HomeMy WebLinkAboutC-2961(B) - 16th Street Reservoir/Pump Station (Stop notices in file)RECORDING REQUESTAY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
Recorded in the Count of orange, California
Illllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllerk R r
No Fee
19910521200 1; 42pm 10/17/97
508 23010666 23 14
N12 1 0 6.00 0.00 0.00 0.00 0.00
"Exempt from recording fees pursuant
to Government Code Section 6103"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport
Boulevard, Newport Beach, California, 92663, as Owner, and
BFI Contractors as
Contractor, entered into a Contract on March 13, 1995
Said Contract set forth certain improvements, as follows:
16th Street Reservoir and Pump Station Groundwater Development Project
Contract No, C- 2961 -B
Work on said Contract was completed on ,tune 9, 1997 ,
and was found to be acceptable on September 22, 1997
by the City Council. Title to said property is vested in the
Owner, and the Surety for said Contract is American Home
BY (6;u_
Public Works Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and
correct to the best of my knowledge.
Executed on
Newport Beach, California.
City Clerk
Cl —
, at
0
1
l
JAN G 1991
CITY CLEgx
CITYOF
kE ;bRT CE4CH
T0= Ci
3300 Newport Blvd., Newport Beach, CA 92659
You are hereby notified that the undersigned claimant, releases that certaln STOP NOTICE, dated June 20r 1996 &
Sept. 4, 1996
in the amount ors 29.293.96 against City of Newport Beach as OWNER or PUBLIC
BODY and BFI Constructors as PRIME CONTRACTOR in connection with the
work or improvement known as 16th Street Reservoir and Pufnp Station
In the CITY OF Newport , COUNTY OF Orange
STATE OF CALIFORNIA.
DATE: :Jan. 3, 1997' SGS Construction Services, .Inc
TITLE:— Treasurer
STATE OF TEXAS
COUNTY OF 4}ertiS )
Oil T,. IAN .'d. 1999 before me. 2an.ea N i.r,J NOTARY PUBLIC
personally appeared 7 — title — 1 rc °.¢n Mr
personally known to me (or prove to me on the basis of satistactory evidence) to be the person(s) whose name(s) Is /are
subscribed to ,he within instrument and acknowledged to me that he/she /they executed the same in his/her /their authorized
capaclty(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the
person($) acted, executed the Instrument.
WITNESS my hand and official seal.
F '�P LYNDA ADAMS
i• Notary Public, State at Texas
��l*_,11, t My Commission Exprires 06/23i97
(Seat)
2
o o O`OicWLE SE OF STOP NO ICE
rt=
3300 Newport Blvd,
CA 92658
Co, >'rRA C- j A-ND.
C- Zq(o [ -Li
RECEIVEI)
DFC 23 1996
You are hereby notllled that the undersigned claimant, releases that certain STOP NOTICE, dated June - 996
io the amount of s 28,515.41 _.against City of Nerrt>ort Heads as OWNER or PUBLIC
BODY and E F'I CDnstlwtors as PRIME CONTRACTOR in connection with the
work or improvement known as 26th Street Reservoir
in the CITY OF t COUNTY OF Ozancre
STATE OF CALIFORNIA.
DATE: I i SGB Construction Services, Inc.
BY:�,�t r%
TITLE: T�ras�=�Yt-
STATE OF SAS
COUNTY OF )
On Qca, 1tcc, / 4'�. (e before me, Gu bGe rCL ���EA)ST6 /ill (VOTARY PUBLIC
personally appeared ��c ate , title
personalty known tome (or prVed tome on the basis of satisfactory evidence) to be the person(s) whose name(s) Wire
subscribed to nke within Instrument and acknowledged to me that he/she/they executed the same in his/heritheir authorized
capaeity(les), -and that by hWber /their signature(s) on the Instrument the person(:), or the entity upon behalr or wbith the
person(j) acted, neanted the instrument
WITNESS my hand and ofricial seal.
P
BARBARA GREENSTEIN
` ." i Notary Public, State at Texas
`�7�'r',.•. My Conornmen Ergres 06/23197 f
(Seat)
[FARx�
Gate > cC
Conies Sent To:
of
the
labor
❑Mayor
$29,293.96
RECEIVE- ;.[';.
0 Council Member
STOP
NOTICE
the sum of:
❑ Manager
LEGAL NOTICE TO WITHHOLD CONSTRUCTION FUND9 1995
ttorn� @Y
(�
(Public or
Private Works)
r CJTV A pOkhev
R' t;r.NCr;
Newport Beach, 3300 Newport
Blvd., P.O. Box
1768, Newport Beach,
�n Q�FSA
TARE NOTICE
THAT SGB Construction
Services. Inc.
whose address is 14840 Carmenita Road, Norwalk, CA 90650
has performed labor and /or furnished materials for a work of improvement
described as follows: 16th Street Reservoir
of the following kind: supply of shoring
The labor and /or materials were furnished to or for the following party:
Total value of the whole amount of labor and /or materials
agreed to be furnished: unknown
The value
of
the
labor
and /or materials furnished to date is:
$29,293.96
Claimant
has
been
paid
the sum of:
$O
And there is due, owing and unpaid the sum of:
First Stop Notice dated June 20, 1996 $19,334.59
Second Stop Notice dated September 4, 1996 $9,959.37
You are required to set aside sufficient funds to satisfy this claim with
interest, court costs and reasonable costs of litigation, as provided by law.
You are also notified that claimant claims an equitable lien against any
construction funds for this project which are in your hands.
FIRM NAME:
Robert A. Weissman, attorney for SGB Construction Services, Inc.
Weissman & Weissman, 16130 Ventura Blvd, Suite 600, Encino, CA 91436
VERIFICATION
I, the undersigned, say: I am the attorney of the claimant named in the
foregoing Stop Notice; I have read said Stop Notice and know the contents
thereof; the same is true of my own knowledge. I declare under penalty of
perjury under the laws of the State of California that the foregoing is true
and correct. Executed on September 4, 1996 at Encino, California.
rt A. Weissman, Attorney for SGB Construction Services
ROBERT A. WEISSMAN, Bar No. 67981
WEISSMAN & WEISSMAN
A Professional Law Corporation
16130 Ventura Boulevard, Suite 600
Encino, CA 91436
(818) 905 -9900
Attorneys for SGB CONSTRUCTION SERVICES
RELEASE OF STOP NOTICE
Date
Copies Sent Ta
Cl Maya
❑ Counc® Member
❑ Manager
Z'Att rney
TO: City of Newport Beach, 3300 Newport Blvd., P.O. Box 1768,
Newport Beach, CA 92658, HOLDER OF CONSTRUCTION FUNDS for the
property which is the subject of the Work of Improvement known as
16th Street Reservoir in Newport Beach.
This Release releases that certain Stop Notice dated June 21,
1996 in the amount of $19,334.69 for rental of aluminum shoring
provided by SGB Construction Services, Inc. supplied to Quality
Shoring for use at the above described location.
DATED: December 30, 1996
STATE OF CALIFORNIA )
) ss
COUNTY OF LOS ANGELES )
WEISSMAN & WEISSMAN
A Professional Law Corporation
BY: ✓ /?" / ct/
ROBERT A. WEISSMAN
Attorneys for SGB Construction
Services
On December 30, 1996, before me, the undersigned Notary
Public, in and for said State, personally appeared ROBERT A.
WEISSMAN, personally known to me (or proved to me on the basis of
satisfactory evidence) to be the person(s) who name(s) is /are
subscribed to the within instrument and acknowledged to me that
he /she /they executed same in his /her /their capacity(ies) , and that
by his /her /their signature(s) on the instrument the person(s), or
entity upon behalf of which the person(s) acted, executed the
instrument.
WITNESS my hand and official seal.
° Susan Shaffner 3
Signature "" ii�t./l 0 Comm. #1081230 ^
Im NOTARYPUBLIC CALIFOFMA YI
Susan Shaffner LOS ANGELES COUNTY 0
��� Comm. Exp. Dec.
�. FORM 107
STOP NOTICE
LEGAL NOTICE TO WITHHOLD CONSTRUCTION FUNDS
(Public or Private Work)
(Per California Civil Code Section 3103)
TO: CITY OF NEWPORT BEACH DIR. OF PUBLIC WORKSPROJECT: 16TH RESERVOIR & PUMP STATIO#
Mme of ewnm, WMic body a coneendien hm hokke) (Name)
3300 NEWPORT BOULEVARD 951 WEST 16TH STREET
(Address. i direEled to a bark or savinp and bm19 ., use address of brC ;;O;8 tmld) (Address)
NEWPORT BEACH, CA 92658 -8915 NEWPORT BEACH, CA 92658 -8915.
(Qty. stain end z0) (Dny, stece and zip)
TAKE NOTIC
whose address Is
has performed labor and furnished materials for a work of improvement described as follows: 16TH STREET RESERVOP —° -� —'
PUMP STATION, NEWPORT BEACH, CA
(Nmoe and bcebon of the Project Whore work or rrawkils Wine knie ed) _.
The labor and materials fumished by claimant are of the following general kind: ELECTRICAL WORK, LABOR & MATOWIAL$ ' 3
.•r.:: LJ
(aerwal description of work and meterids kirrus lea) —0., r-7
The labor and materials were furnished to or for the following party: B . F . I . TORS
7
(Name of perry who ordered or
J
r ;
511,709 j@
Total value of the whole amount of labor and materials agreed to be furni is .,,ga- ; :.>,::;. �'� ........ ....... $
The value of the labor and materials furnished to date is ........ ...................�.......' ?'. .�.. ........... ..... $ 92,035.53
Claimant has been paid the sum of: ............................... ............................... . .................G��..�9v',..... ....... $ 0—
and there is due, owing, and unpaid the sum of: ............................................. .. . . ............ $ 92, 035.53
.......................
r
You are required to set aside sufficient funds to satisfy this claim with interest, able costs of litigation, as provided by law.
You are also notified that claimant claims an equitable lien against any construction fu ds for this project which are in your hands.
FIRM NAME INDUSTRIAL CONSTRUCTION & ELECTRICAL Byz qz/
(Name of atop rake daimar —see kwu actions for details) (Owner ndlce deimard must sign here and verify below)
VERIFICATION
I, the undersigned, say: I am the PRESIDENT OF the claimant named in the
('Presidwd of, 'Mmlagm of, 'A PWVW ot.• •Owner of: Me.)
foregoing Stop Notice; 1 have read said Stop Notice and know the contents thereof; the same is true of my own knowledge.
I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct.
Executed on 3 JANUARY , 19 _2_7 , at LA HABRA , California.
(Date this docemenl wary signed) (Narno 1 ty mvele slop norm signed).
REQUEST FOR NOTICE OF ELECTION
(PRIVATE WORKS ONLY)
(Per Callfomia Civil Code Section 3159, 3161 or 3162)
If an election is made not to withhold funds pursuant to this stop notice by reason of a payment bond having been recorded in
accordance with Sections 3256 or 3162, please send notice of such election and a copy of the bond within 30 days of such election In the
enclosed preaddressed stamped envelope. This information must be provided by you under Civil Code Sections 3159, 3161 or 3162.
Signed
(Cime,am mint endure We addressed slenlped a iepe)
SEE REVERSE SIDE FOR COMPLETE
FORM 107 -019 93
NEWS FORM PREPARED BY JAMES ACRET
a
�o STOP NOTICE C -a��� ,Un % =�,qqE
F*0AVXdAME TO WITHHOLD CONSTRUCTION FUNDS
(Public or Private Works)
To: Citv of Newport Beach, 3300 _Newport Blvd., P.O. Box 1768, Newport Beach
92658
TARE NOTICE THAT SGB Construction Services. Inc.
whose address is 14840 Carmenita Road, Norwalk, CA 90650
has performed labor and /or furnished materials for a work of improvement
described as follows: 16th Street Reservoir
of the following kind: supply of aluminum shoring
The labor and /or materials were furnished to or for the following party:
Ouality Shoring
Total value of the whole amount of labor and /or materials
agreed to be furnished: $19,334.69
The value of the labor and /or materials furnished to date is: $19,334.69
Claimant has been paid the sum of: $0
And there is due, owing and unpaid the sum of: $19,334.69
You are required to set aside sufficient funds to satisfy this claim with
interest, court costs and reasonable costs of litigation, as provided by law.
You are also notified that claimant claims an equitable lien against any
construction funds for this project which are in your hands.
FIRM NAME: SGB Construction Services
By
Robert A. Weissman, attorney for SGB Construction Services, Inc.
Weissman & Weissman, 16130 Ventura Blvd, Suite 600, Encino, CA 91436
VERIFICATION
I, the undersigned, say: I am the attorney of the claimant named in the
foregoing Stop Notice; I have read said Stop Notice and know the contents
thereof; the same is true of my own knowledge. I declare under penalty of
perjury under the laws of the State of California that the foregoing is true
and correct.
Executed on June 20, 1996 at Encino, California.
Robert A. Weissman, Attorney for SGB Construction Services
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 Section 3235
or 3162, please send notice of such election and a copy of the bond within 30
days of such election in the enclosed preaddressed stamped envelope. This
information must be provided by you under Civil Code Sections 3159, 3161 or
3162.
Signed:
0
0
0
U z
<
0
z
0 5
<
L
o
Ln
ko
OD C:
(Oy 4-1 w u
m
d) 0 '1 (1)
Z � m
x
LI-4 Q) 0 4-)
Ir
I
0 Z M H
CO
0
>,o
M1
110 C;
CO
-rA r4)
Ln
U m a4 z
0
0
0
U z
<
0
z
0 5
<
L
o
•
•
11
TO: Mayor and Members of the City Council
FROM: Public Works Department
September 22, 1997
CITY COUNCIL AGENDA
ITEM NO. 5
SUBJECT: NOTICE OF COMPLETION - 16TH STREET RESERVOIR AND PUMP
STATION GROUNDWATER DEVELOPMENT PROJECT CONTRACT
NO. C- 2961 -B
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days after the Notice of Completion
has been recorded in accordance with applicable portions of the Civil Code.
DISCUSSION:
The Contract for construction of the 16'h Street Reservoir and Pump Station has been
completed to the satisfaction of the Public Works Department. The contractor was BFI
Contractors of Santa Ana, California.
The bid price was ....... ............................... $6,344,500.00
Amount of change orders ... (10.03 %) 637,072.57
Less Stipulated damages ............................. 33,000.00
Total contract cost ....... ............................... $6,948,572.57
Funds for the project were budgeted in the following account:
Description
Reservoir & Pump Station
Account Number
7504- C5500095
Amount
$6,948,572.57
A total of six (6) change orders were issued to complete the project, each comprised of
several components. The majority of the change orders dealt with design and field
changes, initiated by the City of Newport Beach. The change orders are as follows:
SUBJECT: NOTICE O MPLETION - 161N STREET RESERVOIR A UMP STATION GROUNDWATER
DEVELOPME PROJECT CONTRACT NO. C- 2961 -B
September 22, 1997
Page 2
Change Order No. 2
In September, 1996, subsequent to the commencement of construction, the City made
the decision to revise the disinfection system from a gas system to a liquid system to
reduce the potential for a hazardous condition. The Fire Department expressed
concerns regarding the containment of gaseous chlorine and ammonia due to
accidental leaks caused by malfunctions or system failures in unforeseen
circumstances. The design revisions were made and a change order was negotiated
with the contractor to perform the construction change. A 200 calendar day extension
was included in this change order to accommodate the change in design.
a) Additional cost to change disinfection system from gaseous to
liquid chloride and ammonia.
Total $244,305.04
•
•
Change Order No. I
a)
Install 3 /4' gravel under pump can footing.
$1,104.59
b)
Credit for coating steel pipe in the Inlet Vault with paint in lieu of
<171.88>
epoxy coating.
c)
Install flap gate on 12" drain line inside storm drain manhole.
1,913.45
d)
Install new telephone cable and conduit to construction trailer.
692.06
e)
Install trust block on 36" outlet pipe
920.39
f)
Additional 30" steel pipe to join the existing pipeline in 16, street.
8,039.13
g)
Install connection to inlet vault drain line for future catch basin.
2,860.73
h)
Remove existing brick/mortar bulkhead from junction structure.
476.49
i)
Install connection to inlet vault drain line for future catch basin.
26,778.18
j)
Install an additional water sampling analyzer.
5,753.43
k)
Install 8" D.I. FLG. Spool in Drain Vault
570.76
1)
Install Visqueen on North Slope per City request
2,754.86
m)
Remove and recompact soil under future pump station extension
31,360.00
n)
Provide credit for green streak drain material in lieu of miradrain
<1,200.00>
panels
o)
Install three additional insection points for disinfection system
13,100.20
p)
Revise steel roof decking from 1 1/2" thick to 3" thick
7,327.82
q)
Provide additional painting due to revised roof decking
5,314.36
r)
Remove and recompact soil beneath future pump station extension
5,200.00
Total
$112,794.57
•
Change Order No. 2
In September, 1996, subsequent to the commencement of construction, the City made
the decision to revise the disinfection system from a gas system to a liquid system to
reduce the potential for a hazardous condition. The Fire Department expressed
concerns regarding the containment of gaseous chlorine and ammonia due to
accidental leaks caused by malfunctions or system failures in unforeseen
circumstances. The design revisions were made and a change order was negotiated
with the contractor to perform the construction change. A 200 calendar day extension
was included in this change order to accommodate the change in design.
a) Additional cost to change disinfection system from gaseous to
liquid chloride and ammonia.
Total $244,305.04
•
n
LJ
n
LJ
SUBJECT: NOTICE OF C*LETION - 16TH STREET RESERVOIR AND WP STATION GROUNDWATER
DEVELOPMENT r OJECT CONTRACT NO, C- 2961 -B
September 22, 1997
Page 3
Change Order No. 3
Furnish and install imported fill material.
Total $189,756.00
Change Order No. 4
a) Excavate to locate existing sewer line and connect to floor drains. $9,103.28
b) Install five aluminum roof vents in the warehouse area. 2,551.37
c) Install additional emergency shower /eyewashes in the chemical 5,755.69
room.
d) Install electrical light & exhaust fan in Outlet Vault 11,294.85
e) Install additional rings on existing drainage manholes 15,304.15
f) Install A/C unit on roof of telephone room 11,066.10
Total $55,075.44
Change Order No. 5
a)
Install telephone conduit extensions.
$2,949.78
b)
Install corrosion monitoring equipment
20,156.13
c)
Install stainless steel eyebolts in valve vault.
3,400.14
d)
Delete resilient flooring in telemetry room.
<1,349.62>
e)
Install five pump can plug valves on air relief piping.
1.341.42
Total $26,497.85
Change Order No. 6
a)
Paint exterior bus duct to match building block wall
1,495.00
b)
Install 20 amp GFI breaker on circuit to Outlet receptacle
245.71
c)
Deletion of concrete walk to Absorber Tank
<325.66>
d)
Deletion of aluminum building signs
<1,276.83>
e)
Change in location and swing of exterior door of Chemical Room
347.24
f)
Deletion relocation for Main Breaker in MCC - "C.
<600.00>
g)
Additional control circuit conduit from MCC to PCP.
3,118.50
h)
Installation of roll -up door safety edging
1,446.84
i)
Change all door lock cylinders to Sargent to match existing locks.
341.46
j)
Replace 35 amp circuit breaker with 40 amp breaker.
487.71
Total $5,279.97
_-\
SUBJECT: NOTICE OF MPLETION - 16T" STREET RESERVOIR A*UMP STATION GROUNDWATER
DEVELOPME PROJECT CONTRACT NO. C- 2961 -B
September 22. 1997
Page 4
The original contract completion date for this project was May 27, 1996. The •
construction schedule was revised to account for the revisions to the disinfection
system, and other changes which added 324 calendar days to the overall schedule.
The revised completion date was April 15, 1997. The contractor completed the project
on June 9, 1997, 55 days behind the revised construction schedule. The City and BFI
Contractors reached an agreement regarding the extension of the construction period
and stipulated damages that will be assessed to the Contractor. The agreed upon
amount of stipulated damages for this project was $33,000.00 and is reflected in the
total contract amount. These damages were used to pay for the additional construction
services (management, inspection, testing, etc.) for the additional 55 days.
Respectfully submitted,
U7a
P LIC WORKS DEPARTMENT
Don Webb, Director
By:) 1
Michael J. Sinacon, P.E. `S'O
Utilities Engineer
\ \dp\sys\ groups\ pubworks \98- counc\sept -22\ 16street.doc
•
• 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768
(714) 644 -3005
TO: PURCHASING /FINANCE DEPARTMENT
x_2-5-
FROM: CITY CLERK
DATE: April 25, 1995
SUBJECT: Contract No. C- 2961(B)
Description of Contract 16th Street Reservoir and Pump
Station
Effective date of Contract March 13, 1995
Authorized by Minute Action, approved on March 13, 1995
Contract with BFI Constructors
Address 1415 N. Susan Street
F.Arlo 1
Amount of Contract $6,344,500.00
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
• f
March 13111, 1995
CITY COUNCIL AGENDA
ITEM NO. 1
TO: Mayor & Members of the City Council
FROM: Utilities Department
SUBJECT: CONTRACT FOR CONSTRUCTION
16P STREET RESERVOIR & PUMP STATION
GROUNDWATER DEVELOPMENT PROJECT
(CONTRACT NO. 2961 -13)
RECOMMENDATIONS:
MAR 1 3 1995
Find that the lowest bidder, BFI Constructors, can meet
the requirements for completing the proposed contract
work and declare them the "low bidder ".
2. Award Contract No. 2961 -B to BFI Constructors, in the
amount of $6,344,500.
3. Authorize the Mayor and the City Clerk to execute the
contract on behalf of the City.
DISCUSSION:
At 1:30 p.m. on March 1", 1995, the City Clerk opened and read
bids submitted from a list of pre - qualified contractors for the subject project.
A summary of the results is listed below and a more detailed itemized bid
summary is attached as Exhibit 'B ":
Rank Contractor /Bidder Total Bid Price
low BFI Constructors $ 6,344,500
2 Hensel Phelps Construction Company, Inc. $ 6,693,000
3 SSC Construction Company, Inc. $ 7,228,000
Three bids were received from the thirteen pre - qualified contractors.
The low bid was ($650,500) 161/2% below the Engineer's Estimate of $6,995,000.
THE LOW BIDDER:
The low bidder, BFI Constructors of Santa Ana, California, is a
qualified general contractor licensed to do business in California. This company
is a subsidiary of a multi - national corporation with a strong financial resource
base and a history of construction project success. They have successfully
completed reservoir and pump station construction projects for other reputable
public water agencies and municipalities. The firm has a solid reputation in the
construction contracting industry and has a significant amount of experience
with similar construction projects.
0
REFERENCES & SURETY:
0
Page 2
Reservoir & Pump Station Construction
Award of Contract (C -2961 B)
March 13'". 1995
Reference checks on BFI Constructors, performed by the City as
part of the pre - qualification process, revealed a number of favorable comments
regarding their ability to perform the work in an efficient manner.
The surety, insurance policies and bidder's bond submitted by
the contractor meet City requirements. The company's safety record is very
good. They have no history of default or surety claims for unfinished
projects. Staff believes that the contractor will be able to complete the
proposed work satisfactorily.
GENERAL PROJECT BACKGROUND:
The Groundwater Development Project is comprised of a series of
capital projects that will provide for extraction and delivery of groundwater
from water wells in Fountain Valley through pipelines between there and
Newport Beach. The overall project consists of water wells, pipelines, a
reservoir and a pump station. A reservoir and pump station are necessary to
enable the City to convey groundwater pumped from the wells, on into the
City's water distribution system and up to Big Canyon Reservoir. This
contract provides for construction of those facilities along with telemetering
and water disinfection systems.
PROJECT COMPONENTS:
This contract provides for construction of the 3.0 million gallon
reservoir, the 11,500 gpm pump station, chlorine and ammonia disinfection
systems, and a telemetering control system. These components of the
Groundwater Development Project involve large -scale and complex, specialized
construction. They are a critical part of the overall project.
The reservoir is a key component of the City's future water supply.
It will receive all of the water from the water wells in Fountain Valley which are
proposed as part of the Groundwater Development Project. Similarly, the
pump station, will pump all of the water from the wells and the reservoir into
the City pipeline network. The chloramine disinfection facilities will provide a
means to comply with the State water quality regulations pertaining to
bacteriological safety of the City drinking water supply and the requirements
for a disinfectant residual in the water system.
A brief description of these project components follows.
Reservoir
The reservoir and its related piping and improvements were
designed by a private consultant, Daniel Boyle Consulting Engineers, Inc. of
Laguna Hills. This design contract was approved by the Council October
25', 1993 and was amended by Council action August 22', 1994.
Page 3
Reservoir & Pump Station Construction
Award of Contract (C- 2961B)
March 13' , 1995
The reservoir will have a capacity of 3.0 million gallons. It will be
a reinforced concrete structure. It has been designed for construction in a
large excavation, which will then be buried and placed underground to take
advantage of the existing topography and the limited land available to the
City. Some of the Utilities Yard site improvements will be constructed on top
of the reservoir, where parking will be provided. Refer to the site location
map for the orientation of the reservoir and pump station. It is attached as
Exhibit "A ".
The proposed structure will have two main compartments and
a hopper- shaped bottom for each of the two compartments. The two
compartments will be capable of operating together or independently to
maximize reliability and flexible water delivery operations during
maintenance and future repair work. Maintenance hatches will provide
access to each compartment. The structure will be highly reinforced to
provide for a significant seismic event on the Newport- Inglewood Fault.
The reservoir construction involves a fair amount of soils and
earthwork to construct a firm foundation. The construction will also provide
a number of piping installations beneath the floor of the reservoir. A
perforated underdrain monitoring system and numerous pipe branches will
be installed in conjunction with a flow monitoring vault. The reservoir drain
line will be built to empty the reservoir into the adjacent storm drain when
maintenance is required.
Pump Station & Chioramine Disinfection System
The pump station and chloramine disinfection facilities were
designed by John Carollo Engineers, Inc. of Walnut Creek. This design contract
was approved by the Council November 22 "d, 1993 and amended by Council
action August 22n1, 1994.
The pump station will consist of five, high- efficiency, electric- driven,
vertical turbine pumps with a variable operating capacity designed to balance
the constant flow from the water wells in Fountain Valley, with the variable
system demands within the City water system. The pump station will operate at
a normal average flow rate of approximately 11,500 gallons per minute. It has a
peak operating flow capacity of over 14,000 gallons per minute.
The pump station will be housed in a seismicly reinforced masonry
building. The building will have separate rooms for the electric control panel,
pumps and piping, the telemetry control system, the chlorine storage and
injection system, the chlorine scrubber system, the ammonia storage and
injection system and equipment storage.
Chlorine and ammonia will be injected as water disinfectants to
meet the quality standards set by the State and the USEPA. Both disinfectant
chemicals will be stored and injected from separate containment rooms. The
process is designed such that the chlorine and ammonia are combined to create
a series of water disinfectant compounds called chloramines. These compounds
are necessary to insure the bacteriological quality of the water is safe.
9 0
Page 4
Reservoir & Pump Station Construction
Award of Contract (C- 2961B)
March W, 1995
The pump station will connect to the reservoir through 36 -inch
diameter inlet pipes that will be manifolded together just outside the pump
station building. Construction of these pipe connections is particularly
important due to the numerous welds of the pipe fittings, their depth, and
the necessity to properly align and fit them together.
A significant slope excavation and shoring operation will be
necessary to build the suction piping inlets to the pump station some 60 feet
below the adjacent street surface. This shoring system and its eventual
removal to allow construction of the above -grade facilities will involve some
complicated construction techniques. Select fill materials will be placed and
carefully compacted against the piping systems into and out of the reservoir
and the pump station.
Telemetry System
The telemetry and control systems are designed to monitor
operations of the City's water well facilities in Fountain Valley and balance
the flows from the pump station. Control data will also be monitored at the
Big Canyon Reservoir Operations Center where all of the City's pump station
operations are monitored.
The telemetry, alarm and control systems will be tied into a PC-
based, SCADA control system. This type of control and wiring construction is
relatively sophisticated and involved. However, the system will provide the
ability to monitor and control wells, pumps, disinfection dose and alarming
from a single operating location at the pump station. The system will also
monitor and control the fire alarm system and the chlorine and ammonia spill
alarm systems. The system will have set - points for turning wells and pumps
"on" and "off'. It will also provide alarm notice through an auto -dial system.
This system will have the capability to call operating personnel and the fire
department if conditions warrant.
The telemetry system will have an emergency stand -by power
source provided by a natural gas engine -driven electric generator. The
generator will be housed in a separate fire resistant room in the pump station
building. It is designed to provide electric power to the fire alarm, chlorine and
ammonia monitoring, chlorine scrubber and telemetry systems during events
where the SCE power is off -line.
PROJECT CONSTRUCTION MANAGEMENT:
The project construction contract will be administered by the City
under the supervision of a construction project manager. The City previously
retained Daniel Boyle Engineering, Inc., to provide field construction
management services for the reservoir and pump station contract. Council
received a detailed report on the tasks required of the construction manager
and approved the professional services agreement January 9"', 1995.
E
PROJECT COSTS & SCHEDULE:
0
Page 5
Reservoir & Pump Station Construction
Award of Contract (C- 2961B)
March 13'", 1995
The contractor's bid price for the project totaled $6,344,500.
This price is below the engineer's cost estimate by approximately $650,000.
This is primarily due to the current competitive construction market.
The funds needed for completing this part of the Groundwater
Development Project are available in the Water Enterprise Fund under the
Water Capital Projects Account No. 7504 -P- 500 - 094 -A. These funds were
appropriated in the last four fiscal years in the water capital projects budget.
Sufficient funds are available in this account to implement and complete the
proposed project.
The estimated time of completion for the project is 440 calendar
days. The project specifications require the contractor to complete the work
within this time - frame. The City's project schedule proposes that the
contractor commence construction in early April 1995. The schedule will
allow completion of this portion of the project by mid - September 1996.
STAFF RECOMMENDATION:
Staff recommends award of the contract for construction at this
time. The contractor is very qualified and the bid price is very favorable in
that it is below the construction cost estimate.
An award at this time will allow the contractor to complete the
project within the scheduled window and will allow the City to continue its
plans to complete the Groundwater Development Project by the Fall of 1996.
Staff believes the contractor can perform the proposed
construction satisfactorily and recommends award of the contract to the
successful bidder, BFI Constructors of Santa Ana, California.
Respectfully submitted,
_3E.F STAn E 4RT
Jeff Staneart, P.E.
Utilities Director
Attachments: Exhibit "A': Bid Summary
Exhibit "B ": Vicinity Map
JS: sdi
•
List of Prior Relevant Actions:
City Council
9
Page 6
Reservoir & Pump Station Construction
Award of Contract (C- 29618)
March 13d', 1995
January 25', 1993........
Approve and Certify Project EIR
October 25'", 1993........
Award Design Contract for 3.0 MG Reservoir
November 8'", 1993.......
Approve Addendum No. 1 to EIR & Advertise Reservoir Rough Grading
November 22 "d, 1993....
Approve Pump Station Design Contract
December 13', 1993 .....
Award Contract for Rough Grading & Storm Drain Relocation
December 21 ", 1993.....
Approve Entry Agreement with West Newport Oil Company
January 24'", 1994........
Approve Plans & Advertise Interim Mass Grading Contract
February 14`", 1994......
Accept the Rough Grading Contract as Complete
February 28', 1994......
Award Contract for Interim Mass Grading of Reservoir Site
March 28', 1994 ...........
Approve Pre - qualification Process for Reservoir Construction
July 11'", 1994 ..............Approve
Contractor Pre- qualification Process for Combined Project
July 25'", 1994 ..............Approve
Change Order to Interim Mass Grading Contract
August 22 "d, 1994.........
Amend Reservoir Design Contract & Pump Station Contract
November 14'", 1994.....
Accept Interim Mass Grading Contract as Complete
December 12', 1994.....
Approve Negative Declaration for Water Disinfection Facilities
January 9', 1995..........
Approve Const. Management Contract for Reservoir & Pump Station
January 23d, 1995........
Approve Reservoir /Pump Station Plans & Advertise for Bids
Utilities Committee
January 13'", 1993........ Project Review and EIR Recommendation
April 28`", 1993 .............Project Review and Update; Budget Recommendations to Council
July 16'", 1993— ........ ...Project Update & Review of Bond Financing
September 3`d, 1993......
Project Update & Review of Bond Financing
November 19", 1993.....
Project Review & Pump Station Contract for Design Recommendation
December 9"', 1993.......
Project Review & Rough Grading Contract Recommendation
January 14'", 1994........
Project Review & Utilities Yard Plan Review
May 18'", 1994 ..............Review
Project Status & Earthquake Fault Findings & Recommendations
June 6'", 1994 ...............Review
of Proposed Change in Grading Conditions & Contracts for Design
January 16'", 1995........
Project Review & Recommendations to Advertise Reservoir & Pump Station
0
r
O
n
oa
H
O �
A O
t z
3
D
mw
wo
M-0
o
Om
FD v
PROPERTY LIRE
E
�x
YI
N ~
N O
9 N
O y
O G
JI a_
9
F�xµigir .•A.
0
A Z0=7
R 3 �
v
N IbP
w ybj m d
°o
0
0
i
m p ti m
3 O
j Z
ti ilk n
T n
i n
n�
x
O
D
b
Z
m
a�
yz
my
N
A
fail
�
O
b
0
J
OWi
N
(WJ
N+
rNy
m
N
N
N��
N
N
b
m
J
A
N
A
(u
N
A
P
m
V
A
N
N
T
Q9a
xmntinvv°
j
w
W
N
N
v
VI
Nvv
N
W
N
N
VI
vv
m
w
N
VI
VI
Nv
N
N
N
nwv
q
-
O
-�mN
O
N
-
A
O
wn
m
O
T
O
C
O
O
n'
P
N
O
C
n
n
n
P
O
m
3
n
3
o
ant
^
n
spa-
5
-
a
9
99
^ap
O
r
r
r
r
r
r
r
r
o'
rrrr
r
r
r
r
d+
V
W
(A
N
N
VI
W
W
VI
N
IA
w
C
y
y
Mp
NNM
~
pNNN
pNp
M
NM
NN
T
N
W
b
N
N
M
M
W
N
M
N
m
N
pO
pMO
0
N W
M
V
W
N
N
N -O
-O
-
p
N
N N
N
+ N
O W
N
A
~ N
T
O
l0
J
W
O
O
O
O
O
O
N
O
V
OO
O
O
O
z
00
0
0
000
0
0
0
0
0
0
0
0
---
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
o
o
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
0
l(OO
N
N
M
N
M
N
j
y
V
N
N
N
N
pN
M
M
p
p
N
N
M
ji
O
O
O
U
O
p
U
W m
A V
N
W
N
N
N
N O
N J
m
O
O O
O
A
O
N
O
O
o
O
O
O
O
O
O
O
O
O
O
8
0
0
0
0
0
0
p
O
O
O
O
C
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
1
"Z_
O
0
O
0
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
N
p
N
p
M
N
p
p
m
r
O
O
N
V
N
N
N
M w
A
M
A
p N
M
p
N V
p
N
N
b
M
N A
m O
N N
O
N
-
O
O
O
O
N
O
V
N
O
O
O
V
N
U
O
J
O
O
O
O
O
O
O
(
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
~
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
2
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
y
]f
00000oo0000000o000
oo0000o0000000000000000000
N
m
a
N
p
p
p
N
N
p
pO
p
N
N
N
y
W
p A
O
S
M
p
VpO
i
A
A
N
N
N
N
E
+
A
O
N
O
N
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
N
O
O
O
V
O
N
O
O
O
O
O
O
O
O
O
O
V
O
O
O
N
O
O
J
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O O
O
O
O
O O
O
O
O O
O
O
O O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
RIP
O
O
O
O
Z
ti
O
O
o
O
O
O
O
O
O
O
O
O
O
o
O
O
O
o
O
o
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
z
A
WO
p
N
N
N
w
N
N
M
W
p
p
p
N
N
N
M
M
N
W
p
p
p
O
m
.t
N
W
Z
to
0
0
0
0
0
O
O
O
n
O
O
O
O
O
O
o
O
O
O
O
O
$
r
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
ON~
x
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
p 0
O
O
O
O
O
O
O
O
O
O
o
O
O
O
O
O
r
.0.0.0000000000000..000000000000000000000.00
O
0
0
0
0
0
0
0
100000
O
O
O
O
o
O
O
O
o
O
o
O
o
o
O
O
o
o
O
O
O
o
o
o
O
O
O
o
O
O
O
w
n
0
m
$
p
1A
a
p
p
aW
W
N
p
N
N
N
N
O
m
(mj
p
U
O
O
O
-�
O
W
O
O
W
O
A
O
N
O
N
O
O
O
In
O
p
N
O
N
O
N
D
N
U
W
0
0
0
0
N
N
U
N
U
O
O
O
O
W
O
OI
O
N
O
O
O
O
O
O
N
O
O
O
O
M
O
N
09
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
o
0
0
0
0
0
0
....
0
0
0
0
0
0
0
0
0
0
0
0
0
0
O
000000000000000000
0
0
...
oz
z
G
O
o
O
O
O
O
O
o
O
O
O
O
O
O
O
O
O
o
O
O
O
O
H
O
00
......
0
0
0
0
0
0
0
......
O
O
O
O
O
O
O
O
...0
O
O
O
O
O
O
..
0
0
0
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
00
O
O
O
O
0
0
0
0
0
N
M
M
N
N
M
M
M
N
N
p
q
N
p
O
N
p
N
N O
O O
M
M
W
n
O
O
N
O
O
O
O
W
O
Z
O
O
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
o
0
O
0
o
0
0
0
0
0
0
0
0
0
o
0
O
0
0
0
O
0
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
N
$
J
N
M
M
M
N
p
p
N
N
N
M
M
N
N
p
N
N
N
D
2
m
O
w
O
W
N
V
O
O
O
to
O
H
W
O
W
A
In
�n
J
S
N
O
N
W
N
W
W
N
O
w
O
O
O
O
b
N
o
N
0
0
0
0
0
0
O
....
0
0
0
0
0
0
0
0
0
0
O
O
O
O
O
O
O
O
O
O
O
O
O
Z
p
O
O
O
O
O
O
O
.....
0
O
P
O
P
P
O
P
P
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
POP.
O
O
O
.00
PP
O
O
O
O
y
O
......
O
O
O
O
O
O
O
........
O
O
O
O
O
O
O
O
.....
O
......
0
0
O
O
O
O
O
O
0
0
0
0
0
0
0
0
0
0
0
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
1
1
A Z0=7
R 3 �
v
N IbP
w ybj m d
°o
0
0
i
m p ti m
3 O
j Z
ti ilk n
T n
i n
n�
x
O
D
b
Z
m
a�
yz
my
t i
NOTICE INVITING BIDS
Statements of qualification may be received at the office of the City Clerk,
3300 Newport Boulevard, Post Off ce; ]Pox 1768, Newport Beach. California 92658 -8915
until 1:30 dclock o.n; "' 1 s[ day of March , 1995,
at which time no ri will be accepted for:
16th STREET RESERVOIR AND PUMP STATION
}
F..
U
Title of Project
C- 2961 -B
Contract No.
$ 6,995,000.00
Engineer's Estimate
�/fFo9,14;
�J
n
r,
Approved by the City Council
this 23rd day of January, 1995
Wanda E. Raggm
aty Clerk
Prospective bidders may obtain one set of prequalification documents at no cost at
the office of the City Clerk, 3300 Newport Boulevard,
Post Office Box 1768, Newport Beach, California 92658 -8915
For further information, call Jeff Staneart at 644 -3011.
Project Manager
F
CITY -10 ER -S COP .
_� �.
0 0
CITY OF NEWPORT BEACH
UTILITIES DEPARTMENT
16TH STREET RESERVOIR AND PUMP STATION
CONTRACT NO. C- 2961 -B
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard, P. O. Box 1768
Newport Beach, California 92658 -8915
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has read the
Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby
proposes to furnish all materials except that material supplied by the City and shall perform
all work required to complete Contract No. C- 2961 -B in accord with the Plans and Special
Provisions, and will take in full payment therefore the following unit prices for the work,
complete in place, to wit:
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.
SCHEDULE OF WORK ITEMS
BASE BID - Refer to Section 1 -4.1 "Completion Schedule"
ITEM APPROXIMATE UNIT TOTAL
NO, OUANTITY DESCRIPTION PRICE AMOUNT
Lump Sum Mobilization for entire project
for the lump sum price of
(not greater than 2% of the
total Base Bid)
One Hundred Twenty Thousand Dollars
and
No Cents
I�PkIIiGkE�Z!�il
Lump Sum $120,000.00
0
SCHEDULE OF WORK ITEMS
0
BASE BID - Refer to Section 1 -4.1 "Completion Schedule"
ITEM APPROXIMATE UNIT TOTAL
NO. QUANTITY DESCRIPTION PRICE AMOUNT
2. Lump Sum Provide excavation safety
measures including: adequate
sheeting, shoring and bracing
or equivalent method, for the
protection of life or limb, which
shall comply to all applicable safety
orders for the lump sum price of
One Hundred Thousand Dollars
and
No Cents Lump Sum
3. Lump Sum Provide earthquake and tidal
wave (Optional Item)insurance
for the project duration for
the lump sum price of
Twenty Thousand Dollars
and
No Cents
NO3- 103 -04 P -2
Lump Sum
$100,000.00
1 111 11
SCHEDULE OF WORK ITEMS
BASE BID - Refer to Section 1 -4.1 "Completion Schedule"
ITEM APPROXIMATE UNIT TOTAL
NO QUANTITY DESCRIPTION PRICE AMOUNT
3.0 MILLION GALLON RESERVOIR
4. Lump Sum Construct 3.0 MG reinforced
concrete reservoir including:
excavation, subgrade placement,
access ladders, access hatches, floor
subdrains, wall subdrains, and any
appurtenant work for the
lump sum price of
Two Million Six Hundred Thousand Dollars
and
No Cents Lump Sum
5. Lump Sum Install 36 -inch cement mortar lined
and tape wrapped (CML &TW) steel
pipeline and all appurtenances
including: excavation, bedding,
backfill, compaction, and all appurtenant
work for the lump sum price of
Two Hundred Forty Thousand Dollars
and
No Cents Lump Sum
6. Lump Sum Install 30 -inch CML &TW steel
pipeline and all appurtenances
including: excavation, bedding,
backfill, compaction, and all appurtenant
work for the lump sum price of
Ten Thousand Dollars
and
No Cents
NO3- 103 -04 P -3
Lump Sum
v. .11 111 11
1 111 11
$10A00.00
0
SCHEDULE OF WORK ITEMS
BASE BID - Refer to Section 1 -4.1 "Completion Schedule"
ITEM APPROXIMATE UNIT TOTAL
NO. QUANTITY DESCRIPTION PRICE AMOUNT
Lump Sum Install 24 -inch CML &TW steel
pipeline and all appurtenances
including: excavation, bedding,
backfill, compaction, and all appurtenant
work for the lump sum price of
Thirty Thousand Dollars
and
No Cents Lump Sum $30,000-00
8. Lump Sum Install 8 -inch ductile iron pipe
(DIP) pipeline and all appurtenances
including: excavation, bedding,
backfill, compaction, and all appurtenant
work for the lump sum price of
Twenty Thousand Dollars
and
No Cents Lump Sum $20.000.00
9. Lump Sum Install 12 -inch DIP pipeline
and all appurtenances including:
excavation, bedding, backfill, compaction,
and all appurtenant work for the
lump sum price of
Seven Thousand Dollars
and
No Cents Lump Sum $7.000.00
10. Lump Sum Construct reinforced concrete
"OUTLET LINE" valve vault including:
ladder, hatches, all interior piping,
all appurtenant piping, valves, fittings,
equipment and all appurtenant work for the
lump sum price of
One Hundred Ten Thousand Dollars
and
No Cents Lump Sum $110,000.00
NO3- 103-04 P -4
SCHEDULE OF WORK ITEMS
BASE BID - Refer to Section 1 -4.1 "Completion Schedule"
ITEM APPROXIMATE UNIT TOTAL
NO, QUANTITY DESCRIPTION PRICE AMOUNT
11. Lump Sum Construct buried reinforced concrete
"DRAIN LINE" valve vault including:
ladder, hatches, all interior piping, all
appurtenant piping, valves, fittings,
equipment and all appurtenant work
for the lump sum price of
Seventy -Five Thousand Dollars
and
No Cents Lump Sum
12. Lump Sum Pressure test, disinfect and flush
all pipelines for the lump sum price of
Two Thousand Five Hundred Dollars
and
No Cents Lump Sum
13. Lump Sum Construct site backfill work including:
soil backfill, compaction, fine grading,
and all appurtenant work, but excluding
pipeline and reservoir earthwork included
elsewhere, for the lump sum price of
One Hundred Fifty Thousand Dollars
and
No Cents Lump Sum
14. Lump Sum Clean, disinfect, load, leak -test and
certify reservoir and connections
for the lump sum price of
Twenty Thousand Dollars
and
No _ Cents
3.0 Million Gallon Reservoir
SUB -TOTAL PRICE
(Bid Items 4 -14)
NO3- 103 -04 P -5
Lump Sum
Sub -Total
9
111 11
$2.500.00
;. 1 111 11
' 1 Ilt 11
$3.264.500.00
SCHEDULE OF WORK ITEMS
E
BASE BID - Refer to Section 1 -4.1 "Completion Schedule"
ITEM APPROXIMATE UNIT TOTAL
NO. QUANTITY DESCRIPTION PRICE AMOUNT
PUMP STATION
15. Lump Sum Install 30 -inch steel inlet pipeline
including: earthwork and all
appurtenances for the lump sum price of
16.
17.
fI
One Hundred Forty Thousand Dollars
and
No Cents Lump Sum $140,000.00
Lump Sum Install 30/36 -inch steel pump suction
pipeline and header and 24 -inch steel
pump suction pipelines including:
earthwork, valve, concrete encasement,
and all appurtenances for the lump sum price of
Sixty Thousand Dollars
and
No Cents Lump Sum
Lump Sum Install 30 -inch steel discharge pipeline
and header including: earthwork and
all appurtenances for the lump sum price of
Fifteen Thousand Dollars
and
No Cents Lump Sum
Lump Sum Construct surge relief drain line
including: earthwork, pipe, concrete
inlet, tie -in and all appurtenant work
for the lump sum price of
Seven Thousand Dollars
and
No_ Cents
NO3- 103-04 P -6
Lump Sum
1.1 111 11
$15,000.00
$7 0. 00.00
0 0
SCHEDULE OF WORK ITEMS
BASE BID - Refer to Section 1 -4.1 "Completion Schedule"
ITEM APPROXIMATE UNIT TOTAL
NO. QUANTITY DESCRIPTION PRICE AMOUNT
19. Lump Sum Construct chlorine solution line
and concrete utility trench including:
earthwork, precast trench and lid,
pipe, and all appurtenant work
for the lump sum price of
Twenty Thousand Dollars
and
No Cents Lump Sum $20.000.00
20. Lump Sum Construct ammonia solution line
and concrete utility trench including:
earthwork, precast trench and lid,
pipe, and all appurtenant work
for the lump sum price of
Fifteen Thousand Dollars
and
No Cents Lump Sum $15.000.00
21. Lump Sum Construct all site electrical work
including: earthwork, conduit,
cable, tie -ins, and all appurtenant
work for the lump sum price of
Forty Thousand Dollars
and
No Cents Lump Sum $40.000.00
22. Lump Sum Construct site excavation and backfill
work including: excavation, soil and
lean concrete backfill, compaction fine
grading, and all appurtenant work but
excluding pipeline earthwork included
elsewhere, for the lump sum price of
One Hundred Forty Thousand Dollars
and
No Cents Lump Sum $140.000.00
NO3- 103 -04 P -7
0
SCHEDULE OF WORK ITEMS
BASE BID - Refer to Section 1 -4.1 "Completion Schedule"
ITEM APPROXIMATE UNIT TOTAL
NO QUANTITY DESCRIPTION PRICE AMOUNT
23. Lump Sum Construct pump station reinforced
concrete and all appurtenant work
for the lump sum price of
Two Hundred Eighty Thousand Dollars
and
No Cents Lump Sum
24. Lump Sum Construct pump station masonry
and all appurtenant work for the
lump sum price of
One Hundred Eighty Thousand Dollars
and
No Cents Lump Sum
25. Lump Sum Construct pump station structural steel
and miscellaneous metals and all
appurtenant work for the
lump sum price of
Sixty Thousand Dollars
and
No Cents Lump Sum
26. Lump Sum Construct pump station roofing
including: insulation, built -up roofing
and all appurtenant work
for the lump sum price of
Fifty -Two Thousand Dollars
and
No Cents
NO3- 103 -04 P -8
Lump Sum
$280,000.00
; :1 111 11
'..1 111 11
$52 000.00
SCHEDULE OF WORK ITEMS
BASE BID - Refer to Section 1 -4.1 "Completion Schedule"
ITEM APPROXIMATE UNIT TOTAL
NO. QUANTITY DESCRIPTION PRICE AMOUNT
27. Lump Sum Construct pump station doors
and windows and all appurtenant
work for the lump sum price of
Seven Thousand Dollars
and
No Cents Lump Sum $7.000.00
28. Lump Sum Construct pump station gypsum
wall board, insulation, furring,
suspended ceiling, and all appurtenant
work for the lump sum price of
Ten Thousand Dollars
and
No Cents Lump Sum $10,000.00
29. Lump Sum Construct pump station resilient
flooring and all appurtenant work
for the lump sum price of
Two Thousand Dollars
and
No Cents Lump Sum $2.000.00
30. Lump Sum Construct pump station painting and
coating, exterior plaster and all appurtenant
work for the Iump sum price of
Seventy Thousand Dollars
and
No Cents Lump Sum $70,000.00
NO3- 103 -04 P -9
•
SCHEDULE OF WORK ITEMS
0
BASE BID - Refer to Section 1 -4.1 "Completion Schedule"
ITEM APPROXIMATE UNIT TOTAL
NO QUANTITY DESCRIPTION PRICE AMOUNT
31. 5 Each Install main water pumps and motors including:
pumps, shafting, columns, coatings, motors,
couplings, guards, seals appurtenances, shop
and field testing, O &M Manuals, startup
and training for the unit price of
One Hundred Thousand Dollars
and
No Cents $100,000-00 $500.000.00
32. Lump Sum Install pump station chlorination system
including: chlorinators, automatic switchover
system, vacuum regulating check units,
injectors, chlorine gas leak detectors, valves,
piping, diffusers, gauges, vents, drains, eye wash
and emergency showers, injector water booster
pump, breathing apparatus, chlorine repair kit,
first aid kit, fire extinguishers, signage, and
appurtenances, and including testing, O &M Manuals,
startup and training for the lump sum price of
One Hundred Thousand Dollars
and
No Cents Lump Sum $100.000.00
33. Lump Sum Install pump station ammonia system including:
ammoniators, vacuum regulating check unit,
injectors, ammonia gas leak detectors, valves,
piping, diffusers, gauges, vents, drains, eye wash
and emergency showers, injector water booster pump,
ammonia resistant clothing, filtration/ softening
equipment, ammonia tank installation and
appurtenances, and including testing, O &M Manuals,
startup and training for the lump sum price of
Eighty -Five Thousand Dollars
and
No Cents Lump Sum $85.000.00
NO3- 103 -04 P -10
E
SCHEDULE OF WORK ITEMS
0
BASE BID - Refer to Section 1 -4.1 "Completion Schedule"
ITEM APPROXIMATE UNIT TOTAL
NO. QUANTITY DESCRIPTION PRICE AMOUNT
34. Lump Sum Install pump station chlorine gas
scrubbing system including: chlorine
scrubbing equipment, emergency eye
wash /shower, chlorine gas detectors,
initial charge of sodium hydroxide,
ducting and appurtenances and including
testing, O&M Manuals, startup and training
for the lump sum price of
One Hundred Thirty Thousand Dollars
and
No Cents Lump Sum $130.000.00
35. Lump Sum Construct all pump station electrical
work for the lump sum price of
Three Hundred Fifty Thousand Dollars
and
No Cents Lump Sum $350.000.00
36. Lump Sum Construct all control and telemetering
work for the lump sum price of
One Hundred Fifty Thousand Dollars
and
No Cents Lump Sum $150.000.00
37. Lump Sum Install 2 ton bridge crane including: rails,
supports, bridge, trucks trolley, hoist, cables,
power, electrification, controls, testing,
O &M Manuals, startup and training
for the lump sum price of
Forty Thousand Dollars
and
No Cents Lump Sum $40,000.00
NO3- 103 -04 P -11
rj
SCHEDULE OF WORK ITEMS
0
BASE BID - Refer to Section 1-4.1 "Completion Schedule"
ITEM APPROXIMATE
UNIT TOTAL
NO, QUANTITY
DESCRIPTION PRICE AMOUNT
38. Lump Sum
Install 2 ton monorail in the chlorine
room, including: beam, supports, trolley,
hoist, cables, power, electrification, controls,
testing, O &M Manuals, startup and training
for the lump sum price of
Fifteen Thousand
Dollars
and
No
Cents Lump Sum $15,000.00
39. Lump Sum
Install engine - generator including:
natural gas fueled- engine, electric
generator, automatic transfer switch,
cooling system, fuel system, controls,
coatings, appurtenances, shop and field
testing, O &M Manuals, startup and
training for the lump sum price of
Thirty -Three Thousand Dollars
and
No Cents Lump Sum $33,000.00
40. Lump Sum Install all HVAC equipment including:
fans, heat pump, ducting and appurtenances
and including testing, O &M Manuals, startup,
and training for the lump sum price of
Thirty Thousand Dollars
and
No Cents Lump Sum $30.000.00
41. Lump Sum Install all miscellaneous pumps and
piping 4 -inch and smaller including:
sump pumps, sample pumps, valves,
supports, appurtenances and testing,
but excluding piping included elsewhere,
for the lump sum price of
One Hundred Thirty Thousand Dollars
and
No Cents Lump Sum $130.000.00
NO3- 103-04 P -12
0
SCHEDULE OF WORK ITEMS
9
BASE BID - Refer to Section 1 -4.1 "Completion Schedule"
ITEM APPROXIMATE UNIT TOTAL
NO. QUANTITY DESCRIPTION PRICE AMOUNT
42. Lump Sum Install all piping larger than 4 -inch
including: 12 -inch steel pipe, fittings,
valves, supports, appurtenances and
testing, but excluding piping included
elsewhere, for the lump sum price of
One Hundred Thousand Dollars
and
No Cents Lump Sum $100.000.00
43. Lump Sum Construct valve vault including:
earthwork, concrete miscellaneous
metals, all structural elements and
appurtenances, for the lump sum price of
Seventy -Five Thousand Dollars
and
No Cents Lump Sum $75,000.00
44. Lump Sum Pressure test, disinfect, and flush all
water pipelines for the lump sum price of
Four Thousand Dollars
and
No Cents Lump Sum .000.00
Pump Station
SUB -TOTAL PRICE
(Bid Items 15 - 44)
Sub -Total $2.840.000.00
BASE BID
TOTAL PRICE IN WRITTEN WORDS
(Bid Items 1- 44)
Six Million Three Hundred Forty
Four Thousand Five Hundred Dollars
and
No Cents $6,344,500.00
NO3- 103 -04 P -13
0
0
The City will award the contract, if awarded, based on either Base Bid, Schedule A
or Schedule B. Immediately prior to opening of bids, the City will identify the
method of determining the apparent low bidder.
✓ Bidder's Name BFI Constructors
✓' Bidder's Address 1415 N. Susan Street
Santa Ana, CA 92703
Bidder's Telephone Number (714) 554 -5700
Contractor's License No. & Classification
205227 A 3 -31 -96
Expiration Date
I declare under penalty of perjury that all representation made above are true and
correct.
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.
April ld, 1 995
Date Authorized Signature & Title
Don W. Schmid, President
NO3- 103 -04 P -14
• City of Newport Beach
Utilities Department
Bid Addenda No. 1
for the project titled:
Groundwater Development Project
16th Street Reservoir and Pump Station
Contract No. C- 2961 -B
Bid Documents Addenda No. 1:
Bidders shall propose to complete Contract No. C- 2961 -B in accord with the
"PROPOSAL" as modified by this addenda.
This is the first addenda to this contract. It consists of eighteen (18) pages; this page and
seventeen (17) others as attachments. The attachments are provided as substitutions,
additions, deletions and clarifications to the plans and specifications.
Bidders are required to include this page and the attachments when submitting their bid
proposal.
Bids will be opened by the City Clerk of the City of Newport Beach in the Clerk's
Office at 3300 Newport Boulevard at 1:30 p.m. Wednesday, March 1st, 1995.
Warning! Bids submitted without all pages of this addenda signed, dated and attached
to the bid proposal shall be rejected as "non- responsive."
,6r-r, 4S-r'a^Ja.-*2T
Jeff Staneart, P.E.
Utilities Director &
Project Manager
JS: dsg
Addendum received by:
Bidder: BFI Cons cG fte: 3 -01 -95
Signature: ' c�4:�L, , 1L
.Don W. Schmid—, President
Page 1 of 18 for Addenda Number 1 (Sent February 17, 1995)
The following changes, addit s, deletions or clarifications shall be maleek the contract documents;
all others conditions shall remain the same.
NOTICE INVITING BIDS
Substitution - Substitute the first sentence with the following:
Sealed bids will be received at the office of the City Clerk, 3300 Newport Boulevard, Post Office Box
1768, Newport Beach, California 92658 -8915 until 1:30 PM on the 1st day of March, 1995 at which
time no more will be accepted for:
NOTICE
Addition - Add the following section:
3. The City has prequalified contractors for the 16th Street Reservoir and Pump Station
Project, only those contractors that have been prequalified may submit bids for this
project. Any bids received from contractors which are not prequalified will not be
accepted and will be returned to the contractor unopened.
PROPOSAL
Delete - Delete pages P -15, P -16 and P -17 in their entirety.
Addition - Add the attached pages P -15A & P -15B. Insert the pages within the proposal
package. See attachment numbers 9A & 9B
SPECIAL PROVISIONS (BOOK 1)
SECTION 1-4.1 - Completion Schedule
Substitution - Substitute Section 1-4.1 in its entirety with the following:
The Contractor shall complete all work under this contract within four hundred and forty (440)
consecutive calendar days from the date of award of contract by the City Council:
NOTE: The geotechnical consultant for this project (Converse Consultants) has indicated that a
1 1/2: 1 slope compacted to 95% relative compaction would be acceptable between the reservoir
and the pump station. The toe of the slope would be approximately 15 feet from the wall of the
reservoir and the top of the slope would be approximately 15 feet from the wall of the pump
station. The construction of this slope would appear to allow the Contractor to begin
construction of the pump station building prior to backfilling the reservoir. If requested by the
Contractor, the City would allow this type of sequencing per the plans and specifications.
SECTION 1-4.3 - Working Hours
Substitution - Substitute the last sentence of the third paragraph with the following:
The Contractor will be required to pay for any and all inspections during work performed on
Saturday, or during the week between 5:00 PM and 7:00 AM. It is estimated that the cost for
the Construction Manager will be $110.00 per hour and City Inspector will be $55.00 per hour.
Addendum received by:
Bidder: BFI Copt / ate: 3 -1 -95
C
Signature:
Don W. Sc mid, Presi nt
Page 2 of 18 for Addenda Number 1 (Sent February 17, 1995)
SECTION 1 -29 - Fieldffices •
Addition - Add the following paragraph to the end of section 1 -29:
The contractor shall provide an audible alarm system for each of the construction trailers.
When armed, the alarm shall sound when any of the doors or windows are opened or broken. In
addition, a motion detector shall be provided inside each of the trailers to detect any motion
which will set off the alarm. An arm /disarm panel for the alarm shall be located inside the
trailer adjacent to the main door. The alarm shall have a 30 second delay built into it from the
time a door or window is opened until the alarm sounds.
SECTION 1 -30 - Shop Drawings
Substitution- Substitute the last sentence of the first paragraph which begins with "The City
will return ... ...
Delete - "The City will return one (1) set with the reviewer's comments to the contractor. "
Add - "The City will return two (2) sets with the reviewer's comments to the contractor. If the
contractor wishes to receive more than two (2) sets of shop drawings, he shall submit
additional sets to the City for review. "
SECTION 1 -51- Certificates of Insurance
Addition - Add the following paragraph to the end of section 1 -51:
The contractor shall maintain during the life of this contract, including the period of warranty,
comprehensive general liability insurance or commercial general liability insurance providing
the following minimum limits of liability listed below:
Minimum
Requirement
Each Occurrence - Combined Single Limit for Bodily $4,000,000
Injury and Property Damage
Products - Completed Operations Aggregate $2,000,000
Persons and Advertising Injury $4,000,000
SECTION 1 -52 - Existing Field Conditions
Addition -Add the following paragraphs:
Recent storms have eroded existing slopes and deposited silt on the site which is not reflected
on the construction plans. It shall be the responsibility of the contractor to inspect the site and
include in his bid any effort for silt or earthwork removal and protection of the site from
further erosion that may be necessary.
Existing stockpile No. 2 contains some material that is not acceptable as select backfill for the
reservoir and pump station area. The contractor shall relocate approximately 1000 CY of
unsuitable material to a location on the site that will not interfere with construction at the
direction of the City.
Addendum received by:
Bidder: BFI Wstrugpors �e: 3 -1 -95
Signature: i
Don W. Schmid', President
Page 3 of IS for Addenda Number 1 (Sent February 17, 1995)
PUMP STATION U&L PROVISIONS (Book 3) •
SECTION 12 -0, Sub - Section 120200 - SUMMARY
Addition - Add the following paragraph to the end of Sub - Section 120200:
C. Each pumping unit shall be designed and provided with provisions so that the City can
add three more pump stages in the future in addition to the number of pump stages
initially required as part of this project.
SECTION 12 -B, Sub - Section 120220 - Performance Requirements
Substitution - Substitute the Pump Performance Table at the end of paragraph C, with the
following:
Pump Performance Table
Total Dynamic Head (TDH),
(feet of water) Flow Capacity (gpm)
90 3,000 - 4,000
270 2,3M
350 800-1,0()0
Each pump shall have an efficiency of not less than 84 percent at the middle operating point of
2,300 gpm at 270 feet of TDH.
Substitution - Substitute paragraph F with the following:
Pumps shall operate satisfactorily, as directed by the City, without cavitation, with the
stated available net positive suction head (NPSH). Net positive suction head (NPSH)
required by the pumps for proper operation at any flow rate of up to 4,000 gpm and the
maximum flow on the curve shall not exceed 32 feet absolute.
SECTION 12 -B, Sub - Section 120240 - Materials, General
Substitution - Substitute paragraph A with the following:
A. Structural steel shall conform to ASTM A 36. Iron castings shall be tough, close - grained
cast iron castings in accord with ASTM A 48. Bronze parts of any pump in contact with the
pumped liquid shall contain no aluminum, nor greater than 6 percent zinc and shall conform
to ASTM B 145 -4A. All hardware shall be Type 316 stainless steel. Other materials
shall be as specified under the individual component specifications herein.
SECTION 12 -B, Sub - Section 120260 - Vertical Turbine Pumps
Substitution - Substitute paragraph K with the following:
K. Bowl Assembly: The bowl cases shall be of cast iron conforming to ASTM A 48, Class 30 or
better with vitreous enamel lining on inside and fusion bonded epoxy coating on the outside
with a minimum dry film thickness of 10 mils. Excepting the suction bowl, all bowls shall
be identical, and rated for not less than 1.5 times the shut -off pressure plus the maximum
specified suction pressure. The bottom case shall have long bearings which shall be filled
with nonsoluble grease. The suction bells shall have antivortex vanes to suppress vortex
formation.
Addendum received by:
Bidder: BFI Cstruc . %2 ate: 3 -1 -95
Signature:_- -`1�C� ^�
/ ° Don W. Schm , President
Page 4 of 18 for Addenda Number 1 (Sent February 17, 1995)
SECTION 12 -B, Sub -pion 120270 - Motors
0
Addition - Insert the following sentence prior the last sentence at the end of paragraph A:
Electric motors with a capacity of less than 350 horsepower will not be accepted.
Substitution - Substitute paragraph E. with the following:
E. Motor efficiency at all loads from 50 percent through full load shall not be less than
94.0 percent.
SECTION 14 -B - Heating, Ventilation and Air Conditioning
Addition - Add the following to the end of Section 14-13:
140270. HEATING UNIT
140271. GENERAL
Heater of the type, size, and capacity as herein specified shall be furnished and installed where
indicated on the Drawings. Heater shall be complete with controls and accessories as required for
satisfactory operation and as herein specified. Electric heater shall be listed by Underwriters'
Laboratories. Unit shall be installed in accord with the manufacturer's recommendations.
Electric unit heater shall be furnished and installed as indicated on the Drawings. Electric unit
heater shall include fan and motor assembly, single -stage unit mounted thermostat, built -in
contactor and control transformer for 120 volt control, and shall be suitable for the power supply
indicated. Heater elements shall be low temperature, enclosed style made of steel and monel
with spiral fin copper brazed to the elements for maximum strength and heat transfer. Unit
heater fan motor shall be provided with automatic reset thermal overload protection and
permanently lubricated bearings. Unit heater shall have a capacity as indicated and include a
wall mounting bracket. Unit shall be completely packaged and arranged for wall mounting as
shown on the Drawings.
Heater shall be with the following characteristics:
Heating Capacity 40,950 BTUH
Power Supply 480V/3 phase /60 Hz
Air Flow Rate (minimum) 666 cfm
Electric unit heater shall be as manufactured by Reznor "Model AEUH" or equal.
SECTION 14-E Emergency Engine Generator System
SECTION 140500 -General
Substitution - Substitute paragraph H with the following:
H. The City has filed applications for permits to construct and permits to operate from the
South Coast Air Quality Management District (SCAQMD). These permits will be on
file at the City's office when these become available and shall be reviewed by the
Contractor and others involved with furnishing and installing the engines. The engines
shall meet all provisions of the permits and shall be tested after installation by the
Contractor and Primary Supplier as required in the permits.
Addendum received by:
Bidder: BFI Co truct r ate: 3 -1 -95
Signature:
Don W. Schmid, resident
Page 5 of 18 for Addenda Number 1 (Sent February 17, 1995)
Exhaust emisa shall be limited to those required by S*MD regulations and rules
and the provisions of current permits to construct and permits to operate. The engine
manufacturer and the Contractor are very strongly cautioned that if the field emission
testing of the of the engines indicates that the engines do not meet the emissions
requirement of "Permits to Construct ", "permits to Operate" and "Rules and
Regulations" of SCAQMD, then the Contractor and the engine manufacturer shall make
the necessary modifications and additions as required to comply with the above
mentioned documents at no additional cost to the City. This shall include but not be
limited to, the addition of the catalytic converter, air to fuel ratio controller and
accessories to each engine at no additional cost to the City.
Any modification or additions required to comply with the above mentioned documents
shall be submitted to the City for approval prior to its execution. All of the
requirements of this Section performed by the Contractor, as part of the project shall be
included in the unit bid prices and shall be completed at no additional cost to the City.
SECTION 14, Sub - Section 140501- Natural Gas Engine
Delete - Delete the third paragraph of subsection D. Which begins with "A catalytic converter ..."
SECTION 16, Sub - Section 161200.31- General
Addition - Add the following sentence to the end of the first paragraph:
The selection of the starters shall be coordinated between the pump supplier and the starter
supplier to insure compatibility.
SECTION 17, Sub - Section 170550 - Warranty
Substitution - Substitute the first two (2) paragraphs with the following:
All equipment and systems shall be warranted by the contractor for a period of two (2) years
following acceptance. The warranty shall include parts, labor, prompt field service, pick -up
and delivery.
Provide two (2) years testing and maintenance, which shall consist of:
CONSTRUCTION PLANS (Reservoir)
Sheet No. R25 (E -1)- Electrical Plan
Addition - Add one - 1" spare conduit between the reservoir and the pump station adjacent to
the existing five (5) conduits shown. This will make a total of six (6) conduits, which includes
three (3) spare conduits.
Clarification - The light and fan switch inside the drain valve vault shall be installed in the
vault necking, 1' below the access hatch and adjacent to the ladder so that the switch may be
easily operated from outside the vault and from the ladder.
CONSTRUCTION PLANS (Pump Station)
SHEET NOS. PS7, PS8, PS9, PS10, PS11(C -1 THROUGH C -5)
Substitution - Substitute sheet numbers PS6 (C -1), PS7 (C -2), PS8 (C -3), PS9 (C-4), PS6 (C -5) to
PS7 (C -1), PS8 (C -2), PS9 (C -3), PS10 (C-4), PS11 (C -5)
Addendum received by
Bidder: BFI Co structorrs� Date: 3 -1 -95
Signature: (j✓ to /C,
Don W. Schmid, President
Page 6 of 18 for Addenda Number 1 (Sent February 17, 1995)
SHEET NO. PS9 (C -30
0
Addition - Add thrust block for 30 -inch diameter steel pipe. See Attachment No. 7.
SHEET NO. PS10 (C -4)
Addition - Add detail 38 typical covering vaults for chemical solution piping. See Attachment No. 8.
SHEET NO. PS24 (S -5)
Addition - Add the following note:
Minimum acceptable dimensions of chlorine and ammonia panels are indicated on the
Drawings. Actual dimensions shall be as required per equipment furnished but shall not be less
than the dimensions indicated on the Drawings. Detailed layout of chlorine and ammonia
panels shall be submitted with Shop Drawings for review and approval by the City. Cost of
any changes shall be bome by the Contractor.
SHEET NO. PS30 (M -2)
Addition - Add electric unit heater to Chlorine Room. See Attachments No. 1 and 2 of this
Addendum.
SHEET NOS. PS 4 (G-4) & PS30 (M -2)
Substitution - Substitute Construction Note 103 with the following:
Install Catalytic Converter and Air to Fuel Controller Per Specifications.
SHEET NO. PS35 (M -7)
Addition - Add the following note:
Minimum acceptable dimensions of chlorine and ammonia panels are indicated on the
Drawings. Actual dimensions shall be as required per equipment furnished but shall not be less
than the dimensions indicated on the Drawings. Detailed layout of chlorine and ammonia
panels shall be submitted with Shop Drawings for review and approval by the City. Cost of
any changes shall be borne by the Contractor.
SHEET NO. PS41 (E -2)
Addition - Add three (3) -1" spare conduits between the reservoir and the pump station
adjacent to the conduits labeled LA 14/16, discrete signals and analog signal. This will make a
total of six (b) conduits, which includes three (3) spare conduits.
SHEET NO. PS42 (E -3)
Addition - Add electric unit heater to Chlorine Room. See Attachment No. 3.
SHEET NO. PS43 (E -4)
Addition - Add lighting fixture type "L" to lighting fixture schedule with the following criteria:
(120V) Chain hanger mount "CHJ" industrial fluorescent, 2 lamp, prudential lighting, model
#P- 202- 48 -RS.
Addendum received by
Bidder: BFI onst u ors— ate: 3 -1 -95
i
Signature:
Don W. Schmid, President
Page 7 of 18 for Addenda Number 1 (Sent February 17, 1995)
SHEET NO. PS44 (E* •
Addition - Add lighting fixture type "E" and mount to column "12" on interior south wall.
SHEET NO. PS45 (E -6)
Addition - Add circuit breaker B411 to MCC "B" elevation. See Attachment No. 4.
SHEET NO. PS46 (E -7)
Revision - Revise values in 480V Load Summary Table. See Attachment No. 5.
SHEET NO. PS47 (E -8)
Addition - Add circuit B411 to MCC "B" single line diagram. See Attachment No. 6.
Addendum received by:
Bidder: BFI nstructors Date: 3 -1 -95
Signature: le v-
)%
Don W. Schmid, President
Page 8 of 18 for Addenda Number 1 (Sent February 17, 1995)
0 0
ATTACHMENT NO.1
Addendum received by:
Bidder: BFI Constructor I3� —1-95
Signature:
Don 14. Schmid, president
Page 9 of 18 for Addenda Number l (Sent February 17, 1995)
.. . .............................. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . _ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
........................... ............................... . ..... ...............................
i D
CHLORINE ROOM
D' S ................................................ ...............................
1
MOUNTING................................................ ...............................
BRACKET D%
ELECTRIC i
UNIT
HEATER D%
a
�1=
6" MINIMUM
'0
I D
o co 0
'. .. .. ............. _. .........
.......
A I
......... ........................ ........... .......... ........ ......... . ........ ... . . ................. ...i.... .... ....... ......... .. .... ...........................
.
......:...
- .- ...-.- .T.�.-- ' ' i �. , ..
..... D......
................................................................................ ............................... ......................... ... i
0
B SECTION
A -1 3116' m 1' -0
ATTACHMENT NO.2
Addendum received by:
Bidder: BFT Copirrurrars D 3 -1 -95
Signature:
Don W. Schmid, President
Page 10 of 18 for Addenda Number l (Sent February 17, 1995)
EXHAUST
XHAUST
EXHAUST
FAN
FAN
EF -4
F -5
EF -6
r-----
- - - - --
4FAN
L _ L _ _ - _ L -
L B 5
CHLORINATORS,
Al
TYPICAL OF 4.
I
ti32
I I
TO UAW
4
I I
I I
MOTOR c ,
I ! I I
BY GOOF
� 1
II II
3 j l
I I 1 ICHLOI
E
(uJ
I I I
SCALE
i
TRAN ITTER
(4 TCTIQ
I'
1 "C, PRS.
8411 I
TO C "P5
R LA32 1
I I I
ELEC +RIC
CHLORIN C
UM I I I
UNIT I
18 REGUpkTOR
I I
HEt'��R
T -10 TYPI OF .
I
— INJECTOR TER
II I
BOOSTER PUMP
SUMP II II
NO.1
I I I I
ATTACHMENT NO. 3
Addendum received by:
Bidder: BFI ConAZructgxs Date: 3 -1 -95
Signature:
Don W. Schmid, President
Page I I of 18 for Addenda Number I (Sent February 17, 1995)
NEMA 12 ENCLOSURE
2�
20" 20" _ i _ 20'"
D ELEVATION - MCC "B"
E -3 N.T.S.
Addendum re
ATTACHMENT NO. 4
ceived by:
Bidder: BF / Date:
3 -1 -95
Signature:
Dan W. Schmid, Yiesident
Page 12 of 18 for Addenda Number 1 (Sent February
17, 1995)
6401 8
8405 8
8406
LTG.
PANEL
8402 8
8407 6
6408 "
8403 8
8409
6411
6404 8
8410 6
6200
LTG
XFMR
SPACE S
SPACE
BLANK
ATTACHMENT NO. 4
ceived by:
Bidder: BF / Date:
3 -1 -95
Signature:
Dan W. Schmid, Yiesident
Page 12 of 18 for Addenda Number 1 (Sent February
17, 1995)
0 0
480V LOAD SUMMARY TABLE
ITEM C
CONNECTED O
OPERATING
(FlA) (
(FlA)
SWITCHBOARD 7
732 5
587
SWITCHBOARD
A7 2
2�si z
zi26
MCC "B" *
*r 4
4y
7
79
MCC "C" 7
76 5
58
ATTACHMENT NO. 5
Addendum received by:
Bidder: BFI nstru ors ate' -1 -95
Signature:
Don W. Schmid, President
1
TZq U
17, 1995)
8409
3P17MCP
PUMP ROOM
SUPPLY FAN
SF -2
N. His]
" 1100AF \
3P 90 AT
�—AL 30 KVA, 30
480- 120/208V
8200
225AF
3P 110AT
MCC "8"
r 8411
I
I
3P IOOAF
/ ZOAT
3/4 G- 2�12,�12
LIGHTING 3 CHLORINE ROOM
PANEL "LA ( \ELECTRIC UNIT
HEATER
ATTACHMENT NO. 6
Addendum received by:
Bidder: BFI Constructors Dat . 3 -1 -95
i
Signature:
D� resident I
Page 14 of 18 for Addenda Number I (Sent February 17, 1995)
THRUST BLOCK FOR 30 "0 STEEL PIPE
REF: SEE SECTION e
C -3
ANCHOR RING +
1/2 x 4 (TYP)� o)
*I TYP
0 1/4
�67.5• ;���
#6012 "EW
Addendum received by
0
q-,3. OEEP
xg�
O=
0�R l
ATTACHMENT NO.7
Bidder: BFI C struc s / D e: 3— 95
Signature: / 'f`
Don W. Schmid, President
Page 15 of IS for Addenda Number 1 (Sent February 17, 1995)
0 0
1 1 CONTAINMENT PIPING
42 ili i
CHLORINE OR AMMONIA
SOLUTION CARRIER PIPE
TERMINATE
CONTAINMENT
1MTHIN VAULT
SEAL CONTAINMENT
END PER SPEC. PLAN
TY ?Slli �TAiNLoSS
�ree� Q'O
EL TO MATCH WELD 1/4' TREAD
TOP OF FURTURE PLATE TO GRATING
PAVEMENT (H -20 LOADING)
O•• 12 SIY
® TYP
'o
12" ABC
A SECTI ON
38 VAULT
rw
ATTACHMENT N0. 8
Addendum received by:
Bidder: BFI Constructors I)at6l 3 -1 -95
Signature: �-
Don W. Schmid, President
Page 16 of 18 for Addenda Number 1 (Sent February 17, 1995)
City of Newport Beach
Utilities Department
Bid Addenda No. 2
for the project titled:
Groundwater Development Project
16th Street Reservoir and Pump Station
Contract No. C- 2961 -B
Bid Documents Addenda No. 2:
City of Newport Beach
Utilities Department
Bidders shall propose to complete Contract No. C- 2961 -B in accord with the "PROPOSAL" as
modified by this addenda.
This is the second addenda to this contract. It consists of two (2) pages; this page and one (1)
other as an attachment. The attachment is provided as substitutions, additions, deletions and
clarifications to the plans and specifications.
The intend of this Bid Addenda is to advise the General Contractors and pipe suppliers that
the steel pipe specifications have been revised to include API 5L requirements. In addition,
the provision regarding cement mortar lining and pipe fabrication now allows these
operations to be completed by a firm other then the pipe manufacturer.
All Prequalifled General Contractors shall return via a facsimile at (714) 646 -5204, the
enclosed page signed and dated as an acknowledgment of receiving this bid addenda.
Bidders are required to include this page and the attachments when submitting their bid
proposal.
Bids will be opened by the City Clerk of the City of Newport Beach in the Clerk's Office
at 3300 Newport Boulevard at 1:30 p.m. Wednesday, March lsr, 1995.
Warning! Bids submitted without all pages of this addenda signed, dated and attached
to the bid proposal shall be rejected as "non- responsive."
Jeff St neart, P.E.
Utilitie Director &
Project Manager
JS: dsg
Addendum received by
Bidder: OF/ Date:a- *)7-95-
Signature: '
L.
Page 1 of 2 for Addenda Number - (Sent February 24, 1995)
The following changes, additions, deletions or clarifications shall be made to the contract documents; all
others conditions shall remain the same.
RESERVOIR SPECIAL PROVISIONS (Book 2)
Section 2 -2, Sub - Section A - Cement -mortar lined and tape wrapped welded steel pipe
Delete - Delete the third paragraph in its entirety which begins with "Pipe lining and coating
shall be..."
Section 2 -2, Sub - Section C -1 - Steel Cylinders
Substitution - Substitute the first paragraph of Section C -1 in its entirety with the following:
C -1 Steel Cylinders
Materials used in fabricating steel cylinders shall be hot rolled carbon steel sheets conforming to the
requirements of ASTM A53, API 5L, Grade B, ASTM A570 Grade 36 or Grade 33, or steel plates
conforming to the requirements of ASTM A36. The method of testing shall conform to the
requirements of ASTM A570.
PUMP STATION SPECIAL PROVISIONS (Book 3)
Section 15, Sub - Section 150200 - Steel Pipe
Substitution - Substitute the paragraph A in its entirety with the following:
A. Steel pipe shall be seamless or straight seam electric resistance welded pipe conforming to the
requirements of ASTM A53, ASTM A106 or API 5L. Pipe six ( 6) inches and smaller in diameter shall be
no lighter than Schedule 80. Pipe larger than six ( 6) inches in diameter shall have a thickness of not less
that V2 inch.
Section 15, Sub - Section 150242 - Plastic tape wrap
Substitution - Substitute the first four (4) paragraphs in their entirety with the following:
Pipe shall be given a protective coating consisting of not less than two (2) spirally applied
wrappings of polyethylene or PVC tape, over a suitable prime coat, to a minimum system
thickness of not less than 80 mils. Each wrapping shall be lapped not less than Vz inch. A single
wrap lapped 50 percent or more shall not be acceptable.
The primer shall be Polyken No. 919 for power machine wrapped pipe, Polyken 927 for hand
machine or hand wrapped pipe, Plicoflex No. 105 or equal.
The first wrapping shall consist of one or two plies of self - adhesive polyethylene or PVC tape to a total
minimum thickness of approximately 20 mils, Polyken 900 or 920: Plicoflex No. 340; or equal.
The finish wrapping shall consist of a self - adhesive protective overwrap of a minimum 25 mils thickness,
Polyken 955 -25, Plicoflex Rockshield or equal, or a protective adherent felt coating approved by the
Engineer.
Section 15, Sub - Section 152110 - Flexible pipe coating
Substitution - Substitute the second paragraph in its entirety with the following:
Flexible coupling shall be coated with fusion bonded epoxy when on galvanized pipe or on pipe
which is epoxy or cement lined or when underground. The minimum thickness of the epoxy
coating shall be 8 mils. When flexible type couplings are used as expansion joints, the ends of the
pipe shall be separated to allow for expansion.
Addendum received by
Bidder: 86 1 M6 bU(J&i/' Date: ?-d7-94
Signature:
Page 2 of 2 for Addenda Number 2 (Sent February 24, 1995)
F E B— 2 7— 9 5 M O N 119 1 7 NEWPORT ]BE A C H i U T I L- I T I ES P. 0 1
City of Newport Beach 0
Utilities Department clty of Newport Beach
Utilitles Department
Bid Addenda No. 3
for the project titled:
Groundwater Development Project
16th Street Reservoir and Pump Station
Contract No. C- 2961 -B
Bid Documents Addenda No. 3:
Bidders shall propose to complete Contract No. C- 2961 -B in accord with the "PROPOSAL" as modified by this
addenda.
This is the third addenda to this contract. It consists of one (1) page; this page only. This page is provided to
describe substitutions, additions, deletions and clarifications to the plans and specifications.
The following changes, additions, deletions or clarifications shall be made to the contract documents; all
other conditions shall remain the same.
PUMP STATION SPECIAL PROVISIONS Book 3)
SECTION 15 - Piping, Valves, Gates and Specialties
Delete - Delete Sub - Sections 153100, 153101, 153102, 153103,153104, 153105, 153110 and 153130 in their entirety.
Addition - All butterfly valves for the Pump Station shall be provided in accord with Section 2 -1 (Book 2) of the
specifications and per Section 207 -22.2 of the Standard Special Provisions.
All Prequalified General Contractors shall return, via a facsimile at (714) 646.5204, the enclosed page
signed and dated, as an acknowledgment of receiving this bid addenda.
Bidders are required to include this page and previous addenda when submitting their bid proposal.
Bids will be opened by the City Clerk of the City of Newport Beach in the Clerk's Office at 3300 Newport
Boulevard at 1:30 p.m. Wednesday, March 1', 1995.
blaming! Bids submitted without this addenda signed, dated and attached to the bid proposal with the
other two (2) bid addendas shall be rejected as 'non- responsive.'
NOTE: This Bid Addenda No. 3 is only being transmitted to the Prequalified General Contractors. The General
Contractors are responsible for transmitting this addenda to their subcontractors and suppliers.
___1nfG 5iR46 P r
Jeff Staneatt, P.E.
Utilities Drector &
Project Manager
JS: dYg
Addendum received by
Bidder: 13F1 ("6N rn(- O%-I Date:
Signature: n,�
Page 1 of 1 for Addenda Nu (ent February 1995)
The following "Deduct" blanks are provided for potential use y the Bidder, if desired, for
last- minute reductions in the bid amount. Following the "Deducts" (if any), the Bidder is
to indicate the Total Price in Written Words.
D E D U CT - List Bid Items affected and amount:
TOTAL
DEDUCT
Item No. DEDUCT AMOUNT (WORDS) AMOUNT
Dollars and
Cents $
Dollars and
Cents $
Dollars and
Cents $
Dollars and
Cents $
Subtotal of Deducts:
Zero
AMOUNT
Dollars and
Cents $ 0
Total Price in Written Words (subtotal of Bid Items 1 through 44 Less Subtotal Deducts):
Six Million Three Hundred Forty -Four
Thousand Five Hundred
P -15B
Dollars and
Cents $6.344.500.00
ATTACHMENT NO. 9B
*-�STRUCTIONS TO BIDDERS • Page 2
The following documents shall be completed, executed and received by the
City Clerk in accordance with NOTICE INVITING BIDS.
1.PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTOR(S)
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON - COLLUSION AFFIDAVIT
6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of the total
bid price) may be received in lieu of the Bidder's Bond. The title of the project and
the words "SEALED BID" shall be clearly marked on the outside of the envelope
containing the documents.
The City of Newport Beach will not permit a substitute format for the
documents listed above. Bidders are advised to review their content with bonding
and legal agents prior to submission of bid.
BIDDER'S BOND shall be issued by an insurance organization or surety (1)
currently authorized by the Insurance Commissioner to transact business of
insurance in the State of California, and (2) listed as an acceptable surety in the latest
revision of the Federal Register Circular 570.
The estimated quantities indicated in the PROPOSAL are approximate, and
are given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of
discrepancy between wording and figures, bid wording shall prevail over bid figures.
In the event of error in the multiplication of estimated quantity by unit price, the
correct multiplication will be computed and the bids will be compared with correctly
multiplied totals. The City shall not be held responsible for bidder errors and
omissions in the PROPOSAL.
In accordance with the California Labor Code (Sections 1770 et seq.), the
Director of Industrial Relations has ascertained the general prevailing rate of per
diem wages in the locality in which the work is to be performed for each craft,
classification, or type of workman or mechanic needed to execute the contract. A
copy of said determination is available in the office of the City Clerk. All parties to
the contract shall be governed by all provisions of the California Labor Code relating
to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be
responsible for compliance with Section 1777.5 of the California Labor Code for all
apprenticeable occupations.
All documents shall bear signatures and titles of persons authorized to sign
on behalf of the bidder. For corporations, the signatures shall be of a corporate
officer or an individual authorized by the corporation. For partnerships, the
signatures shall be of a general partner. For sole ownership, the signature shall be of
the owner.
205277 A: B: C21 BFI ON, TRUCT RS
Contr's Lic. No. & Classification Bidder /
Date Authorized S a /Title
Don W. Schmid, President
• Page 3
DESIGNATION OF SUBCONTRACTOR(S)
State law requires the listing of all subcontractors who will perform work in an
amount in excess of one -half of one percent of the Contractor's total bid. If a
subcontractor is not listed, the Contractor will be responsible for performing that
portion of the work. Substitution of subcontractors shall be made only in
accordance with State law and /or the Standard Specifications for Public Works
Construction, as applicable.
The Bidder, by signing this designation, certifies that bids from the following
subcontractors have been used in formulating the bid for the project and that these
subcontractors will be used subject to the approval of the Engineer and in accordance
with State law.
Subcontract Work Subcontractor Address
ELECTRICAL INDUSTRIAL ELEC. LA HABRA, CA
2.
MASONRY
BLEDSOE
RIVERSIDE, CA
3.
REINFORCING STEEL
FONTANA
FONTANA. CA
4.
STRUCTURAUMISC. STEEL
ALLIED STEEL
LOS ANGELES. CA
5.
METAL DECKING
SALIBA STEEL
HIGHLAND. CA
6.
ROOFING
VANCE
COSTA MESA, CA
7.
PAINTING
KNK
PERRIS, CA
8.
PLASTERING
L.A.M. CONSTR.
SANTA ANA, CA
9.
CRANE
GENERAL CONVEYOR
CORONA, CA
10.
SHORING -DECK
QUALITY SHORING
EL CAJON, CA
11,
12.
BFICONSTRUCTORS
Bidder
Authorized Signature /Title
Don W. Schmid, President
• • Page 4
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, BFI CONSTRUCTORS as bidder,
and AMERICAN HOME ASSURANCE COMPANY as Surety,
are held and firmly bound unto the City of Newport Beach, California, in the sum of
TEN PERCENT OF BID AMOUNT Dollars
($ 10% ), 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
16TH STREET RESERVOIR & PUMP STATION C-2961 -B
Title of Project Contract No.
in the City of Newport Beach, is accepted by the City Council of said City, and if the
above bounden bidder shall duly enter into and execute a contract for such
construction and shall execute and deliver to said City the "Payment" and "Faithful
Performance" contract bonds described in the Specifications within ten (10) days (not
including Saturday, Sunday, and Federal holidays) after the date of the mailing 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 1ST
day of MARCH 1995.
(Attach acknowledgement of
Attorney -in -Fact)
Copy attached
Notary Public
BFI CONSTRUCTORS
Bidder
S /Don W. Schmid President
Authorized Signature /Title Don W. Schmid, President
AMERICAN HOME ASSURANCE COMPANY
Commission Expires Surety
By:S /Barbara S. MacArthur
Barbara S. MacArthur
Title: ATTORNEY -IN -FACT
0 0
s
STATE OF California 1
ss.
COUNTY OF Orange o
6
F
On March 1, 1995 before me, Deborah Jean Baker
! DEBORAH JEAN BAKER Notary Public Name.6tleaoMCM- .e..,a.o«.xaarvwwr
r
COMM. H093877 D Don W. Schmid
aes NOTARY PUBLIC•OAIIFCRNIA � Personally appeared
e� 17
pECOUNTY as President for BFI Constructors
r... CFlA
x
,pty 03m FxpureyMay. Z i997 � personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(rO whose
name%) ishm subscribed to the within instrument and acknowledged to me that he /stmEtheat executed
the same in his/Mr&Wk audrorized capacity0a), and that by hisd95r beir signatureW on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
(Seal) WITNESS my hand and official seal. , i 1a.. _ 1 (�, Qr-'D
ACKNOWLEDGMENT —A9 Puwu wO F gu" —W*c F r 63239 —W.. 1292 AIgnature
01992 WOLCOTTS FORMS. INC. (pin Cl 8-2)
0
STATE OF Georgia
COUNTY OF Douglas
0
ACKNOWLEDGMENT OF SURETY
On this 1st day of March ' 19 95 , before me, Nancy Nix , a
notary public in and for the County and State aforesaid, residing therein, duly commissioned and
sworn, appeared Barbara MacArthur (i) Personally known to me
( ) Proved to me on the basis of satisfactory
evidence to be the attomey -in -fact of the corporation that executed the within instrument, and
acknowledged to me that such corporation executed the same.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office
in the aforesaid County the day and year in this certificate first above written.
L1)2r 1c O� �-
Nota�ry uP blic in 0 for the Couuhity of Douglas
State of Georgia
Notary Public, Douglas County, Georgia
My Commission Exciros Oct. 7,1999
American Home Assurance C any POWER OF ATTORNEY
National Union Fire Insuranc ompany of Pittsburgh, Pa. •
Principal Bond Office: 70 Pine Street, New York, N.Y. 10270 No 07 -B -07848
KNOW ALL MEN BY THESE PRESENTS:
That American Home Aswrranct Company, a New York corporation, and National Union Fire Insurance Company of Pittsburgh,
Pa., a Pennsylvania corporation, does each hereby appoint
—Abbie H. Brows, Gary D. Eklund, Barbara S. MacArthur, R.E. MacArthur, Nancy Nix, Ronald A. Santaniello, Less A.
Shacklett, Harry G. Stevens,Jr.: of Atlanta, Georgia —
its true and lawful Attorney(s) -in -Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other
contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business, and to bind the respective
company thereby.
IN WITNESS WHEREOF, American Home Assurance Company and National Union Fire Insurance Company of Pittsburgh, Pa.
have each executed these presents
•4 Yw
r` }
fit. va`'�
STATE OF NEW YORK )
COUNTY OF NEW YORK)ss.
this 8th day of September 1994
ederick J. GurbaYVi t President
On this ft day of Septimilbe r 1994 before me came
the above named officer of American Home Assurance
Company and National Union Fire Insurance Company of
Pittsburgh, Pa., to me personally known to be the individual
and officer described herein, and acknowledged that he
executed the foregoing instrument and affixed the seals of
said corporations thereto by authority of his office.
JOSEPH B. NOZZOLIO
Notary Pubbc, Stnre of yew. York
No. 01- N04652754
Qualified in Westchester County
Iarm Eapiras Jan. 31, „/,%_q�
CERTIFICATE
Excerpts of Resolutions adopted by the Boards of Directors of American Home Assurance Company and National Union Fire Insurance Company of
Pittsburgh, Pa. on May 18,1976:
'RESOLVED, that the Chairman of the Board, the President, or any Vice President be, and hereby is, authorized to appoint Attorneys -in -Fact to represent
and act for and on behalf of the Company to eucute bonds, undertakings, mcoptirances and other contracts of indemnity and writings obligatory in the nature
thereof, and to attach thereto the corporate col of the Company, in the transaction of its surety business;
'RESOLVED, that the signatures and attestations of such officers and the seal of the 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 or facsimile seal shall be whit and
binding upon the Company when w affixed with respect to any bond, undertaking recognizance or other contract of indemnity or writing obligatory in the
nature thereof;
'RESOLVED, that any such Attomey4ii -Fact delivering a secretarial certification that the foregoing resolutions still be in effect may insert in such
certification the date thereof, said date to be not later than the date of delivery thereof by such Attorney -in -Fact.'
1, Elizabeth M. Tuck, Secretary of American Home Assurance Company and of National Union Fire Insurance Company of Pittsburgh, Pa. do hereby certify
that the foregoing excerpts of Resolutions adopted by the Boards of Directors of these corporations, and the Powers of Attorney issued pursuant thereto, am
true and correct, and that both the Resolution and the Pavers of Attorney am in full force and effect.
IN WCINP.SS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of each corporation
rY•4 YI /e V. �F
V
A
l�yof AA H 95,
Elizabeth M. Tuck Secretary
•
NON - COLLUSION AFFIDAVIT
• Page 5
The bidder, by its officers and agents or representatives present at the time of filing
this bid, being duly sworn on their oaths, say that neither they nor any of them
have, in any way, directly or indirectly, entered into any arrangement or agreement
with any other bidder, or with any public officer of such CFTY 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.
Subscribed and sworn to before me
this day of
19
My Commission Expires:
BFI CONSTRUCTORS
Bidder - I
Authorized Signature /Title Don W. Sc mid, President
Notary Public
0
•
STATE Of California
ss.
COUNTY OF Orange o
0
s DEBORAH JEAN BAKER
COMM. /993877
18 NOTARY ROX • CAUFORNIA y
Y� GRANGE COUNTY
My Coma Expires May. 2, 1997
(Seal)
ACKNCwl876M E —All Pu"U wN Fn
01992 waCeTTS FORMS, INC. (pin c
On March 1, 1995 before me, Deborah Jean Baker
OWN, We or aftffA.e.. We e0[. NGLY PL6 i
Notary Public
personally appeared
the same in his/$E(d Wk authori,
the person(s), or the entity upon
WITNESS my hand and official seal.
6=11— Par.12.92
) me on me basis of satisfactory evidence) to be the penwiblU whose
thin instrument and acknowledged to me that he /stmdtbet2 executed
:a acity(ies) and that by his/harAh� signatures) on the instrument
ail which the person(s) acted, executed the instrument.
ignature
0
• 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.
See Attached List
BFI CONSTRUCTORS
Bidder
Authorized Signature /Title
Don W. Schmid, President
BFI Constructors
• s„esaa� a
!rown1q- Ferris I0stries, Inc.
w0.sn¢ SYSn:AAS WSON
List of Recent Projects Completed
Los Alisos Water District Ken Petersen (714) 830 -0580
P.O. BOX 699
Lake Forest, CA 92630
Membrane /Recessed Filter Press System Completed: July 1993
$744,122.00
Centex Development Company Mark Rohrlick (714) 248 -0229
3551 Camino Mira Costa, Ste. K
San Clemente, CA 92672
Forster Ranch Reservoir 1114 Completed: June 1993
$2,074,481.00
Los Alisos Water District Ken Petersen
P.O. BOX 699
Lake Forest, CA 92630
Twin 16 MG Emergency Storage Water Reservoirs
$13,111,185.00
Yorba Linda Water District
4622 Plumosa Drive
Yorba Linda, CA 92686
6.1 MG Water Storage Tank
$3,274,000.00
City of Upland
460 N. Euclid Avenue
Upland, CA 91785
4.3 MG Water Reservoir
$1,508,665.00
Yury Zaslaysky
(714) 830 -0580
Completed: May 1992
(714) 777 -3748
Completed: November 1992
David Mosher
Completed: June 1989
(714) 982 -1352
CONTRACTOR'S LICENSE: A- 205227
1415 N. SUSAN STREET • SANTA ANA, CALIFORNIA 92703 • (714) 554 -5700
N
It
0
I-
C)
0
m
r
rn
0
U
H
LL
m
`(v
0
It
O
U
W
m
}
2
a
s
a
N
z
O
w
W
J
CL
O
U
F
U
W
O
z
CL
If
110 W N O O m 0 0 0
F- 11 O 0000 WPMO r, r- W 0 O V rO000000
U
11 O .mo+- 1gr�r0lNOd a W W CO C1o�NOst Of000
J Q Z 11 •• - . . . . - .. . - - - -
QIL7 11004 WrNO 0; SW r• mmm.ln O r(nd N W W W W dN1A
ZFO II MO 7 Or.- M Vfr-WMWQ)0 W N10(DIQD -m W -4, W, W
"Z z 11 NO r in m M � W HHr HH(/F, H. HN, HH HHHHM
LL Q 11 - -H -H -HHH H H H HH H
U It M N
11 H
If
11 O
11 O U U
it F• U N 1- U w W z
11 O F H Z H M H O
11 M U W O W Q 2 Q F• H.} J In
} 11 cc" F F- Z"F Ir F F• F-z JM
U 11 1- Ix U Q ZdZy m W N ULLQNW
Z It (n 1- H 3 o00It I-1 W LL §4 . =) W LLLLZ
W II "(1) m 0 x-1J O0 FO aU waf 0 3U
\a II aM F a ZF- WLL QIt Z F- OZOZ
Q II a U H Ne < >Hm 3LL0 ZH In LL'Ua N
LL' it t r 1-1 Z Q 2 F W J W J O Z O -.1m
W ('7 11 W w a LLZa -"O<I- ep - -J " - OmJ U
Z Z If F W Y O a d Z Z o< S W F- f W U m J Z Z Z
3x••111 a1 -ap2ZLL QQU 3wpFmYQaH a1.1.10<0
OF 11 3 QZZ W QHQQONx -tLL zzo W ZI-o QZmM >-wi-
O II 30QF• W JF-ZQ LL0WFIQUFQ"<W0 dZ ()
F-QitQ MJQwQZWU )-" J >J ZmZOON -X<-J(!7
wI- II ZOUp3M OW Z<F- O"Z -Jxow MIYJUUaQ
�Z 11 IH. Q Z ad DCL" }J p .50w W (9J
OO 11 J"LLWOLLmLLLL O Mowowll-QO UQIL(nZ 1
mull JOOJOWOo_iowm o mOmIZJ MO<"WW
CL II QQ W 2 W ZWQ OW 001111 J21••1W
ilea W }(71pJp
II mNFF•ZF•OF- F•LLQ >r+Ul -mZF• LL x-1YF•OZJ}
1100 N N M . 0""< • (r Z (X x-1 n o v -1 J J Q LL H H O= W Z
11 }JUUYU.UUtn J1- 1pOU2iU W W (AmEUp(AZ(A
if
If
is to
11 F•
F• O 11 a O > a J J
U v1 it 0 Y 1- O 1+ 00 J J
wF- 11 z 0 a0_t" U W -.1 -j M O OQ Nw
)Q 111-1 Q OZQY S QJJ 2 w wz mo
oU 11 JO ZY0<0. a z w w 0)
K K 11 a p w z 3 J F J W O W W m m Z Q N FQ - W W p Q a (1n
GJ a r
ZZOQWQQaOQZZZa W W"ZwZomQa ZZ
II mF- OQQmJFZ z 1 -Y7Q
11 K M_iwm 7z W.J W >J >1- ZzWOMZQZZJO W
llOJOaQ7ZQDO<XMOXJOODQ }Q¢QQ }QU
11 }WU7dm1••1 InmJ3WI�IZMasfF- JU(nOVJ (nNJQ
11 I
11 J
It LL J
11 to O Q 3 N J
11 cr 2 > 2 In w a
Z 11 N M W } LL N W W 0 m >
01100 O Q In z W W It " z p 0
H II >> Q 3 zwyz It I, F• X
F- II mm m Y 1-1Q111v1 ILm p U WY
a II W W O J (nKmJ JOW wzJ m IYm
v1 11 V) U) n. 4 Qa JOa m YO x-1 W m Q
m 11 W W 7 3Wm F•N aIr w M"D 3F• W0.
U II Ix It m 0 YNr 3 -0X00 -m ON v1
N If "cr a0mMwp m m > W 3U 1- mJ
w It Z} Oho ar1UOIXQX0 tiF- SF -0DJZ a mQ
0 11 NU >0 WMi- F- OZWZOZ W Fad'Q1 o< W"
\ 11 4Z m >m MW<W OF•h1 >Uln7WFFQ it 0m
w 11 F'w It wcr 1 -1 It 0 W UIn3d' W OMOW MZEL F•
m ll Z(7x- wwoxw W J> } W Ztr Z2O01"1 Z(n
Q II 020 W N >H >7 oOJOow o W X o5.60 "M Hp
Z 11 OW >MWMOOZ 1••10 WOW oWXF- Ina
11iicr MW> WWLL Ma-ImF -amm F•KQWW<Z
F- II W W0 (nKF - >ZQW W Z W r-1m WF•QOF•F•mmr+
O ll Y wzww W W41-1ZZF•t••1Z •O(nammUF -ww"
W 11 J(7W<mMW W <<"<wZZJJOXWOWWKQo1sW
II W fCJF• WM<MJ >3WQ }JJ Q >J LLUd a
Oil I MMNCMF•F -O X F•2U W x-1 WSJW W"Z W (7H
m II (7m(7p }Z (A4 Qx-1 -wo m2000mF•LLoMZW
LLIIX. m JQZ MMM a2 OW Q O \," U "Z
11 I I (7QmOVF- maC7WWO(- 1F-(7JF- 000 no<
II N O O Z O m Y c o o< x 3 J i m z x m" X X LL X 0 0 0 W
It • 3 • 1»> N O F• 11 1 111111000 1 W m O W LL W 3 O m U
II mF-m V W m }Na N(nNtA F- U1YFNIY (7mpOOFmC70
Z 11
O 11
H II
F• W II N'-.- W W Wrrmen xn anW W M W QetyMMMMNNNNN
WF• 11...Wxp IOW(OWODW WmCD I1DW W W W WCOW W W W W W W
Ja II ......................01.01...
II
0
0 11
U II
11 0O 0 0 0 0 0 0 f0 m O N CM O M CO C�r W m N r t0
F- 11 0 0 0 0 0 0 CM O O 1001001 M O MCA NOMO) 01r 010
' UF- 11 0000001001I0 OIrrO)tb 1t0 �tCb(14 O)NN Mr
J Q Z 11 - -
aitO 11 r01 d N O0I_ 01 Mr 0 it; < Cc; ON(")r 10O
ZF-O 11 OWN rrWW01Nw00NNW•-'7 -It qOM00,4
"Zx II IOMWMM, ONN 01" *.tmm N- -.--0M 049t40I
LL Oa 11 W - K 044 - 0W/9KH ^0 WCH -0 69.
U
11 M M
11
II
II } F F
II O U H H F_
11 J H ti or Z
II O tr I- F• w
11 Z F- NN x x
II 2 x F- CA H H F- w W
} 11 U U U H 00 1r _j _j
Unw a H O Q as
Z II F- w it Z Z (1 x x
W 11 m F- x 00 w 00
O 11 LL J N W H H O U U }
Q 11 O OQZ H} F- f- I'_ } Z
K 11 F-F-O OZ W a a a Q Q O Z J J W Q
111011111 _j l- Q O xwZ > >ZaaaQOa.
ZZ II F-} 0.0 MIL Hxx 2Q �¢QOtiHHHx
;H II nwwwZNwXwCAQQ WIX W W CC x¢It(AO
OF II I- JtrOHHF00(X000wa NO)a OF -F•MU
U II HY W xF-7QUZ W QaZ>F ZZF >_Qwm W
FQ II F-MZ ZC3 <>00 111 Z QQZF- 07 >}
Um II yWFxO wm"xx >QQJUUaZW OOHtr
o wF- uZmmIXxQI<ZO¢ QJCAW wnZZZIYO
tr ±Z 11 H QW ZI-1 ell al W JJ OHHH (7
O 00 11 LLLLCALL"< >LLLL ZLLLLHHH -C.)> LL W
U It L) •0 OOZY mOOJJJo0m00 • wwwo¢
w 0. 111.1. Mn W QH wwo CACAO •HZZ a
m 11 H } O } > I.- } } LL LL U } . . . Q H H }
II JF-U •F- JZWF- F- LLII- ZF- I,- CACACAM W »F-O
} II QHLLF- HHQxHHQaHHN •2trd'H
CA Q II UUQtA=NtAFUUtA CAJUU»>IA�F -HHU7
O x II Q Z
O to F- 0 11 J m Z 0.
K Z U H 11 J Z 0 N a
F- o WI-11 H O a W < a O Q wto
w H -) QIIQ x I- Z O OaWZW UZw 0w
Z F O U 11 Z Y C7 a H Q Z Z Q U Q LL H i
O w ¢ 0 11 w w a w Z w w w w w w w x Z W w w w w
U J d J 11 O J Z (7 H Z a Z U' IX 0" 0 w a a 0<< Z Z Z M Q
IL It QY7ZF -H F•HZw Zxa >F- IYaZF - F- HHH W F-
.+ x 1I wx0<Z >Z >a >a F- ZM W aZZ » »w
LL O II 4-W aIrO�QIrIrI- ItYaJQQOmtrQQmmxHO
m U II dmJO2HfAHO(YOJaJCAFmOm WHHHIYU
II
Q N
It a w
W 11 NInW In x a
O IIN >J Z F- Z H
m Zoo 0z) H F- LL Z W J H
LL O 11 LL U U O O LL W LL H w
M II W W J W O x Z O a x J
F II FxX "O.0 x W O F- Ir7CAJ
a If Q O 704-1 Y >m H N F- YH
H It X W M CO H a U G H F w F- U J x
it II U or b W wo Q or QOaa
U II LL MZ Um (t d> X Cr;W
CO 1107 W H a HF- x IX Q J WF^ W Ir
W 11 0111 JZ N OQH W Co. _j W (7 CAO Z
\ :,I
It O w F_ 0 D w Z x W 1r J J w J IY Z Z " LL 1n it
W II HLL' W ZLLJHwZww W w QI1ZQ x0 Q F-
xOF- mH WamZWZZ x ax m¢ -a a
a 11 0.4 OwxHxaw ZZww W xU Oct) xF-
Z 1I W JJ W UaOxm7QOHF -F-U tr ^HCA
II MQ W HIrH ZU F-x 01111-1 Yewwawwo
F It 0FZ02xa1 0 UZ>W WZW Z >aF -Z >a
U 11 MCA Zm F- ZQMZ omm O W HQOF-I -Itrx
W 11 a Q Old" I I- I a Q H W F- 41 } IX e( cr O Q W 7
II mxxx ZUIYw OM W IL
O1IUWUCACAOOa (9KQQW 0< 00} Ow
M 11 HLL HH¢ ;m W ZF- MMMOZU W Zw - a' W
IX II XW W JJQ (7HtAH0 ZH F -xwmwx a
II mZ000 >wmZxwxF•(7000OIYIYLLm1Y(9a
11 HQaxxIYF -H000 wX0<W } 00ww0X3
11 W IXIYwwaHwIX0waw wwtr01 -J W 7F- w
II CAF- (70020)30xdJ�NtA (7mUCALL7UCA�CA
Z II
O of
N 11
W W 11.- ������OOOOOOCAOf mOfO(0(00)O4-ptAO
WF 114-04-p4-pOtA4-p4-oO0 )O4-o4-pC.0rrnrrnnrnnrn
Mail J a 11 ........ Ol.01... 01.0101.... Of W T
Z
to
O 11
U u
t
0
O
F
U
LL'
F-
0
Z
O
U
H
LL
m
O
0
U
W
or
}
Q
x
x
0
z
O
H
F-
W
J
If.
0
U
F-
U
W
3
O
m
a
11 • •
11 bOdlom O0 tO0000N,cv) 00co - 0)O1"10to OIo
F- II NP 007 tO N N to IO tO to to N N 0, 0 q* 00 mto to 0to 00
UZ 11 - - -tO 0/ - - N - - Nt>7 �-O YtO IO—O' -00tO0
J Q Z 11 - - - - - - - - - - - -
Qm� 11 mmNtO0mcO.- t[7tlf.-- MNto0a)C MC [-C tOC; N-01
zF-0 II ONto c00(O 0.1 tp -It M y CO tO m OJ m P m CO a tO M O M V.-
Hzx 11 Io P7 to, O"1 tH 4+ 't 4% N0dr K -0).,, to 0N— to to
LLOa If 0 -YF toW - M 0 N W 00- -40)-0
U II m
11 to to). A to
Il
I1 J J
11 O O
II
or F-
II J
O z Z U
11 Z Z H
11 x X m 0 0 0 m
II W W F-0 W UH
} II J J Z H 0
U 11 a a 00 F-F- } OH
Z n x x 00 z x Z } 00
W 110 O O W W Q z O
\ O It 0 0 0 0 J m x Co. d N Q J m W
a 11 O 0 LL Z z W LL 0 x} m a I.I. W 0
m II JWJ O F- OQ 0E-0w Oz W x F- 1-1 Q
W O II QHa }J }z HZ HOJm 0a11100 >}Q0 z
z2 F-Z W dHUO 1--3MxQ
3 H 11
MW z x U 0 U H> 0 0 m x W Z z 1111-1
OF- 11 F- ZF- 0T7aOQ7 O x W W W W O 0< D>->W<
U 110a0m 1.- 00cr 1 -4 •mF- a mx0U0-I J •OF -HxF-
F-Q 117077ZUJF- ZXQf -0 70Q W W ODUZC aZ
UK 11 0 Oz7 W 0Q Z OwzF -2M W F-l-+W z O za
W!,- 11 Zwz O W >ZwO"zxOz W zQ >mH W OLL<w
)Z II1- IOHaUOWO O I--WW HO 1300
OO 11 H HOULLY - ()LL(7 >(nx>HZIL -H LL LL
mUtlW }W >W0 00 • OZ <I,-(tJOO •0W }00
CL 11 ZF- ZOOm ).0 WU0 HaU1LHOH UKOF-
II H Z H m Z W Q >-Z • } x m 3 z 0 0} • W Z Z }}
11 >] >Za >Ye 0E- ZM0F -MW0Z WZ0E- m >Q7F -F-
11 LL'OmOm 1-Ix 1-1111 • 1-I Q W x W xOl lH •Hm O HH
II1- IU1- IxOmW0UY00U3F- 0YF- UxUOmODUU
II
11
It
11 O 00 O
Z 11 7 -3 7
F-011 W Wwm m mW Q
L)" 11 H NNW W W H O
WF- 11 a >a »F- a F- J> ZW Z W Q
7 Q If O a Z z 0 Z 0 W 0" 0 0 0 z
OU 11 Q H Qza ZZZQOZ 0Z0JHF -Hxa
m011 Wm W> CO) O WOO" mH WzOZ 0m0F -1
dJ 111 1 ZOJIZ- 1oa�F0E- 200E- F- �F- 2Haw_jm W J W xF-
II > m> Z W K Z 0 Z 6 0 0 0 z 0 H> 0 0 0 m> J> a Z
umamomwaHaml•.HwaJwxmoHwoH�Hza
uFIUHxmLLtAxOOOxx3tAW3UHJxm }mLLmam
D rn
to F-
II U
II J F- 7 U
11 W z W F LL H 0
z 11 z z z> 0
oil O z 4JJ (9 X w z F-W
H 11 H a x Z) 111 0 - z 0 0 W H 0
F- 110E- x UUZF- H :) x JZ)
M II Y a U z z O J x 0 W "OZ
H It _j 1,- zzaw 0mx> 0x0
m 11 a00 z 1-1 Qxx07 ZO W O QF-H
U 113 W OH aHUWF- aF- xm LLmF-
0 II W m H H a m x >m>- 2 0 Q m D Q
W II OW F- 0m 0E-W0 W F- 3x JF -0E-O
011 HLL H0m0 0E-m >H WW H W W U0E-
\1100JF -W W x W Wd -j -1 00es ZJ z
Woo zHH >xm mDItXD 0 a J ZF- F - d W
X 11 - aU0.Hm� 0OfL) L) MJ(7wm aDaxx
Q 11 mmQ OOF- mF- W Z Z) JJZZH x0 =) W
Z 11 mF - LL Z F- L) HIA 0 c f/i HH Z U Jli>
11W O z 0 0 0 O 00111 > 0 Q> 0 W W O
f- 11 F-WZHH mZ >J W ZzF-Z JxmF -ZYZZm
U 11 F- F- HF- aF- F- HmaZ OmHHmH WHUWmHQZHO-
W IInW<<W WOaWOaWF- aaWmom 0WaJDax
7 II C7amF -ow m0HHU0mm >QCmw W >m F-ml
Oil 3:13Z m O 0 W O m m 0 0 J m H m J O x 0
Ix it - WaF-Z mNF-Om 7 mWW 7 Hm F-
m 11 m 0 x x x 0 H x Q 0 W W x X O O m 0 0 0 O x W 0 x W
11 m H m H m Y m O m w z> m m Z O H O x m x W m W
ImJ000:mOxaCH000XHOLLH XOQUOm
11 DOF- WF-OaH mW W OF-F-OxO1LLmOOF-ZUFF-
11 00000= aOtOF- 1Lmx00mU30m�m0aa00
z it
o If
H 11
F- W 11 P P P P P P P P P POD tO tO 10 tO tO tO 10 10 to N b 10 10 10 W b
w F- 11 P P P P P P P P P P P P P P P P P P P P P P P P P P P
J a II m m m m m m m m m 01 m 01 m m m m m m m m m m m m m m m
(Loll ..............
it
U O
W
x
O
F-
U
It
It
F-
z
0
U
H
LL
CO
0
O
U
W
x
T
x
f
Z
7
N
0
H
w
W
J
a
0
U
F-
U
w
0
a
II •
11 o •�ndMlcoa00000comooMMOOlno�dm/c
F- II bCO100NOdIn��n dOM�� -O W �Ad�nnenMM�d
Uz 11 n0. . . M m I� - <On - N OQd NIO Otd Cfn CO CO
J ¢ Z 11 - - - -
45011 nwdnlpOCO IONdNCAO �CO dON C; 1: 0; IO CO 01d W
Z F-0 It 0110 Cy 0p CD lO CO N d, m WN- r d N iO n M d, N UO n mr
HZZ II WW WWQ W 00 W m W-�CIWd qIO /AWN WNW
LL 0 Q 11 W 0 W W W 00 W W W fA
U it
u
11 F-
I I z }
II O OZ H 00
u x x XHF- X xX M w x
11 ww F- WF- xW S 0W F- F- W
} 11 J J z J¢¢ J U 2 J z z J
U 11 0. 0- O (L it Cl. CL ¢ F- d} oom
wio ° a mz ao< UUio x o00 0
�cvuoa pmW Ux o H ()a 00L)
¢ II } }OxN 00 ZF- w Z oQ
x 11JJ • Z ZOWJ JU¢J OU¢ WJO 08J
w0 of ¢¢U ¢ }¢Jm¢¢6 O¢ •HQZpF -QU JJQ
z II HHz Zaza LLHmx HF-x Ho%�x¢HZH LL LLH
3H 11 xxHHZ¢Z LL COxZ xzZF- Z W SZ W x
OF- IIF-F- WOMO} Y¢F-W}F-HFIZ¢2UF-WU}YF-
UllmtnxxUZUF- OUxtnZF -UJ F-0I -O WIXZFrCn
F- al»w¢ 0 zw¢ 7azm - ZQZCnU=)m¢zz:)
QwI:QQJzWUw7F- 7¢000pC n ¢ Hp x77p
wF- 11zz -j<z ZO¢ JzJOzxxOln • >z •OOOZ
7Z II 1- 11 -Ih-1 HJHUO al H W UH¢ Z CrHHJ UUH
0011 X W> J> H LL > W LL H LL U LL
M011111111 I O x O x W J W O W W w W} O Z O x W O O W W W
Cl. IIZZ} "Ye"OoU' Z01 3Z Q W •ZJ 00Z
If HHJ} Zto (X} H • zH F- )-U }F -C)H¢ }Z Z H
11 »JF -WzW ¢ZOF- >W< >NF- F-J >ZF -Q¢>
II x x 0 H x o x x O W H x S S W H J H¢ • x o H x x x
' HH 0/IUF- pF- OUC7UH00HmUwU30HpU00H
x
11 U
If
II } J } >- W } y
z II F- w F- F- m W F- w F-
F- o it z 7 W, z z > z F- z
U H 11 :3 0 W > > z O 7 z 7
wF -I1¢Q O HJ Q 0¢00¢¢¢QO WOQ
7¢ 11 zz O ZW ¢Z ozUF -zzozo ZUZ
x0 if zmwww<zmm¢ZWaWzaaz www_iWa
O.JII¢¢HwZC9ZZ¢O¢¢i--ZF- 0¢-Z" zit -
IfF- F- F -2HZH7 1-- SF- F- zF- ZF- F- F- pF-0F 2F-
IIzzw< > <>Ow zW<z¢zzzxz¢ >¢z¢z
O Q S M Q Q Q¢ O Z O Q S W
11yyF-¢HOHJJWJfn F- OInOSNtnOCnOHONOtn
II
If F- m
If w
It F- w w
11 w ¢
o ii x -j z rn a
H it CO F- H z O O F-
F- II F- W O 00 H N z
d 11 Nz -.1 CE > H F- x OM
H11 X F-W F-O It F-X Q H0HF- X
x II O ZZ =)} W UO F- ILZF - z O
0u m LL) WW Ow In Dm In HUW m
U) it xZ> > w }x F- aZ) Z
W if zw=)wOZJ }Z x F- F- W JCL ZNJx W w
p It 0 F- F- >x0Wx0 "0 F- W Z0 W HF- >J F-
\11 HW Uom"Z¢U¢CO JZW ZMH3:Dwow J w
W fl F- MMMMl -ZH W J HOx ZMF- mzmz W W Jx
Z II UUxdHU¢Jow -j UUU¢ ow omzoZ W U
¢ II DZF-Z ASH ¢H ¢ zSwMOW UZaozzz
Z lI xONI -IW xUXx S ILpOU7x U HSH¢zo
u F-0 F- l- 7wCO QU zF-ZHx Ux2 ¢U
F- 11 w zz"wz¢Jn W Zz0 z W wowwz COOS
U I I Z O H H f O Z H ¢ x F- H H x O H> z H LL F- H z 00
WIIOW¢¢ 0<wwOO¢¢ W¢¢OF- OZaxWW w
311 oommoom" ) -mmoox UU wm000JU
Oil op p
xIIWoF- W>J � o N
C.) WoF -Wxo W"Oo
mIIawxxwaxm<x ZZOWZza7 -moo XJMW
11 pzaxwpxwF -¢UI xxpzxapCAa Hx Om wz
IIxWOOF -xOWZJZOOxWOF- xO¢1>oxzwmw
Z it COx0)NtnCOtnxHUlOtnOlmx V1¢mUJUCnUUJHx
O 11
H 11
w W 11 d d d d d d d d d d d d d M CO M m M m m m N N N N N N
W F- ll r r r r r r r r n r r r r r n r r n r r r r r r n r r
J ¢ 11 W T T Of O/ 01 W 01 01 O1 O1 m OI O1 0/ O1 Of O1 Of 01 01
. . . . . .
11
11
U
it
II
I I 1& p O N It N I I N m 0 0 0 ad
F-
If 00t+l0MPaM Coo M -a0 Cv)Nao
J Q Z 11 . . . . . . . . . . . . . . .
< x 0 11 0 tO fM N a u) N a ro IO O O O M O1 01 M N M
Z F-O II W 01401,0 CIO O M It) ONM a
HZx 11 KgWKHYFW/9 /9N NMM KWNN 0
LL O Q 11 y q 0-40,
U it
u
u
11 F
II U
or
II d H
11 x0 O
11 <U N
II w z x H
U
it x z Q p
Z 11 F- F. F- W w U W Z
W If Z Z Z (-)X>- • Z m O
\C711w w W aZOOO H
< 11 x} x<x •YO<ZHOU •Z f.-
or naZ<MWMQMJM"I -OZOO a
111011 OQZOWOZQW x UJHZF- F-}
zZ 11 Jd<JEJHd >O -ALL 04 C7O HZ
3 H 11 W x W W W U 3 or - Z W Z<
OF- 11>O< > <> - 93 aF- }0 -HW«
U11wUF- WF-Wxs xxWF- wlXl -a02
F- < 11a zomowwxwozzJwzm O
UKII w< O Jx <C7 0�3J�y<U
O W F. 11 O F- 0 0 U M J MIX • U O W J x U O
x -:fz11]LH Y YH< WW U H Wx
O OO 110MILLULLUxHpm W XLL LL ZF-
U xU 11 H3:0HOH 1 Jz W ot-W m 1 OO H
W (L 11x x x )-00WJmo } <IL
x 110 • }p }pJZXQ<ZZZJ>.}F -LL
II W JCrJ(7<JZ<QxJF-F-OH
}
II IX • " H x " H Ix �' 7 Q H H O x x OD H H 0 x
O Q i; LL W ULLULLOxp00C70�0=0007
It O x It a
F- II } }} } }w }
U O z 11 F- F- F- F- 0 F- m F-
7 F-011 Z zZ> -ZO>• Z z
X z UH 11 O < »F - OF- F- Oz a0
F- o wt- 11 O< 0 OOZOHZ OO coo
0 H n< 11 <OZ<W <OOmOxD <UF- U.10
z F- OC.1llx Qxxx O <O x 00x
O W x 0 11 m W m m W W U w J O W m W Z O W
U J aJ 11 <(7QQ «C7 (7 a< U' <O"w<O
a II xZF-x F-xzz •Z •ZMZF -WF-Z
•+ x 11 <Z 0 aa<<W<< <ZMW<
I.J. O 11<x «O<xx.,.•x0 •¢<x0}Ox
m U 11 J O O J U J O O J O J J O J O x U O O
II
F- 11 Co.
U If x
W II H F- F-
II x or J O
O II New W J W
or z 11 w>> Z Z 0 Q 0
O_ O If wJJO O W 3 OO
H II x m n H H x H 3.'
aitUUUz CO H m0 J
H 11 W x x W w O U x 7 W
IX 11 F-001-- F- w D O -X Z
U 11 OmmX x m or mOtA z
0 11 ). W W a 7 F- W F- - O
W 11 O W W z F- 0J W omF -zF-
0 11 OF - F- F- F-H ZU W F-0wUO
\ 11 \ W W x x Z on O Z W H> W H}
W 11 Jxx W W W Ylydx ZIr x J-) F- F-
x 11 W UU >F- >pJF -F- a <OMMO <H
< 11 ZZzJHJHQQO Zxz OW F-J
Z II ZOOnLLD331- HUO W MU)"
11 <UUU U W OF-ZZ U:) - F-
F- II x F- •0 W OHz ZZxF -D
U II UW WOWO>WL -JF. HpWHWLL
W 11 W W O W O >OLLZF- (XO<mw -Iu
0 11 J U ix m J H H< W x U Q x w J U
O 11<xx (0.tlJ u)w O p0 O
KII HOOwxw d60W 02 WF-
IX 11 x z z J W. J x w x x x z H x x C 7 F-
11 W 2 2 m a O. U U W d d U x 2 H x x< O
NIIMHHOxH<Z30xZOH0003Z
xW WOMW W W Wx70E- wOF -F-WO
11 Hxx aF -mLLOpa UOxF -O00U
Z 11
O 11
H 11
F-W 11 ....... . ,, 00000 W MM W
W F- It P I- P I� h l- h P n r n n r r r 00 0 0
Moll J < 11 W ........ W W Ql .......
01 01 0f Of
S 11
U It
0
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 Key
Ratite Guide: Property - Casualty, except as modified by the Special Provisions.
All costs associated with the specifications of these contract documents shall
be absorbed in the bid. Such specifications shall include those contained in (1) each
contract document and (2) the Standard Specifications for Public Works
Construction, except as modified by the Special Provisions.
BOND NO. 12 -96-00
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, That
um
WHEREAS, the City Council of the City of Newport Beach, State of California,
by motion adopted MARCH 13TH, 1995 has awarded
to BFI CONSTRUCTORS hereinafter
designated as the 'Principal ", a contract for CONSTRUCTION OF THE
16TH STREET RESERVOR & PUMP STATION
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 BFI CONSTRUCTORS
as Principal, and AMERICAN HOME ASSURANCE COMPANY
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
SIX MILLION THREE HUNDRED FORTY —FOUR THOUSAND Dollars ($ 6,344.500.00 )
said sum being equal to 100% of the estimated amount payable by the City of
Newport Beach under the terms of the contract; for which payment well and truly
made, we bind ourselves, our heirs, executors and administrators, successors, or
assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above
bounden Principal or his subcontractors, fail to pay for any materials, provisions, or
other supplies, used in, upon, 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.
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 13th day of March .19 95
BFI CONSTRUCTORS (Seal)
Name of tractor (Principa)
A lzed Signatu d Title
DON W. SCHMID, PRESIDENT
Authorized Signature and Title
AMERICAN NOME ASSURANCE COMPANY (Seal)
Name of Surety
777 South Figueroa
Lo�geles. CA 90017
Address of Surety
Tim M. Tomko
Signature and Title of Authorized Agent Attorney —in —Fact
777 South Figueroa
Address of Agent
(213) 689 -3758
Telephone Number of Agent
CORPORATE ACKNOWLEDGMENT
State of California
County of Orange
au ., DEBORAH JEAN BAKER 1
COMM. #99987
> m NOTARY KaIC • CALIFORNIA y
;.i . ORANGE COUNTY -'
f� M1y Comm Bow May. 2,1987
I SS.
10
On this the 1t1bay of March 1995 , before me,
Deborah Jean Baker, Notary Public
the undersigned Notary Public, personally appeared
Don W. Schmid
X) personally known to me
E) proved to me on the basis of satisfactory evidence
to be the person(N who executed the within instrument as
President 8L on behalf of the corporation therein
named, and acknowledged to me that the corporation executed it.
WITNESS my hand and official seal.
ATTENTION NOTARY: Although the inlomlation requested below is OPTIONAL, h could prevent fraudulent attachment of this certificate to #floater document.
THIS CERTIFlCATE Title or Type of Document
MUST BE ATTACHED
TO THE DOCUMENT
DESCRIBED AT RIGHT:
Number of Pages Date of Document
Signer(s) Other Than Named Above
NO W2
71MO19 NATIONN. NOTAAYASSOCtATION.&Z{5q�tl .•PO.a 7lB -Canoga Panc,CA 913D1-71M
American Home Assurance Comp • POWER OF ATTORNEY
o .
National Union Fire Insurance C any of Pittsburgh, Pa.
Principal Bond Office: 70 Pine Street, New York, N.Y. 10270 No, 03 -E- 566.65 -6221
KNOW ALL MEN BY THESE PRESENTS:
That American Home Assurance Company, a New York corporation, and National Union Fire Insurance Company of Pittsburgh. Pa., a Pennsylvania corporation,
does each hereby appoint
-- -Tim M. Tomko: of Los Angeles, California - --
its true and lawful Attomey(s) -in -Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writing
obligatory in the nature thereof, issued in the course of its business, and to bind the respective company thereby.
IN WITNESS WHEREOF, American Home Assurance Company and National union Fire Insurance Company of Pittsburgh, Pa. have each executed
these presents
4 d.
I
this 8
t
Mark E.
STATEOFNEWYORK }
COUNTY OF NEW YORK)ss.
On this 8 day of September , 1992.
before me came the above named officer of American Home
Assurance Company and National Union Fire Insurance Company
of Pittsburgh, Pa, to me personally known to be the individual and
officer described herein, and acknowledged that he executed the
foregoing instrument and affixed the seals of said corporations
thereto by authority of his office.
i '1(ed
CERTIFICATE
Senior Vice President
Excerpts of Resolutions adopted by the Boards of Directors of American Ilome Assurance Company and National Union Fire Insurance Company of Pittsburgh, Pa
on May 18, 1976:
"RESOLVED, that the Chairman of the Board, the President, or any Vice President be, and hereby is, authorized to appoint Attorneys -in -Fact to represent and a❑
for and on behalf of the Company to execute bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, and
to attach thereto the corporate seal of the Company, in the transaction of its surety business;
TFSOLVED, that the signatures and attestations of such officers and the seal of the 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 or facsimile seal shall be valid and binding upon the
Company when so affixed with respect to any bond, undertaking, recognizance or other contract of indemnity or writing obligatory in the nature thereof;
"RESOLVED, that any such Attorney -in -Fact delivering a secretarial certification that the foregoing resolutions still be in effect may insert in such certification the
date thereof, said date to be not later than the date of delivery thereof by such Attorney-in-Fact."
1, Elizabeth M. Tuck, Secretary of American Home Assurance Company and of National Union Fire Insurance Company of Pittsburgh, Pa. do hereby certify that the
foregoing excerpts of Resolutions adopted by the Boards of Directors of these corporations, and the Powers of Attorney issued pursuant thereto, arc true and
correct, and that both the Resolutions and the Powers of Attorney are in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of each corporation
thisl3th dayof March 19 95
9/ .y.►�jj
lizabeth M. Tuck, Secretary
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of California
County of Los Angeles
On March 13. 1995 before me, Sharon Nichols. Notary Public
DATE NAME. TITLE OF OFFICER - E.G.. "JANE DOE. NOTARY PUBLIC"
personally appeared
No. 5907
NAMES) OF SIGNERS)
® personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence
to be the person(TJ whose name( .2) ism
subscribed to the within instrument and ac-
knowledged to me that hexexecuted
the same in hiskubbb Lkc authorized
capacity(, and that by hiss
signatureo) on the instrument the person(a),
or the entity upon behalf of which the
person(a) acted, executed the instrument.
... ...............................
SHARON NICHOLS WITNESS my hand and official seal.
COMM. #1039199
2 NOTARY PUBLIC - CALIFORNIA ,^
LOS ANGELES COUNTY
�......." WY Comm. Expires Sept. 27, 1998 .
•...........o..........• SIGNATURE OF NOTARY
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
❑ CORPORATE OFFICER
TITLES)
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
® ATTORNEYAN -FACT
❑ TRUSTEE(S)
❑ GUARDIAN /CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSONS) OR ENTRY(IES)
American Home Assurance Company
DESCRIPTION OF ATTACHED DOCUMENT
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
01993 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave., P.O. Box 71 84 • Canoga Park, CA 91309 -7184
0 0
Page 10
FAITHFUL PERFORMANCE BOND BOND No. 12 -96-00
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted MARCH 13TH, 1995
has awarded to BFI CONSTRUCTORS
hereinafter designated as the 'Principal ", a contract for CONSTRUCTION OF THE
16TH STREET RESERVOIR & PUMP STATION
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, BFI CONSTRUCTORS
as Principal AMERICAN HOME ASSURANCE COMPAMV
as Surety, are held and firmly found unto the City of Newport Beach, in the sum of
SIX MILLION THREE HUNDRED FORTY —FOUR THOUSAND
FIVE HUNDRED AND NO /100--- ------------- - --- Dollars ($ 6,344,500.00 ).
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 Newport Beach, its officers and
agents, as therein stipulated, then this obligation shall become null and void; otherwise
it shall remain in full force and virtue.
• i
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 13th day of March 119-25
BFI PNSTRUCTORS _ (Seal)
Na a fCo ctor �cipal)�
it
Authorized Signature and Tit /lee
DON W. SCNMID, PRESIDENT
Authorized Signature and Title
AMERICAN NOME ASSURANCE COMPANY (Seal)
Name of Surety
777 South Figueroa
Los Angeles, CA 90017
Address of Surety
4Z/" - Tim M. Tomko
Signature and Title of Authorized Agent Attorney —in —Fact
777 South Figueroa
Los Angeles, CA 90017_
Address of Agent
(213) 689 -3758
Telephone Number of Agent
r�
L
CORPORATE ACK
State of
California
County of orange
DEBORAH JEAN BAKER
COMM. #993877
> NOTARY PUBLIC • CALIFORNIA 9
t�. ORANOECOUNTY -�
t My Comm Expies May. 2,1997
0
l On this the 1Y11fay of March 1995, before me,
ISS. Deborah Jean Baker, Notary Public
the undersigned Notary Public, personally appeared
Don W. Schmid
X) personally known to me
p proved to me on the basis of satisfactory evidence
to be the person(94 who executed the within instrument as
President OL on behalf of the corporation therein
named, and acknowledged to me that the corporation executed it.
WITNESS my hand and official seal.
ATTENTION NOTARY: Although the inlomlation requested below is OPTIONAL, it could prevent Irsudulent atlaChlllMnt OI this Certificate to another dbC wnl.
THIS CERTIRCATE Title or Type of Document
MUST BE ATTACHED
TO THE DOCUMENT
DESCRIBED AT RIGHT:
Number of Pages
Signer(s) Other Than Named Above
Date of Document
III
lr
7120019 WTIONALNOTAM A86CCIATION- K9613mmel Aye. -P.O. lsx 718,1-Ca Palk,C 913014184
American Home Assurance Comp
National Union Fire Insurance Co any of Pittsburgh, Pa.
Principal Bond Office: 70 Pine Street, New York, N.Y. 10270
KNOW ALL MEN BY THESE PRESENTS:
• POWER OF ATTORNEY
No. 03- E- 566 -65 -6221
That American Home Assurance Company, a New York corporation, and National Union Fire Insurance Company of Pittsburgh. Pa., a Pennsylvania corporation,
does each hereby appoint
- - -Tim M. Tomko: of Los Angeles, California - --
its true and lawful Attorney(s) -in -Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and wntm e;
obligatory in the nature thereof, issued in the course of its business, and to bind the respective company thereby.
IN WITNESS WHEREOF, American Home Assurance Company and (National Union Fire Insurance Company of Pittsburgh, Pa. have each executed
these presents
C C*W-0, this 8
R
'
^
Mark E.
STATE OF NEW YORK }
COUNTY OF NEW YORK }ss.
On this 8 day of September 1992.
before me came the above named officer of American Home
Assurance Company and National Union Fire Insurance Company
of Pittsburgh, Pa., to me personally known to be the individual and
officer described herein, and acknowledged that he executed the
foregoing instrument and affixed the seals of said corporations
thereto by authority of his office.
Senior Vice President
�7Septil 9. N672:.�A' :a
'.ryyy c..nl --. `Fete ;, .. ye,,.
CERTIFICATE
Excerpts of Resolutions adopted by the Boards of Directors of American Home Assurance Company and National Union Fire Insurance Company of Pittsburgh, Pa.
on May 18, 1976:
"RESOLVED, that the Chairman of the Board, the President, or any Vice President be, and hereby is, authorized to appoint Attorneys -in -Fact to represent and act
for and on behalf of the Company to execute bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, and
to attach thereto the corporate seal of the Company, in the transaction of its surety business;
"RESOLVED, that the signatures and attestations of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any Bend teak
relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the
Company when so affixed with respect to any bond, undertaking, recognizance or other contract of indemnity or writing obligatory in the nature thereof;
"RESOLVED, that any such Attorney-in -Fact delivering a secretarial certification that the foregoing resolutions still be in effect may insert in such certification the
date thereof, said date to be not later than the date of delivery thereof by such Attorney -in- Fact."
I, Elizabeth M. Tuck, Secretary of American Home Assurance Company and of National Union Fire Insurance Company of Pittsburgh, Pa. do hereby certify that the
foregoing excerpts of Resolutions adopted by the Boards of Directors of these corporations, and the Powers of Attorney issued pursuant thereto, are true and
correct, and that both the Resolutions and the Powers of Attorney are in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of each corporation
this _13th day of March . 19 95.
.e
"
)It ~ lizabeth M. Tuck, Secretary
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT No. 5907
State of California
County of Los Angeles
On March 13, 1995 before me, Sharon Nichols, Notary Public
DATE NAME. TITLE OF OFFICER - E.G.. 'JANE DOE, NOTARY PUBUC-
personally appeared Tim M. Tomko
NAMEIS) OF SIGNERS)
91 personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence
to be the person(s) whose name( is/am
subscribed to the within instrument and ac-
knowledged to me that heAshakhM executed
the same in him authorized
capacityAiws), and that by his /fmt(Alitx
signature(g) on the instrument the persono),
or the entity upon behalf of which the
person(Z) acted, executed the instrument.
... ...............................
SHARON NICHOLS & WITNESS my hand and official seal.
COMM. #1039799
5 NOTARY PUBLIC - CALIFORNIA
OUNTY
2 LOS ANCEIFS COUNTY
Mr Comm. Expires Sept Z7, 1998 SIGNATURE OF NOTARY
: -
- ,�' *..- .- s ................
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
❑ CORPORATE OFFICER
TITLE(S)
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
® ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIAN/CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITYIIES)
American Home Assurance Company
DESCRIPTION OF ATTACHED DOCUMENT
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
01993 NATIONAL NOTARY ASSOCIATION - 8236 Remmet Ave., P.O. Box 7184 - Canoga Park, CA 91309 -7184
Am
70R TMI TE1`6
S E "`
3/28/95
PRODUCER
COMPANIES AFFORDING COVERAGE
COMPANY A
SEDGWICK JAMES OF GEORGIA, INC.
LETTER NATIONAL UNION FIRE OF PITTSBURGH,PA
3333 PEACHTREE RD. NE, SUITE 500
COMPANY
B
ATLANTA, GA 30326
LETTER AMERICAN HOME ASSURANCE COMPANY
INSURED
COMPANY C
BFI CONSTRUCTORS
LETTER
COMPANY
D
1415 N. SUSAN STREET
SANTA ANA, CA 92703
LETTER
COMPANY E
LETTER
COVERt1GES
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE 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.
co
o
POLICY
EFFECTIVE
EXPIRATION
LTR
TYPE OF INSURANCE
NUMBER
DATE
DATE
ALL LIMITS IN THOUSANDS
A
GENERAL LIABILITY
RMGL 319-
5/1/94
$/1/9$
0
( OCCURENCE BASIS ONLY)
GENERAL AGGREGATE
$
7086
COMMERCIAL
COMPREHENSIVE
PRODUCTS/COMPLETED
$2,500
OWNERS &CONTRACTORS
OPERATIONS AGGREGATE
PERSONAL INJURY
$ 2,500
PROTECTIVE
CONTRACTUAL FOR SPECIFIC
CONTRACT
PRODUCTS /COMPLETED OPERATION
EACH OCCURENCE
$ 2,500
XCU HAZARDS
BROAD FORM PROPERTY DAMAGE
50
SEVERABILITY OF INTEREST CLAUSE
FIRE DAMAGE
$
(ANYONE FIRE)
P. I. WITH EMPLOYEE EXCLUSION
MEDICAL EXPENSES
$ 5
REMOVED
MARINE
(ANY ONE PERSON)
AUTOMOBILE LIABILITY
COMBINED
SINGLE LIMIT
N
ANY AUTO
STATE
5/1/94
5/1/95
ALL OWNED AUTOS
PPROVED
BODILY INJURY
(PER PERSON)
A
SCHEDULED AUTOS
$ELF— INSURE
BODILY INJURY
HIRED AUTOS
(SEE CERTI—
(PER ACCIDENT)
15!
PROPERTY
NON -OWNED AUTOS
FICATE
GARAGE LIABILITY
DAMAGE
B
EXCESS LIABILITY
CLM 308 -59-
5/1/94
5/1/95
UMBRELLA FORM
66
OTHER THAN UMBRELLA FORM
N
WORKERS' COMPENSATION
STATE
5/1/94
5 / 1 / 95
STATUTORY
$2,500
EACH ACCIDENT
/
&
APPROVED
$2,500
DISEASE - POLICY LIMIT
A
EMPLOYERS' LIABILITY
SELF—INSUREF
$2,500
1 DISEASE -EACH EMPLOYEE
SEE CERTIF
CATE ATTA
HED
OTHER
$
DESCRIPTION OF OPERATIONS/ LOCATION SNEHICLES /RESTRICTIONS /SPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF
NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH, BUT NOT LIMITED TO THE FOLLOWING CONTRACT:
16TH STREET RESERVOIR
& PUMP STATION C- 2961 -B
PROJECT TITLE AND CONTRACT NUMBER
CERTIFICATE HOLDER '-
CAIUCELLATION ^;
CITY OF NEWPORT BEACH
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON - RENEWED, CANCELLED OR
P.O. BOX 1768
COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE COMPANY AFFORDING
3300 NEWPORT BOULEVARD
COVERAGE SHALL PROVIDE 30 DAYS MINIMUM ADVANCE NOTICE TO THE CITY OF
NEWPORT BY CLASS M
NEWPORT BEACH, CALIFORNIA 92658 -8915
�BJqEACH /FIRST
//��
-Cq
ATTENTION:
/V(i(.2�GL --� ...,!__J-PiN//' 3/28/95
Y
AUTHORIZED REPRESENTATIVE ISSUE DATE
0
MilmoJ201 . •
0
Page 13
AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
NT
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 an
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
Bodily Injury Liability
Property Damage Liability
[X] Combined Single Limit
Bodily Injury Liability
and
Property Damage Liability
A. 111.111 11
111 111 11
111 111 11
111 1106 11
per person
per accident
The limits of liability as stated in this endorsement shall not increase the total liability of the
company affording coverage for all damages as the result of any one accident or occurrence in excess of
the limits of liability stated in the policy as applicable to Automobile Liability Insurance.
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:16TH STREET RESERVOIR & PUMP STATION C- 2961 -B
(Project Title and Contract No.)
This endorsement is effective MARCH 28, 1995 at 12:01 A.M. and forms part of
Policy No. of CALIFORNIA STATE APPROVED SELF - INSURER
(Company Affording Coverage)
BFI CONSTRUCTORS
Issuing Company N/A By 1 -f-k- t LCkt- '
*DANI, BDYLE ENGINEERS, INC AND (Authorized resentative)
JOHN CAROIZO REBA J. RUTLAND
MANAGER, SELF — INSURANCE
0 •
CITY OF NEWPORT BEACH
GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
Page 14
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 ro
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 vri respect to the is 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:
[X1 Commercial[ ] Comprehensive
General Liability $ 2.000,000.00 each person
$ 4.000.000.00 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 commence 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: 16TH STREET RESERVOIR & PUMP STATION C- 2961 -B
(Project Title and Contract No.)
This endorsement is effective MARCH 28, 1995 at 12:01 A.M. and forms a part
of Policy No. RMGL 319 -7086 of NATIONAL UNION FIRE OF PITTSBURGH, PA
(Company Affording Coverage)
Insured BFI CONSTRUCTORS Endorsement No.
Producer SEDGWICK JAMES OF GEORGIA, BC ' Z (G [� y
Y� A.
(Authorized Representative)
*DANIEL. BOYLE ENGINEERS, INC. MICHAEL B. DENNIS
AND JOHN CAROLLO ENGINEERS
I
1!
Y
M
N
O
Y
N En0 nn
Yp'. _JNVj o u a ^uG
n .i ^. ^
rrji'• � 3 O •� f1 11 r R
(( X19 N S•P
11 _ O'((��
)l `C
P b' 1
mmW G•
Ooa
p c F^^ �eood <
M TPn3v °_�
� a SRA
D N C Q C p
92 oana
(�•(� ^eA ^Rn
0a;Ro�Rc
`O3-E�n^
��WN�;3oNT
jc.a�RyN^�a
V •A'IYA -,A
aaOCP�3 ^
odO��S
°�3�
�$ v o g
-_ .a ° e
e _
• ^N- •�NOt�
1. 1;�• aid
�1.• n t�.P •�.
W O
m f5 F »•�
•rt �' E 3 c.
w•`,
(� O
°�
�
a = =�
a -. l8 G
8aa0 ^a
1•I aT%4 e-
w
CD
o^
rn
O
P.
w
CD
0
H
0
O
CD
a
w
CD
N
°
e
(l V
M 0
p j 0 0 ►�.
O �y
W y E
O O CD
." p ru O
C')
O O
CA
N �
rt
CD
(n 0 CD
�
t rn w
0 CD
CD
O !p
^ i•a n
° d
n
co '
cn
G. p
F� z
n w O
w
C H
O w
P In #
aC;
y � �
CD
CD
n
n
RI
Q
Z
CA
m
O
ro
v7
yz
td
A
M
r
T
rriD
3
O z �
i
M Om
O
" Z On
m C>
d Nr
m-4 11
;um
o
D>
b r
m
'i
Z
Ln
DEPARTMENT OF MOTOR VEHICLES
P.O. BOX 942884
SACRAMENTO, CA 94284 -0001
(916) 657 -6520
January 31, 1995
S.I. #79
Browning - Ferris, Industries
Attention: Denise Leonard, Administrator, Risk Management Services
P.O. Box 3151
Houston, Texas 77253
Dear Ms. Leonard:
Your annual report/financial statements have been reviewed and the requirements
for renewal of yourself- insurance permit have been met. Your self - insurance
status is valid from February 1, 1995 through January.31, 1996.
Vehicle Code Section 16020 requires that every driver and every owner shall at all
times be able to establish financial responsibility and shall at all times carry in the
vehicle evidence of the form of financial responsibility in effect for the vehicle. This
letter constitutes written evidence and a copy should be placed in each of your
affected vehicles.
Sincerely,
Manager
Financial Responsibility Area
,ice
'J 1
�T%
REC&VFD Fpg
RISK MO 19,95
HOUSTON
0 0
CERTIFICATE OF SELF - INSURANCE
Effective July 29, 1976
This is to certify that 13ROWNING- FERRIS INDUSTRIES. 'its subsidiaries
11.0, Box 3151 Houstonn TX 77253
Cory)orate Offices: 757 N. Eldridge at Memorial Drive, Houston TX 77079
has been approved as a Self- Insurer under the Compulsory Financial
Responsibility Law and assigned S. I. No. 79 by the Director of Motor Vehicles.
This Certificate exempts you from the reporting provisions of the law as
provided under Section 16002 of the California Vehicle Code. However, if you
or your employees receive a request for a report from this office, return it and
furnish the Self- Insurer number assigned.
DEPARTMENT OF MOTOR VEHICLES
Financial Responsibility Section
4
O
BY ;
CARMEN RIOS, Manager
AMENDED DATE: January 25. 1994
" Browning- Ferris Industries of California, Inc.
International Disposal Corporation of California
BFI Medical Waste System of California, Inc.
BFI Services Group. Inc.
BFI Constructors
Keller Canyon Landfill Company, Inc.
Pleasant Hill Bayshore Disposal. Inc.
Loma Linda Disposal Company
oEllblJ11_b. JH11L,3 F'11S 1U:404 -44u -4560 HPR 13'95 16 ;19 No.056 P.02
wa:���ru•
DATE R 3
yx5
THIS IS EVIDENCE THAT INSURANCE AS IDENTIFIED BELOW HAS BEEN ISSUED, IS IN FORCE. AND CONVEYS ALL THE
RIGHTS AND PRIVILEGES AFFORDED UNDER THE POLICY.
'RDoUofi" I WLtg,, 404-837_ - OWAHY
_(3444
Sedpwick 'amps of Ca., Inc. -^
Suite 500, South Tower Phoenix Assurance Co of NY
3333 Peachtree Rd. NE
Atlanta, Georgia 3 b,-- ....
DODE: SUB CODE:
-
.. .- -- --- .- ..._........._..
OENCr' -'
PUBID13454 O
ME I_-
am- xl - .._..._.. _ -.- --
INSURED - LOAN NUMBER POLICY NUMBER
BFI Constructors —T EC.ILIE! 7i.
A t t n : Debi Baker EFFECTIVE DATE ExPIRATIOII DATE CONI1141;F.1 UNTII
TERMINAIFL+II CI{F CX(P
1415 N. Susan St. 9./.01/95.... . 4L0 .1/96_1._.. ................. _._- _..._.. -_
Santa Ana, CA 92703 THIS REPLACES PRIOR EVIOFNCF. DATED:
.PROPERI Y INFOHMA710N
LOCARONDESCHIPIION
16th Street Reservoir and Pump Station, Newport Beach, CA
COVERAGE INFORMATION
COVERAOWPENILS1FONMS --
AMOUNT OF 1NSURANCF
DEDUCIBLE
Builders Risk - All Risks subject to
6,344,50C
25,00
polity terms. conditions and exclusions
California Earthquake
2,500,000
5% with
100100C
Minimum
nEMAnKS (Including 5peclal CondlDona) _
THE POLICY IS SUBJECT TO THE PREMIUMS. FORMS, AND RULES IN EFI'ECT 1 OR EACH POLICY PERIOD. SHOULD THE
POLICY BE TERMINATED, THE COMPANY WILL GIVE THE ADDITIONAL INTEREST IDENTIFIED BELOW. _ —, DAYS
WRITTE14 NOTICE, AND WILL SEND NOTIFICATION OF ANY CHANGES TO THE POLICY THAT WOULD AFFECT THAT
INTEREST, IN ACCORDANCE WITH THE POLICY PROVISIONS OR AS REQUIRED BY LAW.
ADDITIONAL INTEREST
_
NAME AIp`Dp VISS
MUNI(:AGEL AUUII,ONAI IN$UHH1
--
I L..EstidencE:
City of Newylort. Beach
. LVSS!'AYEI.
_ .. .. _ .. -FX of Coverage ._.
P. 0, Box 1768 '
LOAN
3300 Newport Blvd.
r Heath, CA 92658 -8915
AUTHORIZED REPRESENTATIVE
Ne o :i�3 -5o
ACORO 27 (3193)
a ACORO CORPORATION 1993
1. NATIONAL UNION FIRE INSURANCE AMERICAN HOME ASSURANCE COMPANY ?, THE INSURANCE COMPANY.. 104ra-:THE
COMPANY OF PITTSBURGH • A STOCK COMPANY STATE OF PENNSYLVANIA
A STOCK COMPANY A STOCK COMPANY
Member Companies of
/ L4 American Intemational Group
EXECUTIVE OFFICES u
70 PINE STREET, NEW YORK N.Y. 10270
COVERAGE 1S MOVIOEO IN THE
COMPANY DESIGNATED eY NuMEER
[HEREIN CALLED THE COMPANY).
COMMERCIAL GENERAL LIABILITY DECLARATIONS
POLICY NO. RM GL 319 -70 -BV
NAMED INSURED BROWNING- FERRIS INDUSTRIES- INC,/
MAILING ADDRESS 757 N ELDRIDGE PKY
HOUSTON TX 77079 -0000
POLICY PERIOD: From 05/01/94/ to 05/01/95 at
12:01 A.M. Standard Time at Your mailing address shown above
IN RETURN FOR THE PAYMENT OF THE PREMIUM, AND SUBJECT TO ALL TERMS OF THIS POLICY,
WE AGREE WITH YOU TO PROVIDE THE INSURANCE AS STATED IN THIS POLICY.
LIMITS OF INSURANCE
GENERAL AGGREGATE LIMIT (Other Than Prod -Comp Operations) $ N/A
PRODUCTS- COMPLETED OPERATIONS AGGREGATE LIMIT $ N/A
PERSONAL & ADVERTISING INJURY LIMIT S 2,500,000
EACH OCCURRENCE LIMIT $ 2,500,000
FIRE DAMAGE LIMIT S 50,000 Any One Fire
MEDICAL EXPENSE LIMIT S 5,000 Any One Person
Forms Of Business: ❑ Individual ❑ Partnership ❑ Joint Venture FIl Organization
(Other than Partnership
Business Description: WASTE MANAGEMENT or .joint Venture)
Location Of All Premises You Own, Rent or Occupy: pER SCHEDULE ON FILE WITH THE CCMPANY
CLASSIFICATION CODE NO. PREMIUM BASIS RATE. ADVANCE PREMIUM
PR /CO I ALL OTHER
SEE ATTACHED SCHEDULE
Premium shown is payable: S at Inception. TOTAL: $
ENDORSEMENTS ATTACHED TO THIS POLICY: SEE ATTACHED SCHEDULE.
COUNTERSIGNED
�V
BY
(Date)
(Authorized.. Representative)
•. INSURED'S :COP - -: -- .__ ...Pa 1u0n
Date Issued: 11/11/94
1
2
3
4
NATIONAL UNION FIRE INSURANCE
COMPANY OF PITTSBURGH, PA.
AMERICAN HOME ASSURANCE COMPANY
THE INSURANCE COMPANY OF THE
STATE OF PENNSYLVANIA
AMERICAN INTERNATIONAL UNDERWRITERS
COMMERCIAL UMBRELLA
DECLARATIONS •
COVERAGE IS PROVIDED IN THE
FTICOMPANY DESIGNATED BY NUMBER
A STOCK INSURANCE COMPANY
HEREIN CALLED THE COMPANY
MEMBERS OF THE
AMERICAN INTERNATIONAL CROUP, INC.
EXECUTIVE OFFICES
70 PINE STREET
NEW YORK, N.Y. 10270
THIS IS A CLAIMS MADE POLICY - PLEASE READ THIS POLICY CAREFULLY
POLICY NUMBER: CLM 308-95-661 Renewal of: 3085924
PRODUCER NO: 07849
PRODUCER NAME: SEDGWICK OF GEORGIA INC
ADDRESS: 3333 PEACHTREE RD N E
S TOWER #5
ATLANTA GA 30326-0000
ITEM 1. NAMED INSURED: BROWN(NG- FERRIS INDUSTRIES
ITEM 2.
ITEM 3.
ADDRESS: 757 N ELDRIDGE PKY
HOUSTON TX 77079 -0000
POLICY PERIOD: FROM MAY 01, 1994 TO MAY 01, 1995 / AT
12:01 A.M. STANDARD TIME AT THE ADDRESS OF THE NAMED INSURED SHOWN ABOVE.
LIMIT OF INSURANCE:
a) Per Occurrence $25,000,00ol
b) Self Insured Retention
c) Aggregate Limits - Separately as respects:
(i) Products Hazard and Completed Operations
Hazard Combined $25,000,000
(ii) All Other Coverages Combined $25,000,000
(Except Automobile Liability, which is not subject to any aggregate limit).
ITEM 4. RETROACTIVE DATE:
ITEM 5. PREMIUM COMPUTATION:
OCTOBER 01, 1986
ESTIMATED RATE
EXPOSURE PER
ANNUAL MINIMUM EARNED
ADVANCE MINIMUM PREMIUM AT
PREMIUM PREMIUM INCEPTION
ITEM 6. SCHEDULED UNDERLYING INSURANCE: SEE ATTACHED SCHEDULE
TYPE OF CLAIM MADE POLICY
INSURANCE COMPANY RETROACTIVE DATE POLICY LIMITS PERIOD
ITEM 7. ENDORSEMENTS ATTACHED: SEE ATTACHED SCHEDULE
COUNTERSIGNED BY
'v DATE AUTHORIZED REPRESENTATIVE
U44014 (5/86)
POLICY
NUMBERS
Date Issued: 05/18/94
COTWRMATION OF INSU WNCE .J 53629
d \Il
SEdgwick DEPT. NO.330
Sedgwick James of Georgia, Inc.
3333 Peachtree Rd., N. E. Suite 500
Atlanta, GA 30326 404- 237 -8444 Fax 404 -262 -1683
ASSURED: DATE:
BFI Constructors 3/29/95
1415 North Susan Street
Santa Ana, CA 92703
This is confirmation that we have arranged with underwriters the insurance or policy changes described below. We suggest
that you review this notice to make certain we have followed your instructions accurately.
INSURORS: Phoenix Assurance Co. PERIOD: 4/1/95 to 4/1/96
POLICY NO.: ECIMP 52373 RISK: Builders Risk Coverage
PARTICULARS OF INSURANCE
FORM: McGee Builders Risk Reporting Form — Renewal Certificate
PERILS
LIMITS
DEDUCTIBLE
RATE/
PREMIUM:
All Risk including Flood and Earthquake
(Subject to company form)
$ 3,000,000
$ 250,000
$ 250,000
$ 2,500,000
$ 2,500,000
Each ,fobsite /each disaster
Transit
Temporary Storage
Each occurrence and
Flood
Each occurrence and
Earthquake
annual aggregate —
annual aggregate —
$ 25,000 Each occurrence except;
5% Earthquake deductible (California)
subject to $100,000 minimum
$ 0.24 Annual rate — $5,000 Minimum Deposit
Premium — Quarterly Reporting
SPECIAL CONDITIONS:
Current projects at expiring terms; endorsed for a $6,344,500 limit
at the Newport Beach, CA project only. Any additional projects to
be reported as soon as possible.
The coverage represented by this confirmation is subject to the terms, conditions and limitations of the policies in current
use by the insuror named above.
This confirmation may be cancelled by you, the insured, by giving notice to the insuror when thereafter the cancellation
shall be effective. The coverage may be cancelled by the insuror by notice to the insured in accordance with policy condi-
tions. Otherwise this confirmation will terminate when replaced by a policy. If this confirmation is not replaced by a policy,
the insuror is entitled io charge the premium for the coverage according to the Rules and Rates in use by the insuror.
33— 30
Sedg ick James of a rgia, Inc.
wrium0's COPY
• • Page 15
CONTRACT
THIS AGREEMENT, entered into this 13th day of MARCH .19 95,
by and between the CITY OF NEWPORT BEACH, hereinafter "City," and
BFI CONSTRUCTORS hereinafter "Contractor," is made with reference to the
following facts:
(a) City has heretofore advertised for bids for the following described public work:
16TH STREET RESERVOIR & PUMP STATION Q-2961 -B
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:
16TH STREET RESERVOIR & PUMP STATION C-2961 -B
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 SIX MILLION THREE
HUNDRED FORTY -FOUR THOUSAND FIVE HUNDRED DOLLARS ($ 6,344,500.00)
This compensation includes (1) any loss or damage arising from the nature of the work;
(2) any loss or damage arising from any unforeseen difficulties or obstructions in the
performance of the work; (3) any expense incurred as a result of any suspension or
discontinuance of the work; but excludes any loss resulting from earthquakes of a
magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or
expense occurs prior to acceptance of the work by City.
3. All of the respective rights and obligations of City and Contractor are set
forth in the contract documents. The contract documents are incorporated herein by
reference as though set out in full and include the following:
(a) Notice Inviting Bids
(b) Instruction to Bidders and documents referenced therein
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and Endorsements(s)
0 • Page 16
(f) Plans and Special Provisions for
16TH STREET RESERVOIR & PUMP STATION C-2961 -B
Title of Project Contract No.
(g) This Contract.
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.
ATTEST:
/
APPROVED AS TO FORM:
Robert Burnham, City Attorney
CITY OF NEWPORT BEACH
a municipal corporation
- j,-� 1
John Hedges, Mayor
"CITY"
CONTRACTOR:
Name of ontractor (Principal)
Don W. Schmid, President
Authorized Signature and Title
Authorized Signature and Title
0 0
CORPORATE ACKNOWLEDGMENT
State of California
County of Orange
SS.
"� •. , DEBORAH JEAN BAKER
cr COMM. `993877
°mr NOTARY PUBUC • CALIFORNIA
ORANGE COUNTY E
My Coem Expires May. 2,1997 1
On this the 13thday of
March
Deborah Jean
the undersigned Notary Public, personally appeared
Don W. Schmid
1�@-5, before me,
IN personally known to me
❑ proved to me on the basis of satisfactory evidence
to be the perso*) who executed the within instrument as
President di on behalf of the corporation therein
named, and acknowledged to me that the corporation executed it.
WITNESS my hand and official seal.
Notary's Signature
ATTENTION NOTARY: Aafaugh the information requested below is OPTIONAL, it cold prevent fraudulent attachment of this certificate to another dobu rent.
THIS CERTIFICATE Title or Type of Document
MUST BE ATTACHED
TO THE DOCUMENT
DESCRIBED AT RIGHT:
Number of Pages Date of Document
Signer(s) Other Than Named
7120019 NAMONAL NUTARY ASSOCLAIM -9235 Raowt Ae. - P.O. Bm 7184• CamOe Pork, CA 913047190
0 0
Page 17
WORKERS' COMPENSATION INSURANCE CERTIFICATION
" I am aware of the provisions of Section 3700 of the Labor Code which requires
every employer to be insured against liability for workers' compensation or to
undertake self - insurance in accordance with the provisions of that code, and I will
comply with such provisions before commencing the performance of the work of
this contract."
Date
C-2961 -B
Contract Number
BFI CONSTRUCTORS /Don W. Schmid, President
Name of Contractor (Principal)
- /a "k - Oe�,
Authorized Si ature and Title
16TH STREET RESERVOIR & PUMP STATION
Title of Project
C`
C�
January 23`d, 1995
CITY COUNCIL AGENDA
ITEM NO. / Q
TO: Mayor & Members of the City Council
FROM: Utilities Department
SUBJECT: CONTRACT FOR CONSTRUCTION
RESERVOIR & PUMP STATION PROJECT (C- 2961 -B)
16" STREET UTILITIES YARD
GROUNDWATER DEVELOPMENT PROJECT
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to solicit bids for
construction of the project from the list of
pre - qualified contractors.
a. Bids to be opened at half past one o'clock in the
afternoon, (1:30 p.m.) on Wednesday, March 1 ",
1995, at the office of the City Clerk.
BACKGROUND & DISCUSSION:
,JAN 2 31993
The two components of the Groundwater Development Project
under consideration by this memorandum are: the proposed 3.0 million
gallon underground reinforced concrete reservoir; and the 11,500 gallon per
minute water pump station with chloramine disinfection facilities. These
project components are necessary to collect and move water from the
proposed wells in Fountain Valley, into the City's water transmission and
distribution system and then store it in the Big Canyon Reservoir.
The construction of the reservoir, pump station and water
disinfection facilities at the Utilities Yard site are the most complex and
involved facilities related to the Groundwater Development Project. As such,
they are also the part of the overall project that will take the longest to
construct and complete. In order to complete the overall project by the end
of summer 1996, it is important to initiate this part of the project now,
The reservoir and its related piping and improvements were
designed by a private consultant, Daniel Boyle Consulting Engineers, Inc. of
Laguna Hills. This design contract was approved by the Council October 25,
1993 and was amended by Council action August 22nd, 1994.
The pump station and chloramine disinfection facilities were
designed by John Carollo Engineers, Inc. of Walnut Creek. This design
contract was approved by the Council November 22 "d, 1993 and amended
by Council action August 22nd, 1994.
• •
Groundwater Development Project - Page 2
Reservoir & Pump Station
Authorization to Advertise Bids
January 23', 1995
The City and its team of consulting engineers have completed
design of the facilities and have prepared contract documents, plans and
detailed specifications for construction of the 3.0 million gallon reservoir and
the 11,500 gallon per minute pump station at the 10' Street Utilities Yard.
These components of the Groundwater Development Project involve large -
scale and complex, specialized construction. They are a critical part of the
overall project.
CONTRACTOR PREQUALIFICATION:
Because construction of the proposed facilities are large -scale
and complex in nature, staff investigated and formalized a contractor pre -
qualification process. The pre - qualification process was approved by the City
Council on July 1 Vh, 1994. After that approval, a solicitation for interested
contractors was advertised and a selected list of contractors who are eligible
to submit bids for this construction contract was established.
The pre - qualification process will insure the City retains a
contractor who is skilled and experienced in building complex water supply
facilities and heavily reinforced concrete structures. In utilizing this process,
the City greatly improves its chances of having a quality, finished product, with
a minimum of construction related delays or construction performance
problems. By the same token, the probability of contract disputes will be
reduced and project management and inspection costs will be lessened.
The City received application packages and pre - qualified thirteen
(13) contractors during the process. These contractors submitted qualification
statements and demonstrated significant relevant experience on other projects
involving both reservoirs and pump stations. They were also reviewed by the
Finance Department for financial strength and solvency as part of the process.
CONSTRUCTION PROGRAM:
The reservoir is a key component of the City's future water
supply. It will receive all of the water from the water wells in Fountain Valley
which are proposed as part of the Groundwater Development Project.
Similarly, the pump station will pump all of the water from the wells and the
reservoir into the City's pipeline network. The chloramine disinfection
facilities will provide a means to comply with the State's water quality
regulations pertaining to bacteriological safety of the City's drinking water
supply and the requirements for a disinfectant residual in the water system.
The reservoir will have a capacity of 3.0 million gallons. It will
be a reinforced concrete structure. It has been designed for construction in
a large excavation, which will then be buried and placed underground to
take advantage of the existing topography and the limited land available to
the City. Some of the Utilities Yard site improvements will be constructed
on top of the reservoir.
Groundwater Development Project - Page 3
Reservoir & Pump Station
Authorization to Advertise Bids
January 23", 1995
The proposed structure will have two main compartments and a
hopper- shaped bottom for each of the two compartments. The two
compartments will be capable of operating together or independently to
maximize reliability and flexible water delivery operations during maintenance
and future repair work. The structure will be highly reinforced to provide for
a significant seismic event on the Newport- Inglewood Fault. (Numerous water
industry and construction industry codes apply to the design parameters
related to reinforcing and loading capacity of the structure.) The structure
has been analyzed for loading conditions when empty, partially full and full.
Placing the reinforcement and a large number of rubber water -
stops is an especially complicated operation for the contractor to complete.
Insuring waterproof joints and leak resistant concrete is not a common
requirement of typical public works or building construction. In this project
it is particularly important - -in fact, vital.
The reservoir construction also involves a fair amount of soils
and earthwork to construct a firm foundation. The construction will also
provide a number of piping installations beneath the floor of the reservoir. A
perforated underdrain monitoring system and numerous pipe branches will
be installed in conjunction with a flow monitoring vault. The reservoir drain
line will be built to empty the reservoir into the adjacent storm drain when
maintenance is required.
Large diameter outlet pipes which connect the reservoir to the
proposed pump station will also be constructed beneath the reservoir floor and
beneath the pump station building. Construction of these pipe connections is
particularly important and complex due to the numerous welding and water -
stop installations which must be made to insure the reservoir does not leak. It
is also important to insure that the numerous, complex pipe fittings in the
pump station, align and fit properly with each other.
Backfilling operations and earthwork around the reservoir and
pump station are also particularly complicated. Installation of a drain fabric
and filter cloth system on the exterior walls of the reservoir must be placed
with care. Select fill materials must be placed and carefully compacted
against the drain and the piping systems into and out of the reservoir without
damaging them. A significant slope excavation and shoring operation will be
necessary to build the suction piping inlets to the pump station some 60 feet
below the adjacent street surface. This shoring system and its eventual
removal to allow construction of the above -grade facilities will involve
sophisticated construction techniques.
The piping and electrical system to drive the multi -stage vertical
turbine water booster pumps involve fairly standard mechanical and piping
construction. The telemetry and control systems which will monitor the
operations and provide integration of the City's water well operating facilities
in Fountain Valley and the Big Canyon Reservoir Operations Center will be
tied into a PC -based SCADA control system. This type of control and wiring
construction is relatively sophisticated and involved. However, the system
will provide the ability to monitor and control wells, pumps, disinfection dose
and alarming from a single operating location at the pump station.
0 0
Groundwater Development Project - Page 4
Reservoir & Pump Station
Authorization to Advertise Bids
January 23'", 1995
CONSTRUCTION COST ESTIMATE & PROPOSED SCHEDULE:
Reservoir Construction
The Engineers' Estimate for reservoir construction costs is
$3,245,000. The estimated costs are distributed as indicated below.
Engineers' Cost Estimate
Item
3.0 million gallon reinforced concrete reservoir
36" steel outlet water main
30" & 24" steel inlet water main
12" ductile iron drain line
8" ductile Iron drain line
Reinforced concrete "outlet line" valve vault
Reinforced concrete "drain line" valve vault
Pressure test, disinfect & flush
Site work, grading & misc. backfill
Total Estimated Cost
Pump Station Construction
Amount
2,300,000
210,000
56,400
8,600
40,000
165,000
115,000
5,000
345,000
$3,245,000
The Engineers' Estimate for the pump station construction costs is
$3,750,000. The estimated costs are distributed as indicated in the table below.
Engineers' Cost Estimate
Item
Electrical service connection & transformer
36" steel suction piping
Plant piping & pump control valving
Pumps & pump motors
36" steel outlet water main
Pump station building
Emergency generator & system controls
Pump station telemetry & system operations room
Chlorine equipment & disinfection control
Chlorine scrubber room & operating equipment
Ammonia equipment & water softener feed system
Misc. site work, grading, shoring & backfill
Start-up & test operations
Total Estimated Cost
Amount
255,000
145,000
185,000
475,000
79,000
770,000
70,000
340,000
165,000
535,000
425,000
295,000
11,000
$3,750,000
The Engineers' Estimate for the aggregated project construction
cost is a total of $6,995,000. Funds for the work were approved and set aside
in each of the budget years between 1992 -93 and 1994 -96 in the water capital
projects section of the City's budget. Funds are available in the Water
Enterprise Fund under Capital Project Account No. 7504 P 500 094 A.
DISCUSSION ON RECOMMENDATIONS:
r1
L
Groundwater Development Project - Page 5
Reservoir & Pump Station
Authorization to Advertise Bids
January 23'", 1995
The design consultants have completed the reservoir and pump
station designs. They have prepared detailed construction plans and
specifications. Previous Council approval actions and Utilities Committee
reviews related to the project and design contracts are summarized below.
The City proposes for the contractor to commence construction
as soon as is practical to meet the City's anticipated schedule of completion.
The City's goal is to have the Groundwater Project operational by the end of
Summer 1996. In order to achieve that schedule, this component of the
project must be initiated now.
This contract provides for three different time of completion
schedules: a base schedule with a twelve month (365 calendar days)
completion window; an eight month (243 calendar days) completion window;
and a ten month (304 calendar days) completion window. The City has the
option of awarding the contract, based on a pre - established formula, to the
contractor submitting the most - economical and expeditious completion
proposal. The formula for computing the low bid value, will be in the form of
a calculation relating the value of the earlier completion of the project to the
costs of overall project delays. The specific formula will be documented and
opened for public review immediately prior to the opening of the sealed bids.
Approximately four (4) weeks will be allowed for contractors to
respond to the bid solicitation and prepare their bids. Staff anticipates that
the contract for construction can be awarded the first Council meeting in
March 1995, and that construction could commence shortly thereafter.
If the City awards the contract immediately after bids are
received, the anticipated completion date for the reservoir and pump station
should be some time between March and May 1996.
The Utilities /Public Works Committee met and discussed this
action at their meeting January 16', 1995, and forwarded a recommendation
to the Council for approval. Staff concurs and recommends approval to
advertise for construction bids from the thirteen (13) pre - qualified contractors.
Respectfully submitted,
FF Sr-ANEAAT-
Jeff Staneart, P.E.
Utilities Director
]S: sdi
Attachment: "A ": Project Site Plan
0 0
List of Prior Relevant Actions:
City Council
January 25"', 1993....
October 25"', 1993....
November 8"', 1993..
November 22nd, 1993
December W, 1993
December 2151, 1993
January 24"', 1994...
February 14`", 1994.
February 28"', 1994.
March 28t°, 1994......
July 11"', 1994.........
July 25`", 1994.........
August 22 "d, 1994....
November 14`", 1994
December 12', 1994
January 9', 1995.....
Utilities Committee
Groundwater Development Project - Page 6
Reservoir & Pump Station
Authorization to Advertise Bids
January 2V, 1995
Approve and Certify Project EIR
Award Design Contract for 3.0 MG Reservoir
Approve Addendum No. 1 to EIR & Advertise Reservoir Rough Grading
Approve Pump Station Design Contract
Award Contract for Rough Grading & Storm Drain Relocation
Approve Entry Agreement with West Newport Oil Company
Approve Plans & Advertise Interim Mass Grading Contract
Accept the Rough Grading Contract as Complete
Award Contract for Interim Mass Grading of Reservoir Site
Approve Pre - qualification Process for Reservoir Construction
Approve Contractor Pre - qualification Process for Combined Project
.Approve Change Order to Interim Mass Grading Contract
.Amend Reservoir Design Contract & Pump Station Contract
.Accept Interim Mass Grading Contract as Complete
.Approve Negative Declaration for Water Disinfection Facilities
.Approve Const. Management Contract for Reservoir & Pump Station
January 13', 1993........ Project Review and EIR Recommendation
April 28`", 1993 .............Project
Review and Update; Budget Recommendations to Council
July 16`", 1993 ..............Project
Update & Review of Bond Financing
September 3`d, 1993......
Project Update & Review of Bond Financing
November 19', 1993.....
Project Review & Pump Station Contract for Design Recommendation
December 9', 1993.......
Project Review & Rough Grading Contract Recommendation
January 14', 1994........
Project Review & Utilities Yard Plan Review
May 181", 1994 ..............Review
Project Status & Earthquake Fault Findings & Recommendations
June 6', 1994 ...............Review
of Proposed Change in Grading Conditions & Contracts for Design
January 16", 1995........
Project Review & Recommendations to Advertise Reservoir & Pump Station
III �
I
ragx
i
IIp R
I �
1 - I
i � , 6�ia1!lkii!
N 1-
6
Sy-t —u %I T .. A.
6t-w- PLAN
TO: Mayor & Members of the City Council
FROM: Utilities Department
July 11th, 1994
CITY COUNCIL AGENDA
ITEM NO. Z9
SUBJECT: PREQUALIFICATION OF CONTRACTORS FOR
CONSTRUCTION OF 3.0 MILLION GALLON RESERVOIR &
14,000 GPM PUMP STATION AT THE 16TH STREET UTILITIES YARD
AS PART OF THE GROUNDWATER DEVELOPMENT PROJECT
(CONTRACT NO. C- 2961 -B)
RECOMMENDATIONS:
1. Approve the contractor pre - qualification process for
this project.
2. Authorize the City Clerk to advertise for contractors to
submit prequalification statements for construction of
the project.
a. Pre - qualification packages to be accepted at the office
of the City Clerk, until 1:30 p.m., on the afternoon of
Tuesday, August 2nd, 1994.
BACKGROUND & DISCUSSION:
On April 28th, 1994, the City Council approved a pre - qualification
process for contractors interested in competing to win the contract to construct
the 3.0 million gallon reservoir at the 16th Street Utilities Yard. Since that time,
the City has decided to modify the scope of the proposed project to include
construction of the 14,000 gallon per minute pump station with the contract to
construct the reservoir. This will facilitate project coordination between the
reservoir and pump station construction activities on the compact site.
Because of the complexity of the construction and the specialized
nature of the work involved, the City approved a prequalification process for
prospective contractors. The pre - qualification process will insure the City
retains a contractor who is skilled and experienced in building complex water
supply facilities and heavily reinforced concrete structures. In utilizing this
process, the City greatly improves its chances of having a quality finished
product, with a minimum of construction related delays or construction
performance problems. By the same token, the probability of contract disputes
will be reduced and project management and inspection costs will be lessened.
The City pre - qualified twelve (12) contractors during the previous
process. These contractors will be invited to resubmit qualification statements
during this process. The process of evaluating contractor qualifications for
constructing both reservoir and pump station will be identical to the previous
process. However, the contractors must have relevant experience on previous
projects involving both reservoirs and pump stations.
July 11th, 1994 -Page 2
3.0 Million Gallon Reservoir & 14.000 gpm Pump Station
Groundwater Development Project
Contractor Pre - Qualification
The proposed 3.0 million gallon underground reinforced concrete
reservoir and the 14,000 gallon per minute pump station construction will be
performed by the prequalified contractor who submits the lowest responsive bid.
CONSTRUCTION PROGRAM:
The City is currently finalizing the contract documents for the
construction of the 3.0 million gallon reservoir and the 14,000 gallon per minute
pump station at the 16th Street Utilities Yard. These components of the
Groundwater Development Project involve large -scale and complex, specialized
construction. As such, staff has investigated and recommends utilizing a
prequalificatton process to develop a selected list of contractors from which the
City will solicit bids for construction.
The reservoir is a key component of the City's future water supply,
in that it will receive all of the water from the water wells in Fountain Valley
which are proposed as part of the Groundwater Development Project. Similarly,
the pump station will pump all of the water from the wells and the reservoir into
the City's pipeline network.
The reservoir will have a capacity of 3.0 million gallons. It will be a
reinforced concrete structure. It has been designed for construction in a large
excavation, which will then be buried and placed underground to take advantage
of the existing topography and the limited land available to the City. Some of the
Utilities Yard site improvements will be constructed on top of the reservoir.
The proposed structure will have two main compartments and a
hopper- shaped bottom for each of the two compartments. The two
compartments will be capable of operating together or independently to maximize
reliability and flexible water delivery operations during maintenance and future
repair work. The structure will be highly reinforced to provide for a significant
seismic event on the Newport- Inglewood Fault. (Numerous water industry and
construction industry codes apply to the design parameters related to reinforcing
and loading capacity of the structure.) The structure has been analyzed for
loading conditions when empty, partially full and full.
Placing the reinforcement and a large number of rubber water -stops
is an especially complicated operation for the contractor to complete. Insuring
waterproof joints and leak resistant concrete is not a common requirement of
typical public works or building construction. In this project it is particularly
important - -in fact, vital.
The reservoir construction also involves a fair amount of soils and
earthwork to construct a firm foundation. The construction will also provide a
number of piping installations beneath the floor of the reservoir. A perforated
underdrain monitoring system and numerous pipe branches will be installed in
conjunction with a flow monitoring vault. The reservoir drain line will be built to
empty the reservoir into the adjacent storm drain when maintenance is required.
6
July 11th, 1994 - Page 3
3.0 Million Gallon Reservoir & 14,000 gpm Pump Station
Groundwater Development Project
Contractor Pre- Quallflcation
Large diameter outlet pipes which connect the reservoir to the
proposed pump station will also be constructed beneath the reservoir floor and
beneath the pump station building. Construction of these pipe connections is
particularly important and complex because of the numerous welding and
water -stop installations which must be made to insure the reservoir does not
leak and to insure that the numerous complex pipe fittings in the pump station
align and fit properly with each other.
Backfilling operations and earthwork around the reservoir and
pump station are also particularly complicated. Installation of a drain fabric
and filter cloth system on the exterior walls of the reservoir must be placed
with care. Select fill materials must be placed and carefully compacted against
the drain and the piping systems into and out of the reservoir without
damaging them. A significant slope excavation and shoring operation will be
necessary to build the suction piping inlets to the pump station some 60 feet
below the adjacent street surface. This shoring system and its eventual
removal to allow construction of the above -grade facilities will involve
sophisticated construction techniques.
PRELIMINARY CONSTRUCTION COST ESTIMATE & PROPOSED SCHEDULE:
The preliminary Engineers' Estimate for reservoir construction
costs is $3,245,000. The estimated costs are distributed as indicated below.
Engineers' Cost Estimate
Item Amount
3.0 million gallon reinforced concrete reservoir
2,300,000
36" steel outlet water main
210,000
30" steel inlet water main
6,400
24" steel inlet water main
50,000
12" ductile iron drain line
8,600
8" ductile iron drain line
40,000
Reinforced concrete "outlet line" valve vault
165,000
Reinforced concrete "drain line" valve vault
115,000
Pressure test, disinfect & flush
5,000
Site work, grading & misc. backfill
345,000
Total Estimated Cost $3.245,000
0 •
July 11th, 1994 -Page 4
3.0 Million Gallon Reservoir & 14,000 gpm Pump Station
Groundwater Development Project
Contractor Pre- guaHBcation
The preliminary Engineers' Estimate for the pump station
construction costs is $3,750,000. The estimated costs are distributed as
indicated in the table below.
Engineers' Coat Estimate
Item Amount
Electrical service connection & transformer
255,000
36" steel suction piping
145,000
Plant piping & pump control valuing
185,000
Pumps & pump motors
475,000
36" steel outlet water main
79,000
Pump station building
770,000
Emergency generator & system controls
70,000
Pump station telemetry & system operations room
340,000
Chlorine equipment & disinfection control
165,000
Chlorine scrubber room & operating equipment
535,000
Ammonia equipment & softener feed system
425,000
Misc. site work, grading, shoring & backflll
295,000
Start-up & test operations
11,000
Total Estimated Cost
$3,750,000
The estimated time to complete the reservoir and pump station
construction is 270 calendar days. The City proposes for the contractor to
commence construction as soon as is practical to meet the City's anticipated
schedule of completion. The City's optimistic goal is to have the Groundwater
Project operational by the end of October 1995.
After the prequalification process has been completed, staff plans
to have construction bid documents available for prequalified contractors to
use in preparing their bids. It is expected that the plans and specifications for
the project will be approved by the City Council and that authorization to solicit
bids from the pre - qualified contractors will be approved by the Council at the
meeting set for August 22nd, 1994. Approximately 4 weeks will be allowed for
the contractors to respond to the bid solicitation and prepare their bids. Staff
anticipates that the contract for construction would be awarded the second
Council meeting in September 1994 and that construction could commence
shortly thereafter.
• •
July 11th, 1994 - Page 5
3.0 Million Gallon Reservoir & 14,000 gpm Pump Station
Groundwater Development Project
Contractor Pre - Qualification
The pre - qualification process for the reservoir and pump station
has been discussed by the Utilities Committee at their most recent meetings.
The committee forwarded a recommendation to the Council for approval. Staff
endorses this recommendation.
Respectfully submitted,
.Jew STAN, Aar-
Jeff Staneart, P.E.
Utilities Director
1S: sdi
Attachment: Notice Inviting Statements of Qualification
J
0
0
NOTICE INVITING STATEMENTS OF QUALIFICATION
Statements of qualification may be received at the office of the City Clerk,
3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92658 -8915
until 1:30 o'clock p.m on the 2nd day of August 1994,
at which time no more will be accepted for:
16th STREET RESERVOIR AND PUMP STATION
Title of Project
C- 2961 -B
Contract No.
Approved by the City Council
this 11th day of July, 1994
Wanda E. •6
City Clerk
Prospective bidders may obtain one set of prequalification documents at no cost at
the office of the City Clerk, 3300 Newport Boulevard,
Post Office Box 1768, Newport Beach, California 92658 -8915
For further information, call ,jell Staneart at(714)644-3011.
Project Manager
i?
0
CONTRACTOR
0
PREQUALIFICATION PACKAGE
0
0
Contractor Prequalification Package
Index
Advertisement for Contractor Prequalification
1 -2
Instructions for Contractors
3 -4
Prequalification Questionnaire
5
Statement of Financial Condition
6 -7
Construction Experience
8
Organizations /Functions
9
License
10
Completion of Work by Surety
10
Bonding Capacity
10
Minimum Insurance Requirement
11
Department of Industrial Relations History
11
(S.B. 198 Compliance)
Statement of Experience
12
C
ADVERTISEMENT FOR CONTRACTOR PREQUALIFICATION
Subject to conditions prescribed by the undersigned, pre - qualification documents are
invited from licensed contractors for the following project:
16th Street Reservoir and Pump Station
Contract No. C- 2961 -B
Project Description:
The work to be done under this contract consists of constructing at the City's Utilities Yard
located at 949 West 16th Street in Newport Beach, the following:
1. A 3.0 million gallon underground reinforced concrete reservoir. This will include:
constructing two (2) buried reinforced concrete valve vaults, installation of steel water
lines, drains lines and subdrains, grading and backfilling of reservoir and other
incidental items of work.
The 3.0 million gallon reservoir construction will include but not limited to the
following items: excavation of the hopper bottom, placement of subgrade,
construction of reservoir structure, installation of access hatches and ladders,
disinfection and any other appurtenant work,
The construction of the two (2) buried valve vaults will include, but not limited to the
following items: excavation, placement of subgrade and fill, construction of vault
structures, installation of two (2) 36 -inch butterfly valves (outlet vault) and three (3)
8 -inch butterfly valves (drain vault), installation of fittings and appurtenances.
The water line and drain line installations are as follows:
A. Installation of a 36 -inch cement mortar lined and taped wrapped (CML & TW)
outlet pipeline including flex couplings, harness assemblies, concrete encasement,
thrust blocks, fittings and all appurtenances.
B. Installation of 24 -inch and 30 -inch CML &TW inlet pipeline including flex couplings,
two (2) 24 -inch butterfly valves, thrust blocks, fittings and all appurtenances.
C. Installation of an 8 -inch and 12 -inch ductile iron pipe drain line including valaves,
flex couplings, concrete encasement, thrust blocks, fittings and appurtenances.
2. A 14,000 gallon per minute water pump station. This work will include a 10,000
square foot reinforced masonry building housing pumps, electrical power supply
with controls, an emergency generator, chlorination system with gas scrubber,
ammoniation system, and warehousing facilities. In addition, the work will include
a reinforced concrete valve vault, site piping and other utilities, excavation and
backfill, and other incidental items of work.
The pump station will include: five (5) 2800 gpm, 350HP vertical turbine pumps set
in deep pump cans, suction and discharge piping, electrical power supply and
motor control centers.
0
0
The disinfection facilities will include a gas supplied chlorination system
from multiple one ton containers and an ammoniation system using
gaseous, anhydrous ammonia from bulk storage tanks. The chlorination
system will include chlorinators, residual analysers leaked gas detectors, a
leaked has collection and scrubbing system, controls and ventilation. The
ammoruation system will include leased bulk storage tanks, ammmoniators,
leaked gas detectors, controls and ventilation.
/C
• 9
INSTRUCTIONS FOR CONTRACTORS
Prequalification documents will be received at:
City of Newport Beach
Office of the City Clerk
3300 Newport Boulevard, P.O. Box 1768
Newport Beach, California 92658 -8915
Prequalification documents will not be accepted after 1:30 p.m., Tuesday, August 2nd,
1994. Prequalified bidders will be notified of exact date of availability of bid
documents. Bid documents are expected to be available for the 16th Street Reservoir
and Pump Station on August 22nd, 1994.
Prequalification of prospective contractor bidders will be determined by the application
of a pre - established pass /fail rating system to the following information to be
submitted by prospective bidders.
I. Statement of Financial Conditions; 6. Bonding Capacity;
2. Construction Experience; 7. Minimum Insurance Requirements;
3. Organization /Functions; 8. Department of Industrial Relations History;
4. License; 9. Statement of Experience.
5. Completion of Work by Surety;
Contractors who (1) do not have the correct license, or (2) have had a surety finish work
on any contract in the past five years, or (3) do not meet minimum standards for
bonding capacity (as described in the Pre - qualification Questionnaire), or (4) cannot
obtain minimum insurance requirements, or (5) have numerous violations with
Department of Labor Standards Enforcement, or (6) does not have a qualified Project
Manager and /or Field Superintendent experienced with similar projects, who will be
assigned to this project, or (7) completed at least one contract costing in excess of
$4,000,000, in the past five years involving construction of the following will be
considered unqualified from submitting bids:
a) Construction of a reinforced concrete reservoir exceeding 2,000,000 gallons or a
reinforced concrete clarifier tank, exceeding 15,000 gross square feet each, and
b) Construction of a 10,000 gallon per minute water pumping station involving
Programmable Logic Controller (PLC) and disinfection, or similar mechanical
projects of equivalent complexity.
The evaluation is solely for the purpose of determining which bidders are deemed
qualified for successful performance of the type of work included in this project in a
timely manner. The contract will be awarded to the lowest responsible prequalified
bidder submitting a responsive bid for this work.
The City of Newport Beach reserves the right to reject any or all responses to
prequalification questionnaires and any or all bids and to waive any irregularities in
any response of bids received.
<t
0
0
Prospective bidders desiring to be prequalified are hereby informed that they
will a subject to and must fully complly with all of the requirements of the
bidding documents, including the provision of a 100% payment bond and
100% performance bond, and all Affirmative Action Requirements and
prevailing wage laws.
All information submitted for prequalification evaluation will be considered
official information acquired in confidence and the City of Newport Beach
will maintain its confidentiality to the extent permitted by law.
PREQUALIFICATION QUESTIONNAIRE
16TH STREET RESERVOIR AND PUMP STATION
GENERAL CONTRACTOR
CONTRACT NUMBER C- 2961 -B
CITY OF NEWPORT BEACH
The Undersigned declares under penalty of perjury that all of the pre - qualification
information submitted with this form is true and correct and that this Declaration
was executed in County, California, on
Signature and Title
Typed Name and Title
Firm Name
Address
City and State
Telephone Number
For partnership only:
The foregoing declaration is hereby affirmed
(Remaining Partners of firm sign here)
All information submitted for prequalification evaluation will be considered official
information acquired in confidence and the City of Newport Beach will maintain its
confidentiality to the extent permitted by law. This includes the Contractor's
Statement of Experience and Financial Condition to be submitted with this
Questionnaire.
0 0
1. Statement of Financial Condition
Name, address, and phone number
Surety Company:
Name, address, and phone number
Financial Condition at close of business on
ASSETS
Current Assets
1. Cash
2. Notes receivable
3. Accounts receivable from completed contracts
4. Sums earned on incomplete contracts
5. Other accounts receivable
6. Advances to construction joint ventures
7. Materials in stock not included in item 4
8. Negotiable securities
9. Other current assets
Total
Fixed and Other Assets
10. Real Estate
11. Construction plant and equipment
12. Furniture and Fixtures
13. Investments of a non - current nature
14. Other non - current assets
Total
Total Assets
19
Detail Total
P
0
LIABILITIES AND CAPTIAL Detail Total
Current Liabilities
15. Current portion of notes
payable, exclusive of
equipment obligations and
real estate encumbrances
16. Accounts payable
17. Other current liabilities
Total
Other Liabilities & Reserves
18. Real estate encumbrances
19. Equipment obligations secured by equipment
20. Other non - current liabilities
and non -current notes payable
21. Reserves
Total
Capital & Surplus
22. Capital Stock Paid Up
23. Surplus (or Net Worth)
Total
Total Liabilities & Capital
CONTINGENT LIABILITIES
24. Liability on notes receivable, discounted, or sold
25. Liability on accounts receivable pledged,
assigned, or sold
26. Liability as bondsman
27. Liability as guarantor on contracts or
on account of others
28. Other contingent liabilities
Total Contingent Liabilities
Note: A copy of an accountant's opinion or report must be attached to the
Statement of Financial Conditions.
7
/S
0 0
2. Construction Experience
Attach a list of projects successfully completed in the past five (5) years for which
construction costs for each project was in excess of $4,000,000. Each project to have
included construction of a reinforced concrete reservoir or a reinforced concrete clarifier
tank, for which the gross square footages exceeded 15,000 square feet each, and a 10,000
gallon per minute water pumping station involving PLC and disinfection or similar
mechanical projects of equivalent complexity. Provide the information requested on the
attached form. Provide additional copies for each project.
MAJOR PROJECTS FOR THE PAST FIVE (5) YEARS
Project Name
Engineer, Address & Phone
Location
Base Contract Amount
Project Manager, Address & Phone No.
Initial Contract Time in Days Time Extensions in Days
Owner, Address & Phone No.
Final Contract Amt.w /Change Orders
Field Superintendent, Address & Phone No.
Approximate percentage of Base Contract subcontracted
Days Liquidated Damages Assessed
Total reservoir capacity in gallons or total gross square footage of clarifier (circle one)
and total gallons per minute water pumping station
Did projects include:
YES NO
Reinforced Concrete
Steel Welded Piping
Valve Vaults
Underdrain System
Subdrain System
Reinforced Masonry Bldg. (over 20' high)
Deep, Shored Excavations
Water Pumps (250HP or larger)
Electrical Service & Switching Gear
Chlorine Disinfection System
Telemetry (Digital based system)
PLC based Pump Control system
(with PC based operator interfaces)
If yes, please provide information in your list of projects.
0
16
3. OrganizationlFunctions
Provide organizational chart for the proposed project team for the 16th Street Reservoir and
Pump Station. Including the name of the Project Manager and Field Superintendent who
will be assigned and in direct charge, stating his relevant experience, if awarded this
contract.
Name
Pmject Manager
Years with Firm
Years in Function
Name
Field Superintendent
Years with Firm
Years in Function
Name
Function
Years with Firm
Years in Function
Name
Function
Years with Firm
Years in Function
Name
Function
Years with Firm
Years in Function
Name
Function
Years with Firm
Years in Function
Name
Function
Years with Firm
Years in Function
Name
Function
Years with Firm
Years in Function
Name
Function
Years with Firm
Years in Function
m
'7 1
4. License
�
I
Bidder must be licensed by the State of California as a General Engineering Contractor.
Submit the following information:
A. Name of license holder, exactly as on file with the State of California
License Board
B. License Classification
C. License No.
D. Expiration Date
E. Citations
5. Completion of Work by Surety
Provide a statement listing names of all surety companies utilized by prospective bidder
in the last five (5) years. State whether the surety or sureties bonding bidder's jobs have
been required or requested to complete any part of bidder's work during the last five
years.
Yes
No
If Yes, please provide the following information:
Surety Name
Surety Name
Surety Name
Address
Period Covered Surety Completed
Address Period Covered Surety Completed
Address
Surety Name Address
(Add sheets as required)
6. Bonding Capacity
Period Covered Surety Completed
Period Covered Surety Completed
Attach a notarized statement from Surety or Sureties proposed to be utilized on the 16th
Street Reservoir and Pump Station Project indicating bidder's total bonding capacity and
certifying that currently available bonding capacity exceeds $3,000,000. Sureties must be
State registered corporate securities. Personal securities not accepted.
10
/,p
• •
7. Minimum Insurance Requirements
Submit a statement from the Worker's Compensation carrier to be utilized on the project
certifying that the following minimum insurance requirements can be provided.
Comprehensive or Commercial Form General Liability Insurance
Limits of Liability
If any one of these cannot be met contractor will be deemed nonresponsive and will be
excluded from submitting bids.
Minimum
Requirement
Each Occurrence - Combined Single Limit for Bodily $4,000,000
Injury and Property Damage
Products - Completed Operations Aggregate $2,000,000
Persons and Advertising Injury $4,000,000
8. Department of Industrial Relations History S.B. 198 Compliance
Does your company have an Injury and Illness Prevention Program on file with the
Department of Industrial Relations?
Yes No
If yes, provide a copy of the "Table of Contents ".
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 aprenticeable occupations.
11
/r
0 0
9. Statement of Experience
1. Other or former names under which your organization has operated?
2. How many years of experience in construction work does your organization have:
(a) as General Contractor 7 (b) as a Subcontractor ?
3. How many year's experience in the proposed type and size of construction work has your
organization had as a general contractor?
4. Has any officer or partner of your Organization, failed to complete a Contract?
Yes ( ) No ( ) If Yes, give details, including dates:
5. In what other lines of business do you or your organization or any partner thereof, have
financial interest?
6. Name the persons with whom your company has associated in business as partners or
business associates during the past five (5) years:
7. Has your organization been assessed any penalties for non - compliance violations of the
Federal or State labor laws and /or regulations within the past five (5) years?
8. Does your organization have any ongoing investigations by any agency regarding violations
of the State Labor Code, California Business and Professions Code, or State licensing laws?
9. Does your organization have any outstanding judgments, demands or liens resulting from
violating the Business and Professions Code, and /or the State Labor Code?
10. Has your organization been cited for violations of OSHA Standards and Requirements within
the past five (5) years?
11. Please explain all questions answered "yes" in questions 7 through 10 above on a separate sheet
of paper along with this document.
12
Authorized to publish Advenisemenu of all kindiouding public notices by
Decree of the Superior Court of Orange County, California. Number A -6214,
September 29, 1961, and A -24831 June 11, 1963.
PROOF OF PUBLICATION
STATE OF CALIFORNIA)
) SS.
County of Orange )
I am a Citizen of the United States and a
resident of the County aforesaid; I am over
the age of eighteen years, and not a party to
or interested in the below entitled matter. I
am a principal clerk of the NEWPORT
BEACH -COSTA MESA DAILY PILOT, a
newspaper of general circulation, printed and
published in the City.of Costa Mesa, County
of Orange, State of California, and that
attached Notice is a true and complete copy
as was printed and published on the
following dates:
July 18, 19, 20, 1994
I declare, under penalty of perjury, that the
foregoing is true and correct.
Executed on July 20 , 1994
at Costa Mesa, California.
Signature
0
0
.. ...
riitt M
WP.OgtT EVARID
Wl"1f#3Ff, CdtTiIfFQ266d
�' Aci
� ,u.
}
TiESe docy.
.RS PUMP ..
udder
R!$ PAE- 1'it1At•1FICATION
answered..
-
r ` OA(7A)fPJCA7fON PACCAt3EAVAILABLE:
response of
lLGO {�dyy 11
1FI�ATION
AWC .
refers f0 fh
oSvnels, oflic
City. kola A,COMEf11:ATION tS NOT
PACKAGE DUE:.
'he certi0cip" accountant shall not be..
;dip m JAugrist 2,1994:
,•fkenjare
As a eondiflon aff bidding on the above referenced
ofztl�-fy
(s
s ) W
Project, and in accord,with the provisions of Cali(omja
Public Contract Code Section 2011.5 and the City of
may,
Newport Beach Policy, prospective bidders are
!,rgg
;rsr�ulred,
. t Pecttil
I. I M
Consrstmg-
:ot .iW compte ad prequalificatfon
qui
bi on Ih
questionnaire, financiaf.:staten*.t:.and supporting
documents to the City, on forms s plied by the City.
The. piospei
Prequalifidetfon Packages'are to bglcked -up at:
owner, etfid
and firtaf3GIF
City of Newport' Bsaxh
fNOensad i
CNfice Fd the co
The.aeadrou�rt6
3360. Newpgt1 •BQWet4ard
worms, provi
Newport Beach. CalNomie; 92663
extensWe as
... , .
tiaeifdnese�ti
A: prefirrUnary. set of coftstruction documents: ,are
QT/f
available for ravlew.lyfoy- through Friday, x:30 s.m.
'.m4 -bY any
kr't2 00 p m ; 100 p.m.: to 3 30;p ai. at the .City of
the._ Contract
tVeivport -t%ecfi UtiOties'fleparfm ..ofices, 949 � iQw1d<iad -wl
19test 16ci, Street.. Newport Beebe`,' Ca0trhW 82863 ,
,-fur MMn
For -an apartment 6'611(714) 544 -3011.
It.. Sums
Completed sF*ualification-,;PrAgkapas can be. `..
.``PREQtIp
A of accountant,' r
Tents will be the basis of rasng ladders r
*-size and scope of orolecta upon which.
is qualified to Did. All- questions 'must ba'
a question is not applicabIC then .tndicale- Respc
•WA You or •YoWis as used. heratn , statem
pros
pectne bidders. firm and any of Its " public
sandfor^prtiicipals
M S1
awariclAor8ddlic ®l sheets are reauiradfnr -s
pled. Credit.
Wddet `aha0 have _a duly ttuthonied . W.
r prinoipef cons #0_ -the quesdormafre
iiE
atement. and vatffy'the truth of the
ded The core irate of an accountant
Proape
hate of Cadfomia will also be'required
po64ibl,
11
nay submk a dertflicate M °hfatner owrr
August
ft, does, rttlt`Utcittde qualrfit tllbna so
'.ttiddeta
fuUly the v of the %biatemenf or its .
= upon wi
City. kola A,COMEf11:ATION tS NOT
.. -
'he certi0cip" accountant shall not be..
In the e
t,6MPLETED , V. CI'f
OPAC BES., :.. M
r
APR 1. 9 1994 April 25th, 1994
CITY COUNCIL AGENDA
app5mirn i ITEM NO. /b
TO: Mayor & Members of the City Council
FROM: Utilities Department
SUBJECT: CONTRACT FOR CONSTRUCTION OF 3.0 MILLION GALLON RESERVOIR
AT THE 16TH STREET UTILITIES YARD AS PART OF THE
GROUNDWATER DEVELOPMENT PROJECT (CONTRACT NO. C- 2961 -B)
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids from the
prequalified contractors for construction of the project.
a. Bids to be opened at 1:30 p.m., on the afternoon of
Wednesday, June 18t, 1994, at the office of the City Clerk.
BACKGROUND & DISCUSSION:
The City is currently finalizing the contract documents for the
construction of the 3.0 million gallon reservoir at the 16th Street Utilities Yard.
This component of the Groundwater Development Project will involve large -scale
and complex, specialized construction. As such, staff has investigated, advertised
and prequalified a selected list of contractors to solicit bids for construction.
The reservoir is a key component of the City's future water supply, in
that it will receive all of the water from the water wells in Fountain Valley which
are proposed as part of the Groundwater Development Project.
The reservoir will have a capacity of 3.0 million gallons. It will be a
reinforced concrete structure. It has been designed for construction in a large
excavation, which will then be buried and placed underground to take advantage of
the existing topography and the limited land available to the City. Some of the
Utilities Yard site improvements will be constructed on top of the reservoir.
CONSTRUCTION PROGRAM:
The proposed structure will have two main compartments and a
hopper- shaped bottom for each of the two compartments. The two compartments
will be capable of operating together or independently to maximize reliability and
flexible water delivery operations during maintenance and future repair work.
The structure will be highly reinforced to provide for a significant seismic event
on the Newport- Inglewood Fault. (Numerous water industry and construction
industry codes apply to the design parameters related to reinforcing and loading
capacity of the structure.) The structure has been analyzed for loading
conditions when empty, partially full and full.
(__3t)
• 0
April 25th. 1994 - Page 2
3.0 Million Gallon Reservoir - Groundwater Development Project
Approve Plans & Advertise for Bids
Placing the reinforcement and a large number of rubber water -stops
is an especially complicated operation for the contractor to complete. Insuring
waterproof joints and leak resistant concrete is not a common requirement of
typical public works or building construction. In this project it is particularly
important - -in fact, vital.
The reservoir construction also involves a fair amount of soils and
earthwork to construct a firm foundation. The construction will also provide a
number of piping installations beneath the floor of the reservoir. A perforated
underdrain monitoring system and numerous pipe branches will be installed in
conjunction with a flow monitoring vault. The reservoir drain line will be built to
empty the reservoir into the adjacent storm drain when maintenance is required.
Large diameter outlet pipes which connect the reservoir to the
proposed pump station will also be constructed beneath the reservoir floor.
Construction of these pipe connections is particularly important and complex
because of the numerous welding and water -stop installations which must be
made to insure the reservoir does not leak.
Backfilling operations and earthwork around the reservoir is also
particularly complicated. Installation of a drain fabric and filter cloth system on
the exterior walls of the reservoir must be placed with care. Select fill materials
must be placed and carefully compacted against the drain and the piping systems
into and out of the reservoir without damaging them.
CONTRACTOR PREQUALIFICATION:
Because of the complexity of the construction and the specialized
nature of the work involved, the City approved a prequalification process for
prospective contractors. This process will insure the City retains a contractor
who is skilled and experienced in building complex water supply facilities or
heavily reinforced concrete structures. In doing so, the City greatly improves its
chances of having a quality finished product, with a minimum of construction
related delays or construction performance problems. By the same token, the
probability of contract disputes will be reduced and project management and
inspection costs will be lessened.
The proposed 3.0 million gallon underground reinforced concrete
reservoir construction will be performed by the prequalified contractor who
submits the lowest responsive bid.
CONSTRUCTION COST ESTIMATE & PROPOSED SCHEDULE:
The Engineers' Estimate for reservoir construction costs is
$2,900,000. The estimated costs are distributed as indicated below. Funds for
the work are available in the water capital projects budget related to the City's
Groundwater Development Project. Funds are available in the Water Fund
under Capital Projects Account No. 7503- 98500218.
April 25th, 1994 - Page 3
3.0 Million Gallon Reservoir - Groundwater Development Project
Approve Plans & Advertise for Bids
Engineers' Cost Estimate
Item
Mobilization
Amount
$ 20,000
3.0 million gallon reinforced concrete reservoir 2,300,000
36" steel outlet water main
190,000
30" steel inlet water main
6,400
24" steel inlet water main
40,000
12" ductile iron drain line
8,600
8" ductile iron drain line
40,000
Reinforced concrete "outlet line' valve vault
160,000
Reinforced concrete "drain line" valve vault
110,000
Pressure test, disinfect and flush
5,000
Excavation, safety measures & insurance
20,000
Total Estimated Cost $2,900,000
The estimated time to complete the reservoir construction is 270
calendar days. The City proposes for the contractor to commence construction
as soon as is practical to meet the City's anticipated schedule of completion.
Staff will make the construction bid documents available for the
prequalified contractors to use in preparing their bids, starting on May 6th, 1994.
This will allow approximately 4 weeks for the contractor to respond to the bid
solicitation.
Assuming the City receives a responsive set of bids from contractors,
and the City awards the contract immediately after bids are received (at the first
Council Meeting in June), the resulting reservoir completion date should be March
100i, 1995. Timely action by the City will insure that the overall Groundwater
Development Project schedule can be maintained.
Respectfully submitted,
. --�Ff- STwuE4RT
Jeff Staneart, P.E.
Utilities Director
JS: sdi
Council Agenda # 17
• April 25,1994
TO. MAYOR AND CITY COUNCIL MEMBERS
FROM: Glen Everroad, Revenue Manager
SUBJECT: REQUEST FOR SPECIAL EVENT PERMIT # 94-071
APPLICANT: Balboa Bay Club; Michael Stanko
Nature of Request
The applicant has requested to include the use of outdoor amplified sound in a
residential area during a Country Western Party and Chili Cook -off on Thursday, May
26, 1994. The event is scheduled to take place at the Balboa Bay Club at 1221 West Coast
Hwy., with an Eastern Acoustic group to play from 4:00pm to 10:30pm The applicant is
•expecting 3,000 people to attend the event, with all activities taking place on private
property. A copy of the application is attached.
Discussion
Municipal Code Section 10.32.050 requires City Council approval before the issuance of
a special event permit for amplified sound outdoors in a residential area.
This request has been investigated by the Fire, Police and Traffic Engineering
Departments. Each has recommended approval of the applicant's request with
conditions to be included in the permit should Council elect to approve its issuance.
Recommendation
This office recommends City Council's approval of the issuance of a permit for the
above mentioned event. If approved by Council, a permit with the conditions
recommended by staff and the requirements of Municipal Code Chapter 10.32 will be
included in the permit.
GI(`n oad
GOF. NEWPORT BEACH
ENUE DIVISION
P.O. Box 1768
NEWPORT BEACH. CA 92658 -8915
(714) 644 -3141
FAX (714) 644 -3073
rtwPUR+
t • EVEN �SPECIA
G
„•o.. FILM PRODUCTION
SPECIAL EVENT PERMIT APPLICATION
(Tr)0x
ADORE". 1221 West Coast Highway Ow. Newport Beach m 92663 Iq
PER80NNCHAROE Mr. Michael Stanko PHONE (714)645 -5000
ADDRESS - 1221 West Coast Highway CITY. Newport each yP 92663
DESCRIPTIONOFEVENT Western themed party to include such events as Western dance contest,
Cowboys and Belles Fashion Show.
EXACT LOCAT10141; 1221 West Coast Highway, Newport Beach, CA. 92663 _
DATEM Thursday, May 26, 1994
TIMES 3:00 PM to 11:00 PM
ESmmoATTENMNCi QAom*moNFEEs?N0/m -mcFv L• $25.00 ner person
OEICmKpARfONQ Tne
VALET! NO/YES - DESCRIBE
ANY PORTION OF THIS ACTNITY TO OCCUR ON A CRY STREET. SIDEW" PARK SUCH OR BAY? NONU - DESCRIBE
ALCOHOLIC BEVERAGES SERVED? NONE$ - SOLD? NO/YES - BY: YES - By the Balboa Bay Club
POOOSERVE01N0 /YES- SOUMNO/YES -W. YES - By the Balboa Bay Club
DRAMINO, RAFFLE OR CASNO ACTMTW NO /YES - DESCRIBE: NQ
SOUND AMPUnCATION USED OVTOOORB1 NO/YES - HOURS OF USE Yes. 4:00 PM to 10:30 PM
DESCRIBEBOUNDEOVIPMEMT Eastern Accoustic MAMMVM DISTANCE AUDIBLE 200 feet fT
CANOPIES OR TENTS? NO /YES - SRE NO (ATTACH PLOT PLAM
WE INSTALLED: N/A DATE REMOVED N/A W.
BOOTHS. BLEACHERS. ITAGEORST RUCFURESTOSEERECTEO ?NO /YW- OEBCIESE: YES - Erecting a Bandstand and Booths
for clothing merchandise and cooking displays
OENEM1ATORL LARGE VEHICLES, BOATS OR OTHER EOVEM,IENT? NO /YEA - DESCROL- YES
ucur4 Y: yF.S NOTREOURED pA0VV p 20 AgentRA0UEp=
ANY COMMERQALASPECTS? NO/YES - OE&.YSBE NO
western
I HEREBY CERTIFY THE FOREGOING STATEMENTS TO BE TRUE AND CORRECT, AND AGREE TO INDEMNIFY AND
HOLD HARMLESS THE CITY OF NEWPORT BEACH, ITS CITY COUNCIL, OFFICERS, AGENTS AND EMPLOYEES FROM
AND AGAINST ANY AND ALL LOSS, DAMAGES, LIABILITY, CLAIMS, SUITS, COSTS AND EXPENSES, WHATSOEVER.
INCLUDING ATTORNEY'S FEES. REGARDLESS OF THE MERIT OR OUTCOME OF ANY SUCH CLAIM OR SUIT ARISING
FROM OR IN ANY MANNER CONNECTED TO THE REQUESTED ACTIVITY.I ALSO AGREE, IF APPROVED, TO COMPLY
WITH ALL PERMIT CONDITIONS, AND UNDERSTAND THAT FAILURE TO COMPLY WIT NY CONDI ION, OR ANY
VIOLATION OF LAW MAY RESULT IN THE IMMEDIATE CANCELLATION OF THE EVENT, DE 347Ff UT NTS AND
OR CRIMINAL PROSECUTION.
DATE — 9 y NAME PRINTED,. /c//AEL %� �r/i�o SIGNATU .
TO: Mayor & Members of the City Council
FROM: Utilities Department
0
March 28th, 1994
CITY COUNCIL AGENDA
ITEM NO. 11
C- 296/(/0
SUBJECT: PREQUALIFICATION OF CONTRACTORS FOR
CONSTRUCTION OF THE 3.0 MILLION GALLON RESERVOIR
AT THE 16TH STREET UTILITIES YARD AS A PART OF THE
GROUNDWATER DEVELOPMENT PROJECT
RECOMMENDATIONS:
1. If desired, authorize the City Clerk to advertise for
contractors to submit information for prequalification
certification for construction of the subject reservoir.
a. Prequalification packages to be received at the office of
the City Clerk before 1:30 p.m., on the afternoon of
Monday, April 11th, 1994.
BACKGROUND:
The City is currently nearing the final design stages for the
construction of the 3.0 million gallon reservoir at the Utilities Yard. This
component of the Groundwater Development Project involves large -scale and
complex, specialized construction. As such, staff has investigated the
relative merits of entering into a process of prequalifying contractors before
soliciting bids for construction.
The reservoir design consultant, Daniel Boyle Engineering, Inc. has
strongly recommended that the City prequalify contractors before soliciting
bids from them for such a complex and important facility. Staff has contacted
other private and municipal utility agencies to determine whether there is a
consensus on the issue of prequalifying contractors for projects such as
reservoir construction. There was nearly unanimous agreement among the
parties contacted, that the prequalification is appropriate and desirable given
the nature of the project. Based on the experience of staff and the
recommendations of the design consultant, and other public and private
utilities, it is recommended that the Council approve the prequalification
process for this project.
THE PREQUALIFICATION PROCESS:
The prequalification process will involve:
1. Advertising for interested contractors to submit information to
the City addressing their financial strength and previous related construction
project experience.
March 28, 1994 - Page 2
3.0 Million Gallon Reservoir - Groundwater Development Project
Contractor Prequaliflcation Process
2. Receiving prequalification information packages from the
contractors who choose to submit them.
3. A review of the submitted prequalification information by an
evaluation committee appointed by the Utilities Director.
4. Establishing a prequalification certification allowing the
contractors who meet the minimum certification criteria to be eligible to submit
competitive bids to the City when requested.
5. A notice to the contractors submitting prequalification packages
about their certification.
6. An appeal process for any unsuccessful contractors who do not
agree with the decision of the selection committee. The City Manager will review
appeals, if any, and make a final decision on prequalification.
7. A formal solicitation for construction bids (approved by Council
under a separate action at a future meeting) to the contractors who were
satisfactorily certified as prequalified to do so.
The bid opening and award of contract procedures of the City are
not modified by the prequalification process.
THE PREQUALIFICATION CRITERIA:
The prequalification certification criteria will score and evaluate the
contractors ability and experience to perform construction of the type and
complexity being considered; specifically reservoir construction.
At the time of preparation of this staff report the forms which
contractors will be asked to fill out and complete have not been fully prepared
or reviewed by the City Attorney. Staff expects them to be complete and ready
for Council review at the meeting.
Criteria which the City will use to evaluate and certify contractors
as qualified to submit bids will include at least the following:
1. The financial strength and size of the contractors company.
2. The contractors previous experience and longevity working in the
areas of specialization applicable to the City's proposed project.
3. The contractors previous reservoir construction experience.
4. The recent project specific experience on similar projects.
5. The education, background, experience and capabilities of the
contractors key staff and project superintendents.
6. The quality of references and recommendations of other project
owners for whom the contractor has worked.
7. The safety and performance record of the contractor.
8. The subcontractors and their respective responses to the same
information.
March 28, 1994 - Page 3
3.0 Million Gallon Reservoir - Groundwater Development Project
Contractor Prequaliftcation Process
THE RESERVOIR PROJECT SPECIFICS:
The proposed reservoir construction contract under consideration
demands that the installing contractor be highly competent and efficient in his
efforts. The contractor prequalification process will afford the City an
improved chance of successfully retaining a competent contractor.
The reservoir is a key component of the City's future water supply,
in that it will receive all of the water from the water wells in Fountain Valley
which are proposed as a part of the Groundwater Development Project.
The reservoir will be a 3.0 million gallon reservoir. It will be a
reinforced concrete structure. It is being designed for construction in a large
excavation and will then be buried and placed underground to take advantage of
the existing topography and the limited land available to the City. Some of the
Utilities Yard site improvements will be reconstructed on top of the reservoir.
The proposed structure will have two main compartments and a
hopper- shaped bottom for each of the two compartments. The two
compartments will be capable of operating together or independently to maximize
reliability and flexible water delivery operations during maintenance and future
repair work. The structure will be highly reinforced to provide for a significant
seismic event on the Newport- Inglewood Fault. (Numerous water industry and
construction industry codes apply to the design parameters related to reinforcing
and loading capacity of the structure.) The structure has been analyzed for
loading conditions when empty, partially full and full.
Placing the reinforcement and a large number of rubber water -stops
is an especially complicated operation for the contractor to complete. Insuring
waterproof joints and leak resistant concrete is not a common requirement of
typical public works or building construction. In this project it is particularly
important, in fact vital.
The reservoir construction also involves a fair amount of soils and
earthwork to construct a firm foundation. The construction will also provide a
number of piping installations beneath the floor of the reservoir. A perforated
underdrain monitoring system and numerous pipe branches will be installed in
conjunction with a flow monitoring vault. The reservoir drain line will be built to
empty the reservoir into the adjacent storm drain when maintenance is required.
Large diameter outlet pipes which connect the reservoir to the
proposed pump station will also be constructed beneath the reservoir floor.
Construction of these pipe connections is particularly important and complex
because of the numerous welding and water -stop installations which must be
made to insure the reservoir does not leak.
Backiilling operations and earthwork around the reservoir is also
particularly complicated. Installation of a drain fabric and filter cloth system on
the exterior walls of the reservoir must be placed with care. Select fill materials
must be placed and carefully compacted against the drain and the piping systems
into and out of the reservoir without damaging them.
0 0
March 28, 1994 - Page 4
3.0 Million Gallon Reservoir - Groundwater Development Project
Contractor Prequaliflcation Process
RECOMMENDED ACTION:
Staff believes it is in the City's best interest to implement the
reservoir construction project via a process of contractor prequalification. This
process will insure the City retains a contractor who is skilled and experienced in
building complex water supply facilities or heavily reinforced concrete structures.
In doing so, the City greatly improves its chances of having a quality finished
product with a minimum of construction related delays or construction
performance problems. By the same token, the probability of contract disputes
will be reduced and project management and inspection costs will be lessened.
Staff recommends approval of the contractor prequalification process.
Respectfully submitted,
,JEFf- Sra^JEadZT
Jeff Staneart, P.E.
Utilities Director
ls:sdi
Attachments: Prequalification Package
•
Authorized to Publish Advertisements of ali 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. I
am a principal clerk of the NEWPORT
BEACH -COSTA MESA DAILY PILOT, a
newspaper of general circulation, printed and
published in the City of Costa Mesa, County
of Orange, State of California, and that
attached Notice is a true and complete copy
as was printed and published on the
following dates:
April 1, 1994
I declare, under penalty of perjury, that the
foregoing is true and correct.
Executed on April 1 , 199____
at Costa Mesa, California.
Signature
8 a condidan of biddinfl_.on`1th
defivered before, but no later than 1' p.n,
Apu J 11,1994.
I. REQUEST FOR PREOUXAFI ATJOM'Ol
BIDDERS.
The City requires _finm pros bkidan
answers to questiDtls`cailained'P 1
,nnlro ran orAin. �ant1 rai ;wA � .
sing public works projects; and
Ocala of accountant. These down w ft3
the basis of is itr bidders with r6som to .,
i and,scops of projects upon which each..':
Is qualified to bid. Ail questions must be
ad. If a question is' not applicable, than
i esl - t ��
9 0
KI
IV. NOTIFICATION OF PREOUALIFICAT10F1
RESULTS :....
L'1TY'3 ATOHT`., :TO : WAIVE
sW atloW rep riift ?vrequanficalloh, ",
olrector pI uuartes
- �71q dw�i:1