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