Loading...
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