flure/Title Christopher J. Valverde Corporate Secretary Subscribed and sworn to before me this 15th day of December 19 g-1 . My Commission Expires: October 6, 1995 NotariRublic Cynthia D. Ascencio .coo >r,...ee.a.+.�� / ' i •r` <: CYNTHfA ^. ASCENCIO p �. ,~ t� =) _'• NOTARY PRI COAL - FIC= iN NIa nRiNnl ^AL OFFICE iN �L2 LOS AHGE:ES CL-r MV Commss:m FaP. U'tG 1935 State of California 1 Countyof Los Angeles Ji On Dec, 15, 1993 before me, Cynthia D. Ascencio (DATE) (NAME. TITLE OF OFFICER - I.E.. -JANE DOE, NOTARY PUBLIC') personally appeared Christopher J. Valverde (NAME(S) OF SIGNER(S)) personally known to me - OR - e+a eeHCe pFFGl0. SE1L' \, CYNTHIA D. SEA.- tAl, p� f,OTAF'!f`I)3:1C.CALIfC'q�tlA ^Rtr ;C;pat. ctr-F;r,G RI .,y LO, GCLE�- fY ATTORNEY IN FACT At;• G�nvisscc ,. J,n, G, 1695 888d eHaseeaseewse�aeewe ++ecceeo++e++W L ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are sub- scribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Witness my hand and official seal. OF +� r t. d 0 CAPACITY CLAIMED BY SIGNER(S) ❑ INDIVIDUAL(S) f3'-CORPORATE Secretary SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITY(IESI) /alverde Construction,Inc. ATTENTION NOTARY: The information requested below is OPTIONAL, It could, however, prevent fraudulent attachment of this certificate to any unauthorized document THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Title or Type of Document Number of Pages Signer(s) Other Than Named Above WOLCOTTS FDRM 63240 —ALL PURPOSE ACNNDWLEDGMENT WITH SIGNER CAPACITY /REPRESENTATION!fINGERPRWI —Pp 1292 Date of Document t 1992 WOLCORS FORMS, INi OFFICER(S) ❑ PARTNER(S) TITLE(S)) ) ❑ ATTORNEY IN FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITY(IESI) /alverde Construction,Inc. ATTENTION NOTARY: The information requested below is OPTIONAL, It could, however, prevent fraudulent attachment of this certificate to any unauthorized document THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Title or Type of Document Number of Pages Signer(s) Other Than Named Above WOLCOTTS FDRM 63240 —ALL PURPOSE ACNNDWLEDGMENT WITH SIGNER CAPACITY /REPRESENTATION!fINGERPRWI —Pp 1292 Date of Document t 1992 WOLCORS FORMS, INi 0 9 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 Telephone No. April 1993 Suburban Water Systems Paul S Carver (818) 966 -2090 1211 Center Court Covina Califo nia 41776 January 1993 Department of Air Force Melvin Wright (310) 363 -5114 P.0 Los Angeles CA 90009-9960 October 1993 City of San Diego George Sample (619) 533 -4208 401 "B" Street Suite 910 San Diego California 92101 April 1993 U.S. Air Force Tom Zidar (805) 234 -8232 Vandenburg Air Force Base - - -- Vandenburg California 94437 SnOn Valverde Construction Bidder /1 � Authorized Si ature /Title Chri opher J. Valverde. Corporate Secretary f� NOTICE • Page 7 The following contract documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of mailing Notice of Award to the successful bidder: PAYMENT BOND (pages 8 & 9) FAITHFUL PERFORMANCE BOND (pages 10 & 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 .Kell Rating Guide: Pro�erty- 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. • • Page 8 Bond No. 2050 -31- 056582 PAYMENT BOND Premium Included KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted January 10, 1994 has awarded to Valverde Construction, Inc. hereinafter designated as the "Principal ", a contract for Balboa Peninsula Water Main Relining Project, C -2957 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond 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, THEREFORE, We Valverde Construction as Principal, and Emolovers Insurance of Wausau a Mutual Company as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Three hundred forty thousand three Dollars($ 340,350.00 ), hundred fifty and 00/100 * * * ** said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. i THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, or other supplies, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, 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. 1� r z 0 9 Page 9 The bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this bond as required by the provisions of Section 3247 et seq. of the Civil Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 13 day of January 19 94 ion Inc. �ncipal) � Christopher J/.�Valverde, Corporate Secretary Authorized Signature and Title Employers Insurance of Wausau, a (Seal) Name of Surety Mutual Company 74 No. Pasadena Avenue Pasadena, CA 91109 Address of Surety ,. v Signatui(e and Title of ulhorized Agent Attorney in Fact 23461 South Pointe Drive Suite 345 Laguna Hills, CA 92653 Address of Agent CI.VC Agent ` State of California County of LOS Ang-les 1 On ja$g- ,__before me, Goldin Lnrarra Parades ( ATE) (NAME. TITLE OF OFFICER I.E.. "JANE DOE, NOTARY PUBLIC ") personally appeared Christopher J. Valverde (NAME(S) OF SIGNER(S)) ® personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are sub- scribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by GOLDIA LDRETTA PEREDA his /her /their signature(s) on the instrument the COMM. <983PE ; person(s), or the entity upon behalf of which the M NOTARY PUBLIC • CALIFORNIA Mperson(s) acted, executed the instrument. LOS ANGELES COUNTY — Witness my hand and official seal. My Comm. E.Pir" Jen. 29, 1997 A � ATTENTION NOTARY: The information requested below is THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: CAPACITY CLAIMED BY SIGNER(S) ❑ INDIVIDUAL(S) Z CORPORATE Ca_nta V SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITYOES) ) however, prevent fraudulent attachment of this certificate to any unauthorized document. Title or Type of Document Contract and Rnnds Number of Pages Signer(s) Other Than Named Above Date of Document WOLCOTTS FORM 63240 —ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITY /REPRESENTATION /FINGERPRINT —Rev. 12 -92 01992 WOLCOTTS FORMS. INC. OFFICER(S) ❑ PARTNER(S) (TITLE(S)) • ATTORNEY IN FACT • TRUSTEE(S) • GUARDIAN /CONSERVATOR • OTHER: SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITYOES) ) however, prevent fraudulent attachment of this certificate to any unauthorized document. Title or Type of Document Contract and Rnnds Number of Pages Signer(s) Other Than Named Above Date of Document WOLCOTTS FORM 63240 —ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITY /REPRESENTATION /FINGERPRINT —Rev. 12 -92 01992 WOLCOTTS FORMS. INC. CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA COUNTY OF Orange On 1/13/94 before me, Christine M. Rapp, Notary Public DATE MIME, TITLE OF OFFICER • E.G.. •JANE DOE, NOTARY PUBLIC• personepyappeared. Douglas A. Rapp personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose narrre(s) Islare subscribed to the within Instrument and acknowledged to me that hal%he/lhey executed the same in hlstherllheir authorized 1 1 kAles), and that by his wAheir signature(s) on the Instrument the person(s), or the entity upon behaB of which the perso(s) acted. executed the Instrument. WITNESS my hand and ofNdal Seal. NOTARY PUBM'SKAOUREIJ CHRISTINE RAP Corm. 3 9669193 NOTARYPUBLIC - CALIFORNIA . fl Orange County MyOm m.ExWresJul.9.IM a (SEAL) OPTIONAL INFORMATION `TITLE OR TYPE OF DOCUMENT Surety Band DATE OF DOCUMENT 'RN3NFAfm nTmr -R THAN NAUFn ARnVF NUMBER OF PAGES • Page 10 Bond No. 2050 -31- 056582 FAITHFUL PERFORMANCE BOND Premium: $ 3,404.00 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted January 10, 1994 has awarded to Valverde Construction, Inc. hereinafter designated as the "Principal', a contract for Balboa Peninsula water Main Relining Project, C -2957 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, Valverde Construction, Inc. as Principal F.molnvcrc Tnanranro of Wanaan a Mutual Camnanjz as Surety, are held and firmly found unto the City of Newport Beach, in the sum of Three hundred f iundred fifty ai :y thousand three 00 /100 * * * ** ($ 340,350.00 said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and, meaning, and shall indemnify and save harmless the City of Nggl�v�port Beach, its officers and agents, as therein stipulated, then this obligation sh . I become null and void; otherwise it shall remain in full force and virtue. 0 • Page 11 And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 13 day of January ,19_9 4. Valverde Construction, Inc. (Sea)) Name o tr c rincipal) Autjr6rized Signature and Title Christophafr J. Valverde, Corporate Secretary Authorized Signature and Title Employers Insurance of Wausau, a,(Seal) Name of Surety Mutual Company 74 No. Pasadena Avenue Pagarlena, CA 91109 Address of Surety ature and Title of Authorized Agent Attorney -in- 23461 South Pointe Drive Suite 345 Pact Laguna Hills,CA 92653 Address of Agent (714) 457 -1060 Telephone Number of Agent i State of California 1 County of Los .,.Angeles J(l On January t R - 1 004 before me, col din Loretta Pereda_ (DATE) (NAME. TITLE OF OFFICER I E, "JANE DOE, NOTARY PUBLIC ") personally appeared Christopher J. Valverde (NAME(S) OF SIGNER(S)) CHI personally known to me - OR - ❑ GOLDIA LDRETTA FE DA 3 COMM. *98ZF _ � NOTARY PUBLIC - CALIFORNIA LOS ANGELES COUNTY My Comm. Explree Jan. 28, t 997 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are sub- scribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Witness my hand and official seal. ATTENTION NOTARY: The information requested below is THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Title or Type of�c Number of Pages CAPACITY CLAIMED BY SIGNER(S) ❑ INDIVIDUAL(S) CORPORATE __Seeretary OFFICER(S) ❑ PARTNER(S) (TITLE(S)) ❑ ATTORNEY IN FACT • TRUSTEE(S) • GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITY(IES)) however, prevent fraudulent attachment of this certificate to any unauthorized document. Signer(s) Other Than Named Above Date of Document wm cnnc mou c »en_eii onooncc ecvNnwi cnr -ucur w,ra cicucc reoeriTV, nconcacNTeTinN,riur- cccciNT_Pl. 19 09 T„mo wm'nT moue wr , CALIFORNIA ALL- PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA COUNTY OF Orange on 1/13/94 before me, Christine M. Rapp, Notary Public , DATE NAME, TITLE OF OFFICER • E.G., VANE DOE. NOTARY PIxILIC` pwwnafiyappeared. Douglas A. Rapp personally known to me (or proved to me on the basis of satlsfectory evidence) to be the person(s) whose names) Is/are subscribed to the within krehun ent and admowledped to me that helsh&Vwy executed the same In hlstherAheir authorized c epadWm), and that by histheNihefr signature(s) on the instrument the person(s), or the entity upon behalf of which the persoo(s) acted, executed the Instrument. WITNESS my hand and official seat. NOTARY PUBLIC Sri TURE (SEAL) OPTIONAL INFORMATION TITLE OR TYPE OF DOCUMENT Surety Bond DATE OF DOCUMENT CViNFAICI nTHFA THAN NAUFn ARnVF NUMBER OF PAGES (cRmN® ¢ 969193P 3 NOTARY PUBLIC • CALIFORNA A . d Orange County My Comm. Ex0es hl. 9, 1996 e (SEAL) OPTIONAL INFORMATION TITLE OR TYPE OF DOCUMENT Surety Bond DATE OF DOCUMENT CViNFAICI nTHFA THAN NAUFn ARnVF NUMBER OF PAGES Z Z er J Y Z_ 0 W 5 Z_ Q U_ C Q H O Z U w O H Z W U-1 Cn Q H r, 2 H W Z CE O Q W O CL W O a O J Q Q H O Z F •o. 220-072-00107 EMPLOYERS INSURANCE OF WAUSAU A Mutual Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the EMPLOYERS INSURANCE OF WAUSAU A Mutual Company, a corporation duly organized and existing under the laws of the State of Wisconsin, and having its principal office in the City of Wausau, County of Marathon, State of Wisconsin, has made, constituted and appointed, and does by these presents make, constitute and appoint DOUGLAS A. RAPP its true and lawful attorney -in -fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver ANY OR ALL BONDS, UNDERTAKINGS, RECOGNIZANCES OR OTHER WRITTEN OBLIGATIONS IN THE NATURE THEREOF NOT TO EXCEED THE PENAL SUM OF TEN MILLION DOLLARS ($10,000,000). and to bind the corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the corporation and duly attested by its secretary hereby ratifying and confirming all that the said attorney -in -fact may do in the premises. This power of attorney is granted pursuant to the following resolution adopted by the Board of Directors of said Company at meeting duly called and held on the lilth day of May, 197:5, which resolution is stilt in effect: - RESOLVED, that the President and any Vice President — elective or appointive — of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company be, and that each of them hereby is, authorized to execute powers of attorney qualifying the attornev named in the given power of attorney to execute on behalf of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company bonds, undertakings and all contracts of suretyship; and that any secretary or assistant secretary be, and that each or anv of them hereby is, authorized to attest the execution of anv such power of attorney, and to attach thereto the seal of EMPLOYERS INSURANCE: OF WAUSAU A Mutual Company" "FURTHER RESOLVED, that the signatures of such officers and the seal of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and anv such power of attorney or certificate bearing such facsimile signatures and facsimile seal shall be valid and binding upon the EMPLOYERS INSURANCE OF WAUSAU A Mutual Company when so affixed and in the future with respect to anv h(,nd, undertaking or contract of suretyship to which it is attached" IN WITNESS, W H EREOF, EMPLOYER", INSURANCE: OF WAUSAU A Mutual Companv has caused these presents to be signed by the vice president and attested by its assistant secretary, and its corporate seal to be hereto affixed this 1ST day of SEPTEMBER ,19 93 . EMPLOYERS INSURANCE OF WAUSAU A Mutual Company 1+, SEAL ij g �- Y J. Stephen Ryan Attest: -- R. J. B steman Assistant Secretary STATE. OF'NISCONSIN ) 1 SS. COUNTY OF MARATHON ) Vice President On this 1ST day of SEPTEMBER , 19 93 , before me personally came J. Stephen Ryan , to me known, who being by me duly swom, did depose and say that he is a vice president of the EMPLOYERS INSURANCE OF WAUSAU A MutualCompany, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal and that it was so affixed by order of the Board of Directors of said corporation and that he signed his time thereto by like order. IS WITS ESS W H F R EOF. I have hereunto set my hand and all my official seal the day and year herein first above written Patricia A. Kleman Notary Public NOTARY PUBLIC •• "° STATE OF WISCONSIN �''s`••Yt' "i STATE: OF WISCONSIN i WAUSAU CITY OF MY COMMISSION EXPIRES MAY 29, 1994 h# 1ss. COUNTY OF MARATHON 1 CERTIFICATE 1, the undersigned, assistant secretary of EMPLOYERS INSURANCE. OF WAUSAU A Mutual Company, a Wisconsin corporation, do herehv certify that the foregoing and attached power of attorney. WHICH MUST CONTAIN A VALIDATING STATEMENT PRINTED IN THE MARGIN THEREOF IN RED INK, remains in full force and has not been revoked::md furthermore that the resolution of the Huard of Directors set forth in the power of attorney is still in force. Signed and sealed in the City of Wausau, Marathon County. State of Wisconsin, this 13 day of January 19 94 ,.C�� -- It . R. J. Besteman SEAL -` Assistant Secretary NOTE:: IF YOU HAVE ANY QUESTIONS REGARDING THE VALIDITY OR WORDING OF THIS POWER OF ATTORNEY. CALL. TOLL FREE(8w) S26- I661.IIN WISCONSIN, CALL (800) 472 -0041). 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 Bodily Injury Liability $ per person Bodily Injury Liability $ per accident Property Damage Liability $ x ] Combined Single Limit Bodily Injury Liability $ 1,000,000 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: Balboa Peninsula Water Main Relining Project, C -2957 (Project Title and Contract No.) This endorsement is effective January 14, 1994 at 12:01 A.M. and forms part of Policy No. BAF 717019 Issuirig Home Insurance Company (Company Affording Coverage) It is agreed that: • CITY OF NEWPORT BEACH GENERAL LIABILITY INSURANCE ENDORSEMENT Page 14 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: [X j Commercial [ j Comprehensive General Liability $ 1,000,000 each occurrence $ 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: Balboa Peninsula Water Main Relining Project_ C -9957 (project Title and Contract No.) This endorsement is effective January 14, 1994 at 12:01 A.M. and forms a part of Policy No. NGF0110508 of Reliance Insurance Company Insured Valverde Consruction, Inc. Alexander & Alexander A (Company Affording Coverage) (Authorized .:.. .:.:.:F . RTIFTCATE OFiSURANC -•_ LSSIJB DA 1/14/94 :.. .:- PRODUCER COMPANIES AMORDING COVERAGE Alexander & Alexander of CA. COMPANY A Reliance Insurance Co. 600 Town Center Dr, 11600 LETTER COMPANY LETTER B Home Insurance Co. Costa Mesa, CA 92626 ASURED COMPANY C LETTER UniCare Valverde Construction, Inc. COMPANY 12402 Philadelphia St. LETTER Whittier, CA 90601 -3932 COMPANYE LETTER (:OVERAGES .' 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE. O LT TYPE OF INSURANCE POLICY EFFECTIVE DATE EXPIRATION DATE ALL LIMITS IN THOUSANDS R NUMBER GENERAL LIABILITY (OCCURANCE BASIS ONLY) GENERAL AGGREGATE $ 2,000,000 i A COMMERCIAL NGF0110508 8/1/93 8/1/94 PPERATIS/COMPLEGA $ COMPREHENSIVE OPERATIONS AGGREGATE 1,000,000 X OWNERS3CONTRACTORS PERSONAL UtA1RV $ 1,000,000 PROTECTIVE CONTRACTUAL FOR SPECIFIC CONTRACT X PRODUCTS/COMPLETE EACH OCCURANCE S 1,000,000 OPERATIONS X XCU HAZARDS FIRE DAMAGE $ X BROAD FORM PROPERTY DAMAGE (ANYONE FIRE) 50, 000 SEVERABILITY OF INTEREST CLAUSE MEDICAL EXPENSES $ 5,000 P. I. WITH EMPLOYEE EXCLUSION MARINE REMOVED (ANY ONE PERSON) AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ B x ANY AUTO BAF 717019 8/1/93 8/1/94 BODILY RSON) ALL OWNED AUTOS (PER PERSON) SCHEDULEDAUTOS BODILY HIRED AUTOS CIDEN (PER ACCIDENT) X NON -OWNED AUTOS PROPERTY GARAGE LIABILITY DAMAGE EXCESS LIABILITY EACH AGGREGATE OCCURANCE >I . UMBRELLA FORM OTHER THAN UMBRELLA FORM $ $ STATUTORY WORKERS'COMPENSATION $1,000,000 EACHACCIOENr & $1,000,000 DISEASE - POLICY LIMB C EMPLOYERS'L-IABILITY UA0101950 8/1/93 8/1/94 $ > > DISEASE -EACH EMPLOYEE OTHER DESCRIPTION OF OPERATIONS/ LOCATIONSNEHICLES /RESTRICTIONS/SPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WIT H THE FOLLOWING CONTRACT: Balboa Peninsula Water Main Relining Project Contract No. C -2957 PROJECT TITLE AND CONTRACT NUMBER CERTIFICATE HOLDER CANCELLATION x it SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON - RENEWED, CANCELLED OR COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE COMPANY AFFORDING CITY OF NEWPORT BEACH COVERAGE SHALL PROVIDE D S MINIMUM ADVANCE NOTICE TO THE CITY OF P.O. BOX 1768 NEWPORT BEACH Y GI! R li AI ATTENTION: 3300 NEWPORT BOULEVARD /I NEWPORT BEACH, CALIFORNIA 92658 -8915 �A A611 *ED REPRESENTATIVE ISSUE A 0 General Liability POLICY NUMBER: NGF0110508 INSURED: VALVERDE CONE wenON, INC. n u CG 20101195 tY:11, Y 1 � ' 15 ;P I:M M: 9. :I: • Y: 1 'd' � ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: CQMMSRCIAL GE gERAL LIABI[RrY COVERAGE PART. SCHEDULE Name of Person or Organization: BOYLE ENGINEERING CORPORATION (If no entry appears above, information required to complete this cadornme►t will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section M) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work' for that insured by or for you. It is further agreed that the insurance provided by this endazweent is primary, other insurance afforded to the additional insured sbaii aW as mess of, and does not erotrrbute, with the bw2na afforded by this endorsement. - .CG 20101188 Copyright, Insurance Services Office, Inc., 1994 • • Page 15 CONTRACT THIS AGREEMENT, entered into this �Z"ay of 19 , by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Valverde Construction, Inc. hereinafter "Contractor;' is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: Balboa Peninsula Water Main Relining Project C -2957 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: Balboa Peninsula Water Main Relining Project C -2957 Title of Project Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of Thrna Hundred and forty thousand three hundred and fifty dollars and 0OLIO $ 140-350 -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 a (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) a : • . Relinin 0 6 (f) Plans and Special Provisions for Balboa Peninsula Water Main Title of Project (g) This Contract. C -2957 Contract No. Page 16 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. CITY OF NEWPORT BEACH a municipal corporation + ( � /�d By ° Mayo AS TO FORM: CONTRACTOR: Valverde Construction, Inc. City At orney I ^leaf Con actor (Pr ftci al) r uthorized ignatu re an d Title Christ her J. Valverde, Corporate Secretary Authorized Signature and Title State of California County of T O& AnonT ac On January 18.1994 before me, Goldia Loretta Pereda (DATE) (NAME, TITLE OF OFFICER I.E.. "JANE DOE. NOTARY PUBLIC -) personally appeared ® personally known to me - OR - ❑ GOLDIA LORETTA PEREDA; COMM. #983270 ? S NOTARY PUBLIC • CALIFORNIA ; LOS ANGELES COUNTY MY CIIItMA, EFINra J.A. 20. ,iYT J. Valverde NAME(S) OF SIGNERS)) proved to me on the basis of satisfactory evidence to be the person(s) whose names) is /are sub- scribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Witness my hand and official seal. ATTENTION NOTARY: The information requested below is THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: W m e 6 0 CAPACITY CLAIMED BY SIGNER(S) ❑ INDIVIDUAL(S) 91 CORPORATE Secretary SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITYGES)) Valverde Const. Inc. however, prevent fraudulent attachment of this certificate to any unauthorized document. Title or Type of Document Contract and Bonds Number of Pages Signer(s) Other Than Named Above Date of Document WOLCOTTS FORM 0240—ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPOLITY /REPRESENTATION /FINGERPRINT —Re, 12 -92 01992 WGLCOTTS FORMS. INC. OFFICER(S) • PARTNER(S) (TITLE(Sn • ATTORNEY IN FACT • TRUSTEE(S) • GUARDIAN /CONSERVATOR • OTHER: SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITYGES)) Valverde Const. Inc. however, prevent fraudulent attachment of this certificate to any unauthorized document. Title or Type of Document Contract and Bonds Number of Pages Signer(s) Other Than Named Above Date of Document WOLCOTTS FORM 0240—ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPOLITY /REPRESENTATION /FINGERPRINT —Re, 12 -92 01992 WGLCOTTS FORMS. INC. ox) 1 1 ,...�� • January 10th, 1994 CITY COUNCIL AGENDA ITEM NO. 7 TO: Mayor & Members of the City Council FROM: Utilities Department SUBJECT: CONTRACT FOR CONSTRUCTION OF WATER PIPELINE BALBOA PENINSULA WATER MAIN RE- LINING PROJECT (CONTRACT NO. 2957) RECOMMENDATIONS: Find that the lowest bidder, Valverde Construction, Inc., can meet the requirements for completing the proposed contract work and declare him the "low bidder ". 2. Award Contract No. 2957 to Valverde Construction, Inc. in the amount of $340,350. 3. Authorize the Mayor and the City Clerk to execute the contract on behalf of the City. DISCUSSION: At 10:30 a.m. on December 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 "X% Rank Contractor /Bidder Total Bid Price low Valverde Construction, Inc. $ 340,350 2 Creamer Brothers, Inc. $ 388,992 3 ARB, Inc. $ 424,530 Three bids were received. The low bid was 14% below the Engineer's Estimate of $387,015. The low bidder, Valverde Construction Company, Inc. is a qualified general contractor licensed to do business in California. This company has successfully completed some pipeline construction projects for the City of Newport Beach and for other reputable agencies in Southern California. The general contractor designated Spinello Limited, Inc. as a sub - contractor to perform the re- lining portion of the project. This firm has also completed similar projects for the City of Newport Beach in the past. This firm has a solid reputation in the water main re- lining industry and brings a great deal of experience to the project. • Pag* Balboa Peninsula Water Main Re- lining Award of Contract (C -2957) January 10, 1994 The plans and specifications were written in such a way so as to allow the City to receive bids on two alternatives: one where City forces would perform the by -pass operations; and one where the contractor would perform the by -pass operations. Inasmuch as staff has determined that the by -pass operations can be performed by City forces with existing water line by -pass materials, a decision to implement the project alternate without a contractor provided by -pass has been made. If City forces install the temporary by -pass system, the contract costs will be reduced by approximately $130,000. However, the City will incur some additional labor and overtime costs and will be required to purchase some additional pipe fittings and by -pass hose materials to construct and install the temporary by -pass. Since these costs are estimated at $25,000, the City will still reduce its overall project costs by just over $100,000. PROJECT BACKGROUND: This project provides for cleaning and re- lining the City's 16 -inch cast iron water transmission pipeline that serves as the back- bone for most of the Balboa Peninsula's water supply. The project provides for re- lining the pipeline between 19th Street and Island Avenue. The pipe being re -lined lies mostly in the alley on the bayward side of Balboa Boulevard. The pipe was installed in 1928. It is over 60 years old. During the era between the turn of the century and World War II, one of the most commonly installed type of pipe material was cast iron pipe. Pipe was manufactured in 18 -foot lengths by casting molten iron in vertical sand molds. This type of pipe is referred to as "pit cast" pipe. The 16 -inch pipe on the Balboa Peninsula was manufactured using this sand - casting technique. As a result, the pipe walls are fairly thick and given its age, it is in good condition. Although the pipe walls are thick and in good structural condition, the interior of the pipe has succumb to the effects of rust and corrosion. Inspections of the pipe interior during the last decade have revealed a rather significant build -up of rust and corrosion by- products called tuberculation. A lay- person's description of tuberculation might be "rust barnacles ". The 16 -inch cast iron pipe between 19th Street and Island Avenue has a significant amount of tuberculation inside. Field inspections have found the build -up to be well over an inch thick in some areas. In addition, rust sediment up to 4- inches deep has been found in the bottom of some parts of the pipeline. • PagV Balboa Peninsula Water Main Re- lining Award of Contract (C -2957) January 10, 1994 For a number of years there have been water quality problems on the Balboa Peninsula that are directly related to the condition of the interior of the 16 -inch transmission main. The problems become most noticeable whenever a high -flow condition stirs up the sediment in the line. High flows in this pipeline are almost always related to water main breaks in the surrounding areas or fire flows through hydrants. Being generally concerned about the City's water quality, the Utilities Committee has previously requested staff to prepare its capital budgets to accomplish water quality improvements on the Balboa Peninsula. Staff has reviewed the condition of the 16 -inch water transmission pipeline on the peninsula and believes the pipeline between 19th Street and Island Avenue to be an ideal candidate for cleaning and re- lining. Cleaning and re- lining this reach of pipeline can be done for much less than the cost of replacement. Assuming a successful re- lining project, the remaining pipeline life could be as long as 50 years. Staff believes this project will be the single -most effective way to noticeably improve water quality and reduce complaints on the Balboa Peninsula. CONSTRUCTION PROGRAM: The project construction will be performed by a private pipeline contractor. The project has been broken into four phases. The phased work will facilitate continuity of service to existing water customers. Phasing will also provide a more confined operation than if the 6,000 foot long project were implemented in a single operation. The Utilities Department forces will assist the contractor by performing the necessary water system shutdowns, installing the temporary by -pass system and by making all connections between the by -pass system and customer's water service lines. Over the last several months, City forces have made a number of water valve installations to help by -pass water customers and to facilitate the proposed construction activities. Additionally, staff plans to change out a number of the older water meters along the project as a part of the City's annual water meter replacement program. The City has already purchased some of the fittings and materials to be used by the contractor. This was done because some 16 -inch water parts and fittings can take many weeks to obtain. The City has purchased these long -lead items in order to insure that the contractor can minimize his construction time and shorten the period of time that streets and alleys are impacted by the re- lining project. • PagQ Balboa Peninsula Water Main Re -lining Award of Contract (C -2957) January 10, 1994 PROJECT COSTS & SCHEDULE: The contractor's bid prices for the project construction of the "City- provided by- pass ", Alternate "A" was $340,350. The majority of the funds needed for completing the project are available in the Water Capital Projects Account No. 7503 - 98500033. These funds were appropriated in the 1992 -93 and 1993 -94 capital budgets. Additional funds from the 1993 -94 Water Main Replacement Program under Capital Projects Account No. 7503 - 98500003 are available to implement and complete the project. The estimated time of completion for the project is 120 calendar days. The project schedule proposes that the contractor commence construction in late January 1994. The proposed schedule will allow completion of the project during the winter and spring months when traffic and parking demands are not as high. The project should be completed by June 1994. The re- lining work will still be done in four phases, generally in segments from the west end of the project toward the east end of the project at Island Avenue. THE BOTTOM LINE: The Utilities Committee reviewed the proposed project at its most recent two meetings and forwarded a recommendation to Council for approval. Staff recommends award of the contract to the successful bidder, Valverde Construction, Inc. of Whittier, California. Respectfully submitted, _- ler✓r -, � jEaR.r Jeff Staneart, P.E. Utilities Director Attachment: Exhibit "A ": Bid Summary Js: sdi 0 0 x�O=� oc)z�r m N T � � N D IC v w. 9 N I O J I�p COI lO (D n C O �zS -CD�p m'T7 z Cn I x O n Y m w n w v; Ml, N Q m'Il m IN O V— O w ATiALHMFajT �A�a =i Z m N N N\ N O OI Z W c — fiJ T p m (=p O � _ ur RL m n O a z r r a' a - m a m a 3 3 o w y u+ o O m g 3 3 3 3 _ m N w m m T N Z S O S O fVl� S 4! O (p EA fA iT �i Arc (p S O O Vi O fT O O O O (T O O O r c < sososssssss�s sag o A �q W y Z O P3 � w N O C D N <n to <n cn F» F» 6 p Z Z —I C1 O O O S O S S S S S S S O S O O O O N N C dog o °s�oowssg���o m a m O � N N N N W N 4w fN fA N t0 (A N N J .P O N ASS N (n Oo t0 Z J J (JWO � fopps N � to V � 9 � N O fA bi fA fR N !A to N iA 0 S (per bi (pH O O CS S S S S tJT N O O S E S tmJi + � lJ FA lH (J fA E9 EA fA E9 M N OC O (MJ t8T O (y (8J �8 (p tQpT (ry (J + V �+ V N V 8N P QOO Sm x�O=� oc)z�r m N T � � N D IC v w. 9 N I O J I�p COI lO (D n C O �zS -CD�p m'T7 z Cn I x O n Y m w n w v; Ml, N Q m'Il m IN O V— O w ATiALHMFajT �A�a V 0 P. . CITY Cr Nt)V 2 21993 0 November 22nd, 1993 CITY COUNCIL AGENDA ITEM NO. 21 TO: Mayor & Members of the City Council FROM: Utilities Department SUBJECT: CONTRACT FOR CONSTRUCTION OF WATER PIPELINE BALBOA PENINSULA WATER MAIN RE- LINING PROJECT (CONTRACT NO. 2957) RECOMMENDATIONS: 1. Reject all bids received for Contract No. 2957. 2. Approve the revised plans and specifications. 3. Authorize the City Clerk to advertise for bids for construction of the project. a aids to be opened at..44-30 in the morning (a.m.) on Thursday, - Deeember -16th, 1993, at the office of the City Clerk. DISCUSSION: On November 10th, 1993, the City Clerk opened and read bids for the subject project. Three bids were received. The low -bid was 36 percent higher than the Engineer's Estimate. 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 Creamer Brothers, Inc. $ 492,810 2 Valverde Construction, Inc. $ 497,260 3 MACCO Constructors, Inc. $ 516,265 There are three reasons why the bids exceeded the Engineer's Estimate by such a large amount: poor cost estimating by staff; issuance of a bid addenda which added a number of water services without proportionately increasing the estimated cost; and a water main re- lining market that is currently engaging most of the contractors specializing in water main re- lining. 00 • PageR Balboa Peninsula Water Main Re- lining Reject Bids & Re- Advertise (C -2957) November 22. 1993 Staff recommends that all bids be rejected so the City can modify the plans and specifications to provide for installation of the required by -pass lines by City forces. This action will result in a bid cost savings. The plans and specifications will be written in such a way so as to allow the City to receive bids on two alternatives: one where City forces will perform the by -pass operations; and one where the contractor would perform the by -pass operations. A decision on which alternate to implement can be made at the time bids are opened. Some additional costs may also be achieved by re- bidding the project because of its specialized nature. Staff was told by two of the bidders, that an unusually large number of other water main re- lining projects are being done by the Los Angeles Department of Water & Power and by the City of Pasadena, Department of Water & Power. There are fewer contractors who specialize in re- lining projects than those who perform water pipeline construction. It is likely that the bid prices received reflect a busy re- lining market. PROJECT BACKGROUND: This project provides for cleaning and re- lining the City's 16 -inch cast iron water transmission pipeline that serves as the back- bone for most of the Balboa Peninsula's water supply. The project provides for re- lining the pipeline between 19th Street and Island Avenue. The pipe being re -lined lies mostly in the alley on the bayward side of Balboa Boulevard. The pipe was installed in 1928. It is over 60 years old. During the era between the turn of the century and World War II, one of the most commonly installed type of pipe material was cast iron pipe. Pipe was manufactured in 18 -foot lengths by casting molten iron in vertical sand molds. This type of pipe is referred to as "pit cast" pipe. The 16 -inch pipe on the Balboa Peninsula was manufactured using this sand - casting technique. As a result, the pipe walls are fairly thick and given its age, it is in good condition. Although the pipe walls are thick and in good structural condition, the interior of the pipe has succumb to the effects of rust and corrosion. Inspections of the pipe interior during the last decade have revealed a rather significant build -up of rust and corrosion by- products called tuberculation. A lay- person's description of tuberculation might be "rust barnacles ". The 16 -inch cast iron pipe between 19th Street and Island Avenue has a significant amount of tuberculation inside. Field inspections have found the build -up to be well over an inch thick in some areas. In addition, rust sediment up to 4- inches deep has been found in the bottom of some parts of the pipeline. Page Balboa Peninsula Water Main Re- lining Reject Bids & Re- Advertise (C -2957) November 22, 1993 For a number of years there have been water quality problems on the Balboa Peninsula that are directly related to the condition of the interior of the 16 -irich transmission main. The problems become most noticeable whenever a high -flow condition stirs up the sediment in the line. High flows in this pipeline are almost always related to water main breaks in the surrounding areas or fire flows through hydrants. Being generally concerned about the City's water quality, the Utilities Committee has previously requested staff to prepare its capital budgets to accomplish water quality improvements on the Balboa Peninsula. Staff has reviewed the condition of the 16 -inch water transmission pipeline on the peninsula and believes the pipeline between 19th Street and Island Avenue to be an ideal candidate for cleaning and re- lining. Cleaning and re- lining this reach of pipeline can be done for much less than the cost of replacement. Assuming a successful re- lining project, the remaining pipeline life could be as long as 50 years. Staff believes this project: will be the single -most effective way to noticeably improve water quality and reduce complaints on the Balboa Peninsula. CONSTRUCTION PROGRAM: The project construction will be performed by a private contractor. The Utilities Department forces will assist the contractor by performing the necessary water system shutdowns and make all connections between the by -pass system and the customers water service lines. Under the revised construction plans and specifications, the City proposes to re -bid the project with an alternative where the City forces install and maintain the temporary by -pass piping; and an alternative where the contractor would install and maintain the temporary by -pass system. If City forces install the temporary by -pass system, the contract costs could be reduced by approximately $100,000. However, the City would incur some additional labor and overtime costs and would be required to purchase some additional pipe fitting materials to construct and install the temporary by -pass. These costs are estimated at $15,000. Currently, City forces are making a number of water valve installations to help by -pass water customers and to facilitate the proposed construction activities. Additionally, staff plans to change out a number of the older water meters along the project as a part of the City's annual water meter replacement program. The City has already purchased some of the fittings and materials to be used by the contractor. This was done because some 16 -inch water parts and fittings can take many weeks to obtain. The City has purchased these long -lead items in order to insure that the contractor can minimize his construction time and shorten the period of time that streets and alleys are impacted by the re- lining project. C� PROJECT COSTS & REVISED SCHEDULE: The revised Engineers' Estimate for cost for "Contractor- provided by- pass ", Alternate Engineer's Estimate for "City- provided by- pass ", Pag• Balboa Peninsula Water Main Re- lining Reject Bids & Re- Advertise (C -2957) November 22, 1993 the project construction "A' is $442,500. The Alternate "B" is $387,000. For either project option, funds are available in the Water Fund Capital Projects Account No. 7503 - 98500033 which were appropriated in both the 1992 -93 and 1993 -94 water capital projects budgets. If the City should choose to implement Alternative "A ", the City may utilize additional funds from the 1993 -94 Water Main Replacement Program under Capital Projects Account No. 7503 - 98500223. Sufficient funds are available to implement either option. The estimated time of completion for the project is 120 calendar days. With the revised project schedule, the City proposes that the contractor would commence construction in late January 1994. This schedule will still allow completion of the project during the winter and spring months when traffic and parking demands are not as high. The project could be completed by June 1994. The re- lining work will still be done in four phases, generally in segments from the west end of the project toward the east end of the project at Island Avenue. THE BOTTOM LINE: Staff recommends approval to re- advertise for construction bids with the revised plans and specifications. Respectfully submitted, _ICFF SrANe_APT- Jeff Staneart, P.E. Utilities Director Attachment: Exhibit "A': Bid Summary Js: sdi -I a �I Q a x z U W F., co �a aQ wa z w3 0 U] a E Im O m O O F Q 0 1H1 O m � L Q O I. a U E W z O S U r� z o � U O °-mom I m N Al' C N tO m � m in m m I F ..I � F �o�,,� yi m U F z w �zc�o P OU u d 0 0 S S S S O N O N O V S S O ~ O7 l0 N ((yh ZO � m Q ¢ � m Z g r» 7i S< O O W O m = ° S S O p° S O N° S S S$° p S N O O O O N N- S O O O O S O O S ~ Z N O 1� N' N N m w N O O N- f9 N i9 fA (9 i9 t9 N ff99 N� tD U O � N = < Or F Z Q o s g ¢ o 8 s Lo Y 1 N i L6 25 Z) 2 0 m oa m W N N O S O O S N O O O O O p O O O m N_ O N a0 O O S O N N N 8 0 0 0 O N I� O N O N O N p N O O O O O N S O O O O O t0 S S S O a N< N S n N n N 8 0 fR r N V O f9 O N ONi 5 0 M � f9 f9 W Z N � t» 49 fR � W _ N• Yi ZS O N O N m^ p N N N m O N N N Q S N N > E > 2 O m °- d ° `o W U m> m cp > c 2 p _m U- m 3 = m U t U a N ti o Ouj a> m m Z m Z a- a m m m m t2 N in o m m — ii _ = = = =a =aaa�a =aaa LU N ch � CTY OF �NE1fr�.- t I OCT 25i E October 25, 1993 CITY COUNCIL AGENDA ITEM NO. 12 TO: Mayor & Members of the City Council FROM: Utilities Department SUBJECT: CONTRACT FOR CONSTRUCTION OF WATER PIPELINE BALBOA PENINSULA WATER MAIN RE- LINING PROJECT (CONTRACT NO. 2957) RECOMMENDATIONS: 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 10:30 in the morning (a.m.) on Wednesday, November 10th, 1993, at the office of the City Clerk. DISCUSSION: This project provides for cleaning and re- lining the City's 16 -inch cast iron water transmission pipeline that serves as the back- bone for most of the Balboa Peninsula's water supply. The project provides for re- lining the pipeline between 19th Street and Island Avenue. The pipe being re -lined lies mostly in the alley on the bayward side of Balboa Boulevard. A project vicinity map is included as Attachment "A ". The pipe was installed in 1928. It is over 60 years old. During the era between the turn of the century and World War II, one of the most commonly installed type of pipe material was cast iron pipe. Pipe was manufactured in 18 -foot lengths by casting molten iron in vertical sand molds. This type of pipe is referred to as "pit cast" pipe. The 16 -inch pipe on the Balboa Peninsula was manufactured using this sand - casting technique. As a result, the pipe walls are fairly thick and given its age, it is in good condition. Although the pipe walls are thick and in good structural condition; the interior of the pipe has succumb to the effects of rust and corrosion. Inspections of the pipe interior during the last decade have revealed a rather significant build -up of rust and corrosion by- products called tuberculation. A lay- person's description of tuberculation might be "rust barnacles ". (_ V • Page 2 Balboa Peninsu a Water Re- lining Project Authorization to Advertise Bids October 25, 1993 The 16 -inch cast iron pipe between 191h Street and Island Avenue has a significant amount of tuberculation inside. Field inspections have found the build -up to be well over an inch thick in some areas. In addition, rust sediment up to 4- inches deep has been found in the bottom of some parts of the pipeline. For a number of years there have been water quality problems on the Balboa Peninsula that are directly related to the condition of the interior of the 16 -inch transmission main. The problems become most noticeable whenever a high -flow condition stirs up the sediment in the line. High flows in this pipeline are almost always related to water main breaks in the surrounding areas or fire flows through hydrants. Being generally concerned about the City's water quality, the Utilities Committee has previously requested staff to prepare its capital budgets to accomplish water quality improvements on the Balboa Peninsula. Staff has reviewed the condition of the 16 -inch water transmission pipeline on the peninsula and believes the pipeline between 19th Street and Island Avenue to be an ideal candidate for cleaning and re- lining. Cleaning and re- lining this reach of pipeline can be done for approximately one -half the cost of replacement. Assuming a successful re- lining project, the remaining pipeline life could be as long as 50 years. Staff believes this project will be the single -most effective way to noticeably improve water quality and reduce complaints on the Balboa Peninsula. The Utilities Committee and the Council have previously supported this position by approving the capital project budgets to include this project in the list of priority projects and by authorizing a professional services agreement to prepare a detailed set of plans and specifications for construction. The Council approved the design contract at the July 26th, 1993 Council meeting. The design consultant has completed the re- lining design and has prepared detailed construction plans and specifications. The project construction will be performed by a private contractor. The Utilities Department forces will assist the contractor by performing the necessary water system shutdowns and make all connections between the contractor's by -pass system and the customers water service lines. In recent months, City forces have also made a number of water valve installations to help by -pass water customers and facilitate the proposed construction activities. Additionally, the staff plans to change out a number of the older water meters along the project as a part of the City's annual water meter replacement program. The City has already purchased some of the fittings and materials to be used by the contractor. This was done because some 16 -inch water parts and fittings can take many weeks to obtain. The City has purchased these long -lead items in order to insure that the contractor can minimize his construction time and shorten the period of time that the streets and alleys are impacted by the re- lining project. • 0 Page 3 Balboa Peninsula Water Re- lining Project Authorization to Advertise Bids October 25, 1993 The Engineers' Estimate for the project construction cost is $362,325. The costs are distributed as indicated below. Funds for the work were approved in both the 1992 -93 and 1993 -94 water capital projects budgets. Funds are available in the Water Fund under Capital Projects Account No. 7503 - 98500033. Engineers' Cost Estimate Item Amount Clean & re -line 6030 Linear Feet (LF) of 16 -inch cast iron pipe $120,600 Remove & replace 200 LF of e2dsting 16 -inch pipe 28,000 Remove two existing Fire Hydrants 3,000 Remove & replace 170 LF of existing 6 -inch pipe 12,750 Remove & replace two 16 -inch water valves 7,000 Install six 16 -inch valves 15,000 Replace nine Fire Hydrants 28,800 Remove & replace 50 LF of existing 12 -inch pipe 6,250 Install one 12 -inch valve 1,450 Install three 8 -inch valves 2,850 Install ten 6 -inch valves 7,000 Remove & replace five 2 -inch water services 6,000 Remove & replace twenty -five 1 -inch water services 13,125 Provide Phase I by -pass system 37,000 Provide Phase III by -pass system 30,000 Provide Phase IV by -pass system 40,000 Pressure test & disinfect water & by -pass pipelines 3,500 Total Estimated Cost $362,325 The estimated time of completion is 120 calendar days. The City proposes for the contractor to commence construction as soon as is practical to allow completion of the project during the winter months when traffic and parking demands are not as high. If the City awards the contract immediately after bids are received, the resulting completion date should be late April or early May 1994. • Page 4 Balboa Peninsu a Water Re- lining Project Authorization to Advertise Bids October 25, 1993 Assuming approval of staff s recommended action, the construction effort can commence prior to the Christmas holiday period. The contractor can utilize this time to install the new 16 -inch isolation valve and by -pass connection at 19th and Balboa Boulevard before the Christmas Boat Parade period. During the Boat Parade no work will be allowed. The contractor can mobilize after the New Year and commence with the re- lining work. The re- lining work will be done in four phases, generally in segments from the west end of the project toward the east end of the project. Staff recommends approval to advertise for construction bids. Respectfully submitted, —JEFF STA rEot2Z Jeff Staneart, P.E. Utilities Director JS: sdi Attachment: "A ": Project Vicinity Map 0 Authorized to Publish Advertisements of all kinds including public notices by Decree of the Superior Court of Orange County, California. Number A -6214, September 29, 1961, and A -24831 June 11, 1963. PROOF OF PUBLICATION STATE OF CALIFORNIA) ) SS. County of Orange ) I am a Citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the below entitled matter. 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: October 28, 1993 November 2, 1993 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on November 2 , 1993 at Costa Mesa, California. „ Signature . /d 0 bids may be the ott ce of the city i day of liapgto, 1 MY Clerk I! Prospects" bidders- may .obtain one -set of bid docu M" at no cost at the of- fice of the Pudic Works DepartmeM, 3300 Newport Boulevard, Post Office Box 1768, Newport Beath, Call - fomia 926631768 For turther Information Call Jeff Staneart. at 6" 3011. Published Newport Beach -Costa Mass Daily Pilot October 28, Noreen bar 2, 1983. Th124S