Loading...
HomeMy WebLinkAboutC-2979 - Interim Mass Grading and Storm Drain RelocationCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 December 23, 1994 (714) 644 -3005 Southern California Sandbags 12620 Bosley Ln. Corona, CA 91719 'Subject: Surety: American Motorists Insurance Company Bond No. #3SM 801 309 00 Contract No.: C -2979 Project: Interim Mass Grading & Storm Drain Relocation Project The City Council of Newport Beach on November 14, 1994 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable provisions of the Civil Code. The Notice was recorded by the Orange County Recorder on December 1, 1994, Reference No. 94- 0694004. Sincerely, G4 Wanda Raggi� City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach DOC # 94-0694004 01. —DEC -1994 01:57 PM Recorlieli it ffida< Records of grange County, California Lee R. Braixh, Coupty Recorder page i of Fees: 3 V.riA 0A0 "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 Southern California Sandbags, 12620 Bosley Ln., Corona, CA 91719 as Contractor, entered into a Contract on March 9, 1994 Said Contract set forth certain improvements, as follows: D% Interim Mass Grading and Storm Drain Relocation Project (C -2979) - located in the City of Newport Beach, County of Orange Work on said Contract was completed on September 9 1994 and was found to be acceptable on November 14, 1994 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is American Motorists Insurance Co., P.O. Box 41375, Los Angeles, CA 90Q41. IN Uti iti- a'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. st Executed on /��� . c2A 199-11 at Newport Beach, California. F� `e c• . BY ' Crty Clerk r. I C) 'R :._ RECORDING DEC 23 IN CITY cida City Clerk C�r cr Cit of Beach NNewttp 330 Ne Newport beach, CA Boulevard DOC # 94-0694004 01. —DEC -1994 01:57 PM Recorlieli it ffida< Records of grange County, California Lee R. Braixh, Coupty Recorder page i of Fees: 3 V.riA 0A0 "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 Southern California Sandbags, 12620 Bosley Ln., Corona, CA 91719 as Contractor, entered into a Contract on March 9, 1994 Said Contract set forth certain improvements, as follows: D% Interim Mass Grading and Storm Drain Relocation Project (C -2979) - located in the City of Newport Beach, County of Orange Work on said Contract was completed on September 9 1994 and was found to be acceptable on November 14, 1994 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is American Motorists Insurance Co., P.O. Box 41375, Los Angeles, CA 90Q41. IN Uti iti- a'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. st Executed on /��� . c2A 199-11 at Newport Beach, California. F� `e c• . BY ' Crty Clerk r. I C) 'R .. • 0 November 14th, 1994 CITY COUNCIL AGENDA ITEM NO. o? fc TO: Mayor & Members of the City Council FROM: Utilities Department APPROVED SUBJECT: INTERIM MASS GRADING & STORM DRAIN RELOCATION UTILITIES YARD PHASE II SITE WORK (CONTRACT NO. 2979) GROUNDWATER DEVELOPMENT PROJECT CONTRACT ACCEPTANCE RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion_ for Contract No. C -2979 on behalf of the City. 3. Authorize the City Clerk to release the bonds, 35 days after the Notice of Completion has been filed and recorded in accord with the applicable provisions of the California Civil Code. DISCUSSION: The contract for construction of the subject project has been completed to the satisfaction of the City's Utilities and Building Departments. The contract was performed by Southern California Sandbags, of Corona, California. Total Bid Price $ 185,497.00 Change Order No. 1 $ 8,658.61 Change Order No. 2• $ 61,695.00• Change Order No. 3 $ 7.931.50 Total of Authorized Change Orders $ 78,285.11 Total Contract Cost $ 263, 782.11 Council approved July 25h, 1994 Three change orders were issued in the amount of $78,285.11. A summary of the work items provided under each of the three change orders follows on the next page: (j1?) a 0 Page 2 - November 14, 1994 Interim Mass Grade & Storm Drain Relocation Project Contract Acceptance (C -2979) Change Order No. 1: $8,658.61 Provided for: Removal of an undisclosed storm drain connection to the catch basin being relocated under the contract; and for installation of Class II aggregate bedding to be installed with the new storm drain pipe. Change Order No. 2: $61,695.00 Was approved by City Council under a separate approval action on July 25`', 1994 and provided for: Approximately 33,000 cubic yards of additional grading and slope construction to allow for an alternate location of the proposed reservoir due to the discovery of a fault feature on the site being graded. Change Order No. 3: $7,931.50 Provided for installation of plastic slope protection and erosion control barriers; the addition of an earthen buttress fill at the toe of a 1:1 slope; additional stockpile placement at the unit price bid; deductions for soils testing services provided by the City; and deductions for additional surveying and staking services provided by the City for the contractor. This contract provided for moving approximately 60,000 cubic yards of dirt material from the ravine adjacent to the Utilities Yard and to relocate approximately 850 feet of reinforced concrete storm drain of various sizes ranging from 18 to 48 inches in diameter. The project provided a foundation and a graded pad for the proposed 3.0 million gallon reservoir. The project is part of the City's Groundwater Development Project and a necessary prerequisite of the 3.0 million gallon reservoir proposed at the 16th Street Reservoir Site. Funds for the project were provided from account numbers 7503 - 98500227; 7503 - 98500218; and 7501- P500216A. The original contract required completion of all improvements within 45 ds of the award of contract. The contract was awarded February 287 1994. The contract was delayed for approximately 60 days while the re- design was performed and while subsequent approvals for Change Order No. 2 were considered by the Utilities Committee and the City Council. A contract time extension of an additional 45 days was granted the contractor under Change Order No. 2 to complete the revised grading contract. 0 0 Page 3 - November 14, 1994 Interim Mass Grade & Storm Drain Relocation Project Contract Acceptance (C -2979) All work under the contract was completed by the contractoF within the required time. — c26 ,"9 �. y, / % ifs - 7/26"2 : //-17- f V Staff recommends approval and acceptance of the work. Respectfully submitted, I_I. F- S- r- At,eafZ -r- Jeff Staneart, P.E. Utilities Director JS: sdi Prior Relevant Actions: City Council January 24� , 1994..... Approval of Plans & Specifications & Authorization to Bid February 28`", 1994 ... Award of Contract July 25`", 1994 ........... Approval of Change Orders in Excess of Council Policy Limit Utilities Committee May W, 1994 ........... Review of Project Status & Findings June 6t°, 1994............Review of Proposed Change in Grading Conditions STOP NOTICE LEGAL NOTIMI TO WITHHOLD CONSTRATION FUNDS (Public or Private Work) (Per California Civil Code Section 3103) TO: City of Newport Beach PROJECT: Intermin Mass Grading (Nan or o.mw. WAX bogy W aaNha~ Md aomM tNwaal P.O. Box 1768 (Addrwaa. Y dncad e s hw" a sM-W aid Ian avn., uet.itlnm A baM r'dd9 aa.d) (/hgeraaq Newport Beach, Ca 92658 -8915 _ Newport Beach, Ca ICdy, am+a am+trL tcbr. srxwand� TAKE NOT whose addre" has performed labor and lumished materials for a work of improvement described as follows: Intermin Mass Grading & Storm Drain Relocation a Mm waa The labor and materials furnished by claimant are of the following general kind: Storm Drain RECEIVED NOV 3 11994 CITY CLERK CITY OF The relwr and materials were hlrrhi$hed b or for the following party' M.. CITY Southern California Sandbags (NV oh parry who ached ow w W mva ) Total Y" of the whole amount of labor and materials agreed to be tumishad is ................................................. E 117,913.44 The value of the labor and materials lumished to date Is ....... ............................... .... y 117,913.44 claimant has bean paid to sum of: .... - ...................................................................................... ............................... 6 90,000.00 and there Is due. owing. and unpaid the sum el' ---- ................... ............................................_.. ............................... 9 27 ,913.44 You are rewred to set aside affnent funds to satisfy this claim with interest oourt coals and reasonable costs of IitaWn, a6 provided by law. Yqu are also notRad that claimant claims an equitable lien against any construction hands for project chare in Fl RM NAME, Ken Thompson, Inc. r (Name a rampromaaamnr— wwsaaucao.ala mr»al lowa"Wpwamwop �oaa autalehhml"whOewAg VERIFICATION I. the undersigned, say: l am the Executive Vice President tw dainhant named h the rRwdeg d.—MxU ' is hv,ar d.• Omr aC• akf foregokg Stop Notice: I have read sadd Stop Notice and know the 0"rits thereof; Via same Is true of my own krgwladgs. I declare under penalty of pMM under the IS" of the Stare of Caktornia that the taagoahg is true and correct Executed an November 3. .1994 at C ress Caftinia. (Dgm ei, daaahrgt rr a lnmraa d nth wM tip gases "A if , REQUEST FOR NOTICE OF ELECTION (PRIVATE WORKS ONLY) (Per C011114mU1 Chr6 Coot Swoon 3159, 3161 or 3164 If an etectart Le made riot b wfffrold hinds pursuant to this stop notice by reason of a payment bond having been ramrdsd N accordance wah Sections 3256 or 316$ please send notice of such election and a cM of tfha bond wilhin 30 days d such aI rfi Into enclosed preeddressed stamped envelope. This information must be provided by you under CW Coda Seetdro 3159. 3161 Or 3161 Skyhed tC+nnaa m woo.. W adbwf,M ....aped wwlaps) SEE J La SIDE FOR COMPLETE INSTRUCTIONS MIM_ FOIMA 107 — ®1991 r TOTAL P.01 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of o County of 01 Q/YI C On 61^vrv>a, -6_ 3,, MfV before me, lqtdd ;`7A) 4mJ9aj %�ul,�.r , DATE A NAME, TITLE OF OFFICER - E. E.G., ., "JANE DOE, IVTARY PUBLIC" personally appeared 19�pe­rsonally known to me OR - OF SIGNERS) proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and ac- knowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. LISA ra ".. a C0 F.5ML. OP M1W6839 z /q0 7. CiO'n10 NOtory FObhC SIGNATURE OF NOTARY Z CRANGe ' COUNTY y Comm, Expires OCT 11. 1997 OPTIONAL No. 5907 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 ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) 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 o3) July 25, 1994 CITY COUNCIL AGENDA ITEM NO. ZT f TO: Mayor & Members of the City Council FROM: Utilities Department ij SUBJECT: INTERIM MASS- GRADING & STORM DRAIN RELOCATION UTILITIES YARD PHASE II SITE WORK (CONTRACT NO. 2979) GROUNDWATER DEVELOPMENT PROJECT AUTHORIZATION OF CHANGE ORDER RECOMMENDATIONS: Authorize staff to approve change orders on Contract No. 2979 to Southern California Sandbags in an amount over 25% above the original contract award amount. 2. Authorize staff to amend Contract No. 2979. DISCUSSION: Staff is requesting approval to authorize an increase of approximately 35% to the contract for grading on the subject project. This change is directly related to relocating the reservoir. On February 281h, 1994, the City Council authorized award of the contract for grading and storm drain relocation. The original contract award amount was $185,497. Additional grading and earthwork under a change order in the amount of $61,695 is proposed. During the construction of the new storm drain, certain geologic conditions were discovered which caused the City to redesign the location and modify the proposed grading for the reservoir and the pump station that are part of the Groundwater Development Project. Because the contractor had completed a substantial portion of the original scope of work in a satisfactory manner, at very competitive unit prices, the City requested that the contractor consider performing additional grading on the Utilities Yard site to allow relocation of the reservoir in a timely manner. The original project plans and specifications have been modified to reflect a revised reservoir location and to detail revised grading and earthwork. In accord with Section 3 -2 of the "Standard Specifications for Public Works Construction' the City and the Contractor agreed on revised unit prices as a basis of payment for the changed and additional work. A copy of the signed Change Order (Exhibit "A') and the revised Contractor Bid Proposal (Exhibit "B ") are both attached. • • Page 2 Interim Mass Grading & Storm Drain Relocation for Reservoir C -2979 - Approval of Contract Amount July 25, 1994 Under the new Council Policy F -3, adopted January 24, 1994, in order to proceed with the additional work, staff requires Council approval for the change order because it increases the contract dollar amount by more than 25 %. Council Policy F -3 is attached for reference. (Exhibit "C ") BACKGROUND & PROJECT SPECIFICS: This portion of the City's Groundwater Development Project provides for interim mass - grading and some storm drain relocation necessary before the 3.0 million gallon water storage reservoir or pump station can be constructed at the Utilities Yard Site located at 949 West 16th Street. This project is a part of the City's Groundwater Development Project plan to expand the Utilities Yard Site and enable construction of the reservoir and pump station. The original plans provided for excavation of approximately 40,000 cubic yards of dirt to make room for the reservoir. The revised reservoir location requires excavation and movement of approximately 33,000 additional cubic yards of material. The grading and storm drain relocation construction plans have been prepared to minimize duplication of efforts in future project phases. 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 - 98500018. The estimated time of completion for this additional interim mass - grading and earthwork is 45 calendar days. Timing and completion of this work is critical to the overall project schedule. The City proposes for the contractor to commence construction as soon as is practical to allow the next phase of the reservoir construction to proceed on schedule. The project construction plans for the reservoir and pump station will be ready for bidding in September. With favorable weather conditions the scheduled completion for this additional grading and earthwork should be late- August. • Page 3 Interim Mass Grading & Storm DroRelocation for Reservoir C -2979 - Approval of Contract Amount July 25, 1994 RECOMMENDED ACTION: Staff recommends approval of the contract change order for additional grading and earthwork to be performed by the contractor, Southern California Sandbags of Corona, California. Timing and implementation of this work is crucial to the overall project for bringing well water to the City. Respectfully submitted, ,EFF STANEART Jeff Staneart, P.E. Utilities Director Attachments: Exhibit "A ": "Revised Contract Bid Proposal' Exhibit "B": "Change Order Form" Exhibit "C: "Council Policy F -3 (Budget adoption & administration)" JS: sdi 9 0 City of Newport Beach Utilities Department Revision No. 2 for the project titled: Interim Mass Grading and Storm Drain Relocation Project Contract No. C -2962 Bid Documents Revision No. 2: Proposal to complete additional services for Contract No. C -2979 in accord with this document. This is the second revision to the contract documents. It consists of eight (8) pages; this page and seven (7) others as attachments. The attachments are provided as additions to the plans and specifications. Jeff Staneart, P.E. Utilities Director & Project Manager Revision No. 2 1 of 5 EX4-M51T "A„ The following additions shall be made to the contract documents; all previous contract documents shall remain the same and /or applicable. BID ITEM NO. 19 Addition - Add the following Bid Item 19 ITEM UNIT NO. QUANTITY UNIT DESCRIPTION PRICE TOTAL 19. 9,300 Cy Excavate and place compacted fill to a minimum 95% relative optimum compaction for the unit price of One Dollars and Thirty -Five Cents per Cubic Yard BID ITEM NO. 20 Addition - Add the following Bid Item 20 $ 13_ $ 12.555.00 ITEM UNIT NO QUANTITY UNIT DESCRIPTION PRICE TOTAL 20. 15,000 CY Excavate and stockpile fill for the unit price of One Dollars and Thirty_ -Five Cents $13_ $ 2 250. per Cubic Yard BID ITEM NO. 21 Addition - Add the following Bid Item 21 ITEM UNIT NO. QUANTITY UNIT DESCRIPTION PRICE TOTAL 21. 7,800 Cy Overexcavate and replace as compacted fill to a minimum 95% relative optimum compaction for the unit price of One Dollars and Fifty -Five Cents $1.55 $12.090.00 per Cubic Yard Revision No. 2 2of5 • • BID UEM NO. 22 Addition - Add the following Bid Item 22 TFEM UNIT NO. OUANTTTY UNIT DESCRIPTION PRICE TOTAL 22. 1,000 CY Remove unclassified fill and dispose of off -site for the unit price of Ten Dollars and No Cents $10.00 $10.000.00 per Cubic Yazd BID ITEM NO. 23 Addition - Add the following Bid Item 23 ITEM UNIT NO. QUANTITY UNIT DESCRIPTION PRICE TOTAL 23. BID ITEM NO. 24 LS Modify junction structure No. 3 per Connection Detail, Sheet No. 10 for the lump sum price of One Thousand Five Dollars Hundred and No Cents Lump Sum Addition - Add the following Bid Item 24 $1,500. $15 .00 ITEM UNTF NO. QUANTITY UNIT DESCRIPTION PRICE TOTAL 24. LS Extend 30 -inch CMP riser for the lump sum price of Six Hundred Dollars and No Cents Lump Sum Revision No. 2 3of5 $600.00 $ 06 0.00 0 0 BID ITEM NO. 25 Addition - Add the following Bid Item 25 ITEM UNIT NO OUANTITY UNIT DESCRIPTION PRICE TOTAL 25. LS Remove existing storm drain pipe and salvage for the lump sum price of Two Thousand Dollars and No Cents $ 2,000.00 $ 2.000.00 Lump Sum BID ITEM NO. 26 Addition - Add the following Bid Item 26 ITEM UNIT NO. QUANTITY UNIT DESCRIPTION PRICE TOTAL 26. LS Raise junction structure No. 1 for the lump sum price of Two Thousand One Dollars Hundred and No Cents $ 2,100.00 $ 21. 00.00 Lump Sum BID ITEM NO. 27 Addition - Add the following Bid Item 27 ITEM UNIT NO. QUANTITY UNIT DESCRIPTION PRICE TOTAL 27. LS Provide sandbags in accord with plans and specifications for the lump sum price of Six Hundred Dollars and No Cents $ 0.00 $ 06 0.00 Lump Sum Revision No. 2 4of5 TOTAL PRICE IN WRITTEN WORDS FOR REVISION NO.2 Sixty -One Thousand Six Hundred Ninety -Five Dollars and No Cents TOTAL PRICE FOR REVISION NO.2 . • lil I declare under penalty of perjury that all representation made above are true and correct.* * Business and Professional Code Section 702.8.15 provides that any bid not containing the above requested information, or a bid containing information which is subsequently proven false, shall be considered non - responsive and shall be rejected. Bidder's Name: So Cal Sandbags Bidder's Address: 12620 Bosley Lane Corona California 91719 Bidder's Telephone No.: (714) 589 -8600 Contractor's License No. & Classification: 632882 - A Expiration Date -4 - 1Lf _Q'1 Date I f Revision No. 2 5of5 h L YL,- Authorized Signature /Title PURCHASE 0 REQUISITION P.O. No.: (If Reserved) Suggested Vendor: 13597 SOUTHERN CALIFORNIA SANDBAGS 12620 Bosley Lane Corona, California 91719 ` Attn: Peter Rasinski FC GE ORDER NO. 21 • CITY OF F��WPORr NEWPORT BEACH GcrFOa��� Date: — luly 8th, 1994 Dept: Utilities Ship To: City of Newport Beach Utilities Department/Attn: Jeff Staneart 3300 Newport Boulevard, P.O. Box 1768 Newport Beach, California 92658 -8915 ` Quantity Description of Articles or Services Required Unit Price Amount Budget # misc. Construction services necessary to complete Contract No. C- 2979._ .�. __ These changes are necessary due to the changed geologic conditions found during the Interim Mass Grading & Storm Drain Relocation Project at the Utilities Yard in conjunction with the Groundwater Development Project. Services are necessary to affect the change in location of the reservoir and pump station. Total contract price change to excavate & recompact existing soils and relocate pipe and appurtances at negotiated unit prices for the total lump sum amount not ` to exceed: ii $61,695.00 $61,695.00 7503- 98500227 ,oments: Relocation of the proposed reservoir because Sub Total $61,695.00 m of the changed geologic conditions found during Tax n/ the initial stage of grading. Total $61,695.00 Date Required: F.O.B. Terms PURCHASING MANAGER FINANCE DIRECTOR (Approval required for purchases exceeding $2,000) EKHIgtT 8r FAmount $61,695.00 PURCHASING MANAGER FINANCE DIRECTOR (Approval required for purchases exceeding $2,000) EKHIgtT 8r 0 0 PURPOSE: F -3 To establish the policy for the preparation, adoption, and administration of the City's Annual Budget POLICY: Organization and Development of the Annual Budget -Each year the City shall prepare and adopt by formal Resolution, an annual budget as required by the City's Charter and as provided for in the City's Budget Instructions. Throughout this process, the Budget Committee will be involved as necessary to provide broad policy guidance. The role of the full City Council is detailed more specifically below. The City programs expenditures by three classifications. These are Salaries and Benefits, Maintenance and Operations, and Capital Expenditures. Capital Expenditures are subdivided into Capital Outlay, which is generally used for items of operating equipment or other purchases in excess of $500.00, and Capital Projects, which generally deal with Public Works related improvements for a distinct and identifiable purpose and function. Budgeted Expenditures for all three classifications are aligned in the Budget Document by Department Budget Units, which usually coincide with Operating Divisions within the City's organizational structure; and, separately, by Capital Projects. Therefore within each Division Budget, there will be sections for Salaries and Benefits, Maintenance and Operations, and Capital Outlay. The section dealing with Capital Projects, which are identified by Fund and purpose, is located after the Division Budgets. During December of each year, the Finance Department shall prepare preliminary fund balance estimates for the current year and preliminary revenues estimates for the next fiscal year. In January of each year, the Finance Department shall prepare a budget calendar and issue budget instructions and expenditure detail to each department for use in preparation of the next year's City budget Included in these instructions will be budget guidelines and appropriation limits for each department These guidelines will be developed by the Finance Director and approved by the City Manager. F-YCH I BIT' C" 0 F -3 After submission of revenue and appropriation requests by each department, the Finance Department shall summarize the requests for review by the City Manager and department After review by the City Manager and department, the Finance Department shall prepare the City's proposed budget for the next fiscal year and shall submit said proposed budget to the City Council as required by the City's Charter and the Budget Instructions. Thereafter, the City Council—shall hold as many budget study sessions as it deems necessary. Council budget study sessions shall be recorded. All proposed Council changes in the City Manager's proposed budget shall be added to a budget check list Subsequent to Council review and prior to its final adoption, the City Manager shall provide each Council Member with an itemized list of all proposed changes to permit a roll call vote by the City Council on each item during the budget hearing at the regular Council meeting. The City Council shall hold a budget hearing and shall adopt a budget on or before June 30 as required by the City Charter. Administration of the Annual ,Budget - During the budget year, Department Heads and their designated representatives may only authorize expenditures based on appropriations previously approved by City Council action, and only from accounts under their organizational responsibility. In addition, budget expenditures may only be authorized in the year appropriated. Any unexpended appropriations, except valid encumbrances, expire at fiscal year end unless specifically reappropriated by the City Council for expenditure during the new fiscal year. Department Heads are responsible for not authorizing expenditures above budget appropriations in any given area, without additional appropriation or transfer as specified below. New Appropriations. During the Budget Year, the City Council may appropriate additional funds for special purposes by a City Council Budget Amendment The City Manager has authority to approve requests for net budget increases not to exceed $1,000 per year in any Budget Activity or Capital Project (This must be specifically included in each year's Budget Resolution to remain valid.) All budget amendments exceeding $30,000 shall be referred to the City Council Budget Committee for review and recommendation before acted upon by the City Council, except (a) projects that have received prior City Council approval; (b) donations on projects from sources other than City funds; (c) emergencies in which time does not permit prior Council Budget Committee review. N • • F -3 Transfers. During the fiscal year, actual expenditures may exceed budget appropriations for specific expenditure line items within departmental budgets. If a total departmental budget, within a specific Classification, is not exceeded, the Finance Director has the authority to transfer funds within that Classification and department, to make the most efficient use of funds appropriated by the City Council. (Salaries and Benefits, Maintenance and Operations, and Capital Outlay are the City's three Classifications.). Realignments. Further, funds may be realigned between one Department Budget Activity and another, within the same Classification, with City Manager approval. For example, if a Fire Department function and the employee who accomplishes it are replaced by a slightly different function assigned to the Police Department, the City Manger may authorize the transfer of appropriate salary and benefit funds to support this function. Reyrogamming. Any reprogramming of funds among the three Classifications (Salaries and Benefits, Maintenance and Operations, and Capital Outlay) requires the City Manager's approval by Budget Amendment. The City Manager may authorize up to $30,000 into or out of any Classification within any department budget activity during the budget year. Any reprogramming of funds in excess of $30,000 requires City Council approval. Capital Proiects. The Department Head having primary responsibility for a Project, usually the Public Works Director, is authorized to actually encumber and approve subsequent expenditure of City funds for Capital Projects. However, contracts in excess of $30,000 require specific City Council authorization at the time of contract award. In addition, any contracts not of format and wording already approved by the City Attorney require specific City Attorney review and approval prior to contract award. Once a contract has been awarded, change orders may be approved by the Public Works Director, or other Department Head having responsibility for the Project, so long as the net total amount committed to the Project remains below 110% of the original contract award amount; and so long as the original amount appropriated for the Project by City Council is not exceeded. Change orders exceeding those thresholds may be approved by the City Manager as follows: —Total project spending may not exceed 125% of the original contract award amount without City Council approval. —The total amount authorized for a project may be increased by transferring funds from one Project to another, so long as the new total does not exceed 110% of the original amount appropriated by Council. 3 • F -3 (This must be specifically included in each year's Budget Resolution to remain valid.) In all instances, notification of any changes to capital project contract amount or budget authority, must be communicated to the Finance Director. Reserves. Funds from unappropriated contingency reserves may be transferred to active Classification accounts only by City Council Budget Amendment City Manager and Finance Director Responsibilities. The Finance Director is responsible for checking purchase requests against availability of funds and authorization as per the approved Budget The City Manager is responsible for approving expenditures which do not conform with the approved Budget, but which fall within the exceptions noted in this policy statement It is the responsibility of the City Manager to administer the City's budget within the framework of policy and appropriation as approved by the City Council. Special City Council Expenditure Approval. Once the final Budget has been approved by the City Council, specific City Council approval to make expenditures consistent with the Budget will not be required, with two exceptions (see also Purchasing and Accounts Payable Procedures): Capital Projects in excess of $30,000. Consultant Contracts in excess of $30,000. All other budget administration actions, including the routine filling of vacancies in staff positions authorized within the Budget, will not require further City Council approval. However, new positions and other new expenditures do require City Council approval, and the City Council and City Manager reserve the right to impose any special fiscal control measures, including a personnel hiring freeze, and other spending controls, whenever circumstances warrant Since the annual Budget is approved by formal Resolution, a request by a City Council Member for review of a portion or portions of the Budget; with a view toward changing amounts appropriated or the purposes for which they were appropriated, requires a majority vote of the City Council and will be referred to the Council Budget Committee for recommendation. 4 0 F -3 Fiscal Year End Closing - (Note: This policy was rescinded in error in 1991 and should be rewritten and reinstated.) The Finance Director has the authority to close the books of accounts of the City of Newport Beach in accordance with generally accepted governmental accounting principles as established by the Government Accounting Standards Board, Government Finance Officers Association, and other appropriate accounting or auditing pronouncements. Adopted January 24,1994 Formerly F -10, F -11, F -12, F -21 5 CITY MF NEWPORT BACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 T0: FINANCE DIRECTOR Cr FROM: CITY CLERK DATE: Marcb 21; 1994 SUBJECT: Contract No. C -2979 Description of Contract Interim Mass Grading and Storm Drain Relocation Project Effective date of Contract March 9, 1994 Authorized by Minute Action, approved on February 28, 1994 Contract with Southern California Sandbags Address 12620 Bosley In. Corona, CA 91719 Amount of Contract "We& Wanda E. D_ 99 4- City Clerk WER:pm Attachment FI 3300 Newport Boulevard, Newport Beach V February 28, 1994 FFB ? 8 CITY COUNCIL AGENDA ITEM NO. $ APPROVED ` TO: Mayor & Members of the City Council FROM: Utilities Department SUBJECT: INTERIM MASS- GRADING & STORM DRAIN RELOCATION UTILITIES YARD PHASE II SITE WORK (CONTRACT NO. 2979) GROUNDWATER DEVELOPMENT PROJECT RECOMMENDATIONS: 1. Find that the lowest bidder, Southern California Sandbags, can meet the requirements for completing the proposed contract work and declare him the "low bidder ". 2. Award Contract No. 2979 to Southern California Sandbags in the amount of $185,497. 3. Authorize the Mayor and the City Clerk to execute the contract on behalf of the City. DISCUSSION: At 11:00 a.m. on February 160i, 1994, the City Clerk opened and read bids for the subject project. A summary of the results are listed below and a more detailed itemized bid summary is attached as Exhibit "A ": Contractor /Bidder low Southern California Sandbags 2 United Builders 3 Mesa Contracting Corporation 4 Clayton Engineering 5 Gillespie Construction, Inc. 6 Riverside Pipeline, Inc. 7 Nelson & Belding 8 Southern California Grading 9 Fleming Engineering 10 Summit - Keller 1 1 Cobalt Construction Company 12 Kennedy Pipeline 13 Clarke Contracting Corporation - Corrected Bid Total Total Bid Price $ 185,497 $ 192,932 $ 216,017 $ 222,221 $ 234,150 $ 239,835 $ 249,933 $ 253,759* $ 271,342 $ 274,890 $ 302,338 $ 304,226 $ 345,214 Thirteen bids were received. The low bid was 2.4% below the Engineer's Estimate of $190,000. Page 2 Interim Mass Grading & Storm Drain Relocation for Reservoir Award of Contract February 28, 1994 The low bidder, Southern California Sandbags, is a well qualified, general engineering contractor, who specializes in earthwork and grading projects and is licensed to do business in California. This company has successfully completed much larger and complex grading construction projects for a number of reputable developers in Southern California, BACKGROUND & PROJECT SPECIFICS: This portion of the City's Groundwater Development Project provides for interim mass - grading and some storm drain relocation necessary before the 3.0 million gallon water storage reservoir can be constructed at the Utilities Yard Site located at 949 West 16th Street. This project is a part of the City's plan to expand the Utilities Yard Site to enable construction of the reservoir and pump station. The plans provide for excavation of approximately 40,000 cubic yards of dirt to make room for the reservoir. The plans also provide for relocation of the existing reinforced concrete storm drain which is in a location that conflicts with the proposed reservoir. The storm drain will be reconstructed so that it will also serve as the overflow conduit for the proposed reservoir. The grading and storm drain relocation construction plans have been prepared to minimize duplication of efforts in future project phases. The plans and specifications were prepared by a private consulting civil engineering firm. The plans provide for construction of the relocated 48 -inch diameter reinforced concrete storm drain in a location that will allow its construction to be performed while the site is graded to a point where the pipe can be installed much shallower than if it were to be installed after this grading project is completed. This construction strategy will minimize the potential for timely delays associated with administering separate grading and storm drain contracts and will result in lower storm drain construction costs. 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 - 98500018. The estimated time of completion for this interim mass - grading and storm drain relocation project is 45 calendar days. The City proposes for the contractor to commence construction as soon as is practical to allow the next phase of the reservoir construction to proceed on schedule. With favorable weather conditions the scheduled completion for this project should be mid -April, 1994. Adherence to this project schedule will insure that the succeeding projects for reservoir and pump station construction can be maintained. 0 Page 3 Interim Mass Grading & Storm Drain Relocation for Reservoir Award of Contract February 28, 1994 RECOMMENDED ACTION: Staff recommends award of the contract to the successful bidder, Southern California Sandbags of Corona, California. Respectfully submitted, Jeff Staneart, P.E. Utilities Director Attachments: Exhibit 'W': "Bid Summary" JS: sdi o2Z° n mm y z 3 Z a i m m m or D a Z n O V) m m °m� X7-{9 "1 2 A Y y m O O m P a 91:318k, d 43 --------- o E o c o m m m m m m< y a I O O<� m dy�� i o�nnn A AAA X w N O ^vvvvmmmmmdmm p A 0 0 0 o O .-i N N N N C O i p d o o b 0 a O O m @3 �O M O O v 3 r �v�m aCOQU =a_m'g� Q >>? O m a K - Z 2Cf N rrrr� om 01' t'9 :<n n am r €rrr0r 3 yNy3333:im c D C 11-1-F" dLN N A O N mV• Zq J Ir.-M.000 3 3 3 3 w N O V W N V W N N Jc m m °oS S °o mmmmo o °o °oo oZ oo�oo�nNNOOOOOO -000� oom00000c00000 =-b��o O O O O O O O O O O O O O O O N N O Hp ; pO N O O V N N O O W V V W N N m V c fJ 0000•- 'NVNNNOON m_AVm� O 0 0 0 0 O O m 0 0 0 0 0 0 0 0 0 N 0 _ » N m W W A O N N S 000 ImI�O W mV SS NONNN WOZ= OO�OOmA(Om00000�0�O.�m mOm OOm000�nS 0 0 0 0 0 0 0 S0000SOtmn00 Z 0 Dn oN -•NOS moSO°oi°,.Z (D m OOmNON..O.-•O O O V O O m tD N O O O O O O O O O O o m O O O m 0 0 0 0 0 0 0 0 0 S 0 0 0 0 0 O O O O O O O O O O O O 0 0 0 0 0 N N_ O V N N N a H 2 O O O O N- O Z C O N O N N O W i O O O O O O O O O 000 S 0 0 0 m O m fy C_ W 6 �b O V N No Nm N m W N a NO p O O O O A A O 0 m N OWm m N N o O O O O N O N m m m N 8 O ONO 0 0 0 0 0 0 0 0 0 0 0 0 --11 o o o O o o o o o o o o o O M - N W pwf w p WNW A T a O O b 0 O t N m V S 0 0 0 0 w b V 2 O O N O O A m m p 0 0 0 0 N O O N O OOO 5000001 00 SOVOoo ZA -D N w z m H N N N N W H m b N W O IV D N .... N W N W V D K Z 0 0 > O O t A O p 0 o 0 0 0 V O A O O m N p O O O O N W m C O O O N O O N O O O O O O N O N Z A O O 0 S 0S S O0000 S O O N~ 0 O 0 0 0 O 0 . w VN N N NOl N N AANOfw b p ODD OfOwwb V10NNW �pCO oNNOOaNVm00000bww . iZs 0 08VV0SSSSS0000S0000 o N p p m N o m p o o p 0 N -• � W- O Z N V H b V N N -• � W N N N V N N N W N + N A d N N N O1 W b V N N W N V W w DT Z Z N OmOOO -•SON W ONN W OfNNC1� m O N N O O V m m 0 0 0 O O O N N N N C O O O O O T A O O O O O O O O O O O Z Z N O 0 � S 0 0 0 O 0 O 0 O O 0 S O 0 ~ N 0 o2Z° n mm y z 3 Z a i m m m or D a Z n O V) m m °m� X7-{9 "1 2 A Y y m O O m P a ono y 0 C1 y .. y m W 0-101 5 rn 3 O mm�i y O Z n F0 -j M Mz m Q m0 a° X W 9 T V D M N 0 m P N Y m N P W N O N m V W N A W N m . ^�efDi d q �a �33033� 4 (Z1 .- 5 4 0 A it U- UUU�C U"O�Np�j (V/IP moo oim�+ TR i 2_� 2 N rrrr �3d' <�n T r a =N N r rrrrr O c c c - NUNUdpp�33333�oY�D N NNAONfAW N 3 33333 N000�� °00 M N N N H V N V Wp U NSS m 8O 8W O O~ O O N N vOi 0 0 0 0 0 0 0 0 0 °0 °OO °o oNrYno ogoo0° o o H D O O O tD OO V A N O U U O N O m d V ON � Z O O N 0 0 0 0 w M N N N Ll A _U OW O 'V N Of 0 N N �UUNNN O =r 7 O ONO O N A A O O O O g O O y OOoO ° OOo ° O °o o °o °o o c4ioN�o O H � N W N H w M W N N N N D __ Ay�W W NmW N V NNOf W++N W N3 OWON- VUIONUUNNN�VNO�� U 9 O V N O N U O O O W A m d d O d 0 O O 0 0 N O 0 0 U N 0 N N 0 U p 0 0 Z Z Z n O O O O O O O O O O O O O O y O O O O O M N A tDN WV Nye GINNUN N m N O T O O O N O N O C O d O 0 0 0 N 00000000000000mvto0 O O O O O O O O O O O O O O m A m 0 m 9 S m (O tDN V V dAA W O!W NNUNUID W N3 T N OCOWVA�OfVNOOiNmO �OWV�A O O O O m N V Z {n N O A O O O O° A O N n 0 00000000p00000000in 0 0 0 0 0 0 p 0 0 0 0 0 0 0 0 0 p 0 y' W- WA w(DAON� O °o ow °ooNmeoo °° °o OOwNH °oZ� � ooYOOOOO�n00000- o -o�� O O G O O O O O O O O O O O m U m 0 N O O O O O O O O O O O O O V O V O Z H ¢ a ~NO No DO T 1`�O 0 NN� wIw H (pp { NwO W0 w0b wb wb- Wb NbN~Ob� rp n O WWw OcaoN ' V gO O O O 0 0 0 0 "1" O z m o0 0 o CIO bOO b b+ oO 0 0 0000000C 1000 00 WOO wpA w0t0m0N0 w mOC?0r O ww V t-- (D � O� p tto N O O O O O O O O O N N O o 0 0 0 0 0 0 O p z N N N N w M N w M Z D (Nj W4 W U(D tOW�V WN N N N'+A V b,4 N O N N N N bb p O w to U W O b a O p� y N o ONO 0 0 N t N O O O O O O A w N O O t0 O O w O O d O N O O O O Co U O O Z S O O O O O O O O O O O O O O O O b O O y 0 ono y 0 C1 y .. y m W 0-101 5 rn 3 O mm�i y O Z n F0 -j M Mz m Q m0 a° X W 9 T V D M N 0 m P AZ0-1 512 � s 3 W �. Q pp n I 5 0 0 -I W m m O D -I 0 Z r0 � Z Mm V Q W z T. n m w O 7 W V W U p 4f N+ O b W V W U p (J N+ 2ww d 0 (� £� +WWAAmAmAO�in m o W m m m m m m () 1p m2m VI0 UUCW =V!ID N aao= "92 0.' vaoa�� M 3 59 R 0 � 6^I c 000000- m 33 mM.01 J J J D? m w N >z3 v< n Z T' rrrr� m' {nom a N O C C C C C C 3 +NWNIn NAN33333;Wm�� C W A O c c c c c coo 3 3 3 3 3 3 N N N OV WU Vwviw+ �� m O 0 0 w b 0 N w Z °o °o uWlomo °o °o °000 -0001 0 00$0 00000000000 0 00 1,1.0 D S O V N W O O W V N V W U U+ m V ++ N 0 0+ 0 0 -� U N U O VI O m O O O b O 0 A V A 0 0 0 0 N V W O O m 0 0 0 00000008001,101 N N N (_O Otn mU +mI moo r 0 0 w G C 0 0 0 O O O O O O� V V O Gl O O O O O O O O O O O O O O O W O O m Z WAN DZ O- W W w W W F W + A w m N w m m N m OUOOONVUNmUWwUIObWNO O O W O + O b O A N O O N O O O A m O O N w O O 0 0 O O 0 O. O O O O O O C O Z m m O O 0 O 0 0 0 O O 0 0 o 0 0 0 0 0 0 0 0 0 0,010101010 0 0 0 0 0 5 00 0 N H H N N N M s m O w O H N N w U W M M W U A b A O O V W b A O O N W W O Z O O N O O W m w A V W 0 W N + mN0 0 3 O O O O o S i o 0 O 0 0 0 0 0 0 W O O wO No m w + AW + + H U N N A N N U A N N V W N A N A m NN0 + V FT A W o b A b A m b W 9 'n W O O O O W m 0 0 0 0 0 0 V A W O C O O m 0 0 0 m O 0 0 0 0 0 p w O 0 0 Z m 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 N N N N N b 1 W N W C ONVOw V I V w WA In O V w 0 0V 0 0O 0O N NO + O?D O O 0 0 0, 0 0 0 O O m NA L.-0 O O O O O O O O O O O O O O A O O O O W HN Z ty / D m N A N+ b N m V W N w $ A 1D W O 01,000 -mW0000boVWCO W+ V O O 1n O O N O o 0 0 0 0 0 boo O O O O O O O O O O O O O O O O O O O N N H V+ wW OtnOw� A UW O O w N(ONN O O A W V m OUO(OW O O O O O w w w OCm O Z Z S O O W O O w O W W O O O O O w+ N O Z 000000ON0000000W 0000000woo0o0oo000 I,IC m 0 T w H NH NNN_ N Nww � V+ A W+ V N A N O U O W N+ + U W H D r N mWOW Otn000UOtOWWbNdOm m O O W O O N N O O O O O O O N W O C O O b 0 0 0 0, N 0 0 0 0 0 0 0 0 0 0 Z W O O O m O O O O O O O O O G O O O O O i O O O O O O O O O O O O O O O O O O AZ0-1 512 � s 3 W �. Q pp n I 5 0 0 -I W m m O D -I 0 Z r0 � Z Mm V Q W z T. n m w O 7 0 o�O m � m m >�o 1 A D m mI - C�Oj W m m a_ Z 11 �z m og m0 yo W �n v D m P O A =i ZWW�- (�- WWAAAAAAO�I �iln� NNRO ON�d Vl Qe my O m ^� 3 9 m C• m 3 m r Q ;; 0000ci °m ms 0Q� 2 5555 >.3, � =DZ n mm r' rrrr� mm.m. <nn N N r rrrrr O c 3 r AN33333 VmNrD N N r C m a O C C C C C 1 0 0 3 3 3 3 3 3 N � m O O O lommmWOOO10 N N O O N N Z o- m o0 oo�ooNNN000O o +000� . . . . . . . . . . . . . . ._ . . . O gr Nr�++, WNM N Nrrr O 0 ooWOOa a0000lo -NVW oom0000000000000No s 10�-,OO ? 0 00000000 0 S0000W00 (Z� N V V m A+ a N V N Z N OInmOOmm_OVmNNNmVtOmNOW a O S A O O N a 0 0 0 0 0 0 S O O O A Z S 8 9 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0101616 V C Z 1 O C c z D 0 0 c z C z D O c 0 o�O m � m m >�o 1 A D m mI - C�Oj W m m a_ Z 11 �z m og m0 yo W �n v D m P O A • NOTICE INVITING BIDS qqC�� 0rY _ F-P V • Vl�t(o(n.1p� Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92659 -1768 until 11:00 o'clock a.m. on 16th day of February 1994, at which time such bids shall be opened and read for U TERIM MASS GRADING AND STORM DRAIN RELOCATION PROJECT Title of Project C-2979 Contract No. $ 190,000 Engineer's Estimate 0i v` FO �n r Approved by the City Council this 24th clay of January, 1994 ° -V Wanda E. Raggio City Clerk- Sealed lerk Prospective bidders nity obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92659 -1768 For further information, call Jeff Staneart at 644 - 3011. Project Manager i City of Newport Beach Utilities Department Bid Addenda No. 1 for the project titled: Interim Mass Grading and Storm Drain Relocation Project Contract No. C -2979 Bid Documents Addenda No. 1: City of Newport Beach Utilities Department Bidders shall propose to complete Contract No. C -2979 in accord with the "PROPOSAL" as modified by this addendum. This is the first addenda to this contract. It consists of fourteen (14) pages; this page and thirteen (13) 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 11:00 a.m. Wednesday, February 16, 1994. Warning! Bids submitted without all pages of this addenda signed, dated and attached to the bid proposal shall be rejected as "non- responsive." Jeff taneart, P.E. Utili 'es Director & Project Manager JS: dsg Addendum received by: Bidder: O S Date: Signature: Page 1 of 14 for Addenda Number 1 (Sent February 14, 1994) 0 0 The following substitutions, changes, additions, deletions or clarifications shall be made to the contract documents; all others conditions shall remain the same. BID ITEM NO. 10 Substitute - Substitute the following for Bid Item 10 Item Unit 11 r - • • '01%. • 10. 250 BID ITEM NO. 11 LF Install 48 -inch 3000 -D RCP storm drain pipe for the unit price of ollars and NO cents per Lineal Foot Substitute - Substitute the following for Bid Item 11 $ BUD$ 2 VL00 Item Unit No. Quantity Unit Description Price Total 11. 444 a Mtl�� � • LF Install 36 -inch 3000 -D RCP storm drain pipe for the unit price of SEvN T r ollars and 440 " cents per Lineal Foot Substitute - Substitute the following for Bid Item 13 $ -U- $ 3 LA b 3Z Item Unit No. Quantity Unit Description Prce Total 13. 156 IF Install 1 8-inch 3000 -D RCP storm drain pipe for the unit rice of _ �! ollara (/ ' an s 3 Wod s S per Lineal Foot Addendum received py: Bidder: \ Date: Signature: ` Page 2 of 14 for Addenda Number 1 (Sent February 14, 1994) 0 BID ITEM NO. 15 Substitute - Substitute the following for Bid Item 15 TEEM UNIT NO. OUANTITY UNIT DESCRIPTION PRICE TOTAL 15. 5 EA Construct junction structure No. 1 per City of Newport Beach Standard Drawing No. 310 -L, modify shaft and base per Detail Sheet No. 7 for the unit price of �1(/r J�1�✓Dy/S��j7N�it 'ISolla(s and �V v Cents per Each BID MM NO. 16 Substitute - Substitute the following for Bid Item 16 s 16 P $—L2 0 ITEM UNIT NO. OUAN= UNIT DESCRIPTION PRICE TOTAL 16. 1,221 SF Construct 3" Asphalt Concrete over 4" aggregate base pavement section in 16th Street for the unit price of U N Dollars and cents per E uare Foot BID ITEM NO. 18 Substitute - Substitute the following for Bid Item 18 $ /.SAD SZ 197, L(�Q ITEM UNIT NO. OUANT1W UNIT DESCRIPTION PRICE TOTAL I8. IS Construct headwall and outlet structure per Details Sheet No. 7 for the unit price 7 of ✓" Dollars !' and 1 cents Lump Sum : h, . a�aUD l� Addendum received by: Bidde CcX Date G�I Signature- Page 3 of 14 for Addenda Number 1 (Sent February 14, 1994) �=z SECTION 2 - CONSTRUCTION MATERIALS Addition - Add the following: 2 -3 Reinforced concrete pipe Reinforced concrete pipe shall conform to Section 207 -2 of the Standard Specification of Public Works Construction. Other drawing related substitutions, clarifications, corrections, additions and deletions are as follows: SHEET 2 OF 7 - General and Construction Notes, Vicinity Map, Location Map Addition - Add the following note to the General Grading Specifications, under the General column: 15. All storm drain, sewer and water pipes shall be bedded per City of Newport Beach STD- 106 -L. SHEET 4 OF 7 - Interim Mass Grading Plan Delete - Demolition identified within 16th Street Add - The demolition in 16th Street identified on Sheet 6 of 14 of the addenda No. 1. SHEET 2 OF 7 - General and Construction Notes, Vicinity Map, Location Map & SHEET 4 OF 7 - Interim Mass Grading Plan Substitute - The following Construction Note 1 1. Sawcut AC as required and remove existing AC /AB and provide temporary AC in 16th Street until placement of permanent AC /AB. SHEET 2 OF 7 - General and Construction Notes, Vicinity Map, Location Map, SHEET 5 OF 7 & SHEET 6 OF 7 - Storm Drain Relocation Plan Substitute - The following Construction Note 27 27. Construct J.S. No. 1 per City of Newport Beach STD -310 -L (H per plan). Modify the manhole shaft and base per detail Sheet No. 7. Provide 1/2" thick steel plate cover 2' below proposed finished surface (see modification detail as identified on sheets 7 and 8 of 14 of the addenda No. 1). SHEET 2 OF 7 - General and Construction Notes, Vicinity Map, Location Map, SHEET 5 OF 7 & SHEET 6 OF 7 - Storm Drain Relocation Plan Substitute - The following revised Construction Note 21,22 and 24 21. Install 48" (3000 -D) R.C.P. Storm Drain 22. Install 36" (3000 -D) R.C.P. Storm Drain 24. Install 18" (3000 -D) R.C.P. Stone Drain Addendum received by: (f Bidder: C A Signature: Page 4 of 14 for Addenda Number 1 (Sent February 14, 1994) SHEET 5 OF 7 & SHEET 6 OF 7 - Storm Drain Relocation Plan Substitute - Replace reference to 2000 -D in the profile to read 3000 -D for 48" R.C.P., 36" R.C.P. and 18" R.C.P. only. SHEET 5 OF 7 - Storm Drain Relocation Plan Substitute - Revised storm drain plan and profile as identified on sheets 9 and 10 of 14 of the addenda No. 1. SHEET 5 OF 7 - Storm Drain Relocation Plan Substitute - The following revised Construction Note 26 and 30: 26. Construct outlet headwall per Detail Sheet 7 30. Construct 23' wide x 70' long outlet structure per Detail Sheet 7 (See headwall and outlet details as identified on sheets 11 through 13 of 14 of the addenda No. 1) SHEET 5 OF 7 - Storm Drain Relocation Plan Substitute - H = Vat all junction structure call outs SHEET 6 OF 7 - Storm Drain Relocation Plan Delete -Curb Inlet Details Add - The enclosed revised curb inlet details as identified on sheet 14 of 14 of the addenda No. 1. SHEET 2 OF 7 - General and Construction Notes, Vicinity Map, Location Map, SHEET 6 OF 7 - Storm Drain Relocation Plan Substitute - The following revised Construction Note 31 31, Construct 3" AC/ 4" AB (original section) SHEET 7 OF 7, Detail and Sections Delete - Rip Rap Detail and Curtain Wall Detail Add - The enclosed revised Outlet Structure and Headwall Detail and Sections as identified on sheets 11 through 13 of 14 of the addenda No. 1. SHEET 7 OF 7, Detail and Sections Add - The enclosed Modified Junction Structure No. l to accommodate 48" diameter shaft and thickened base as identified on sheets 7 and 8 of 14 of the addenda No. 1. Addendum received by: Bidder: So Signature: Page 5 of 14 for Addenda Number 1 (Sent February 14, 1994) a: DEMOLITION IN 16TH STREET N.T.S. Addendum receivedd by: Bidder. l ()- 5) e: /� Signature: Page 6 of 14 for Addenda Number 1 (Sent February 14, 1994) L t � U►`ii.M�i11 a.16.5' 1 SAWCUT UN CON .., SECU. TIMES o I _ _ DEMOLITION IN 16TH STREET N.T.S. Addendum receivedd by: Bidder. l ()- 5) e: /� Signature: Page 6 of 14 for Addenda Number 1 (Sent February 14, 1994) J 0 REINFORCING STEEL IN TOP SLAB PER APPLICABLE PORTIONS OF CBN STD -310 -L 67 10" 4.00' I10" MIN. MIN J PROVIDE PRECAST MANHOLE SHAFT (6" MIN. WALL THICKNESS) MODIFIED JUNCTION STRUCTURE NO. 1 DETAIL CONSTRUCT PER C.N.B. STD. -310 -L INCLUDING ABOVE MODIFICATIONS NOTED HEREON. NOTE: THIS DETAIL SHOWS ONLY THE MODIFICATIONS TO THE ABOVE MENTION STD. Addendum received by: Bidder Q te: �^ I Signature: Page 7 of 14 for Addenda Number 1 (Sent February. 14, 1994)'.." 0 SECTION J -J WDE PRECAST ANHOLE SHAFT " MIN. WALL THICKNESS) - 2' EMBEDMENT ALL STEEL REINFORCING IN FLOOR SLAB #6 ® 6. O.C. BOTH WAYS Addendum received by: Bidde C a(,<�' ^ LQ' ate: 2JL Q Signature: Pape 8 of 14 for Addenda Number I (Sent rebruary 14. 19941 U 2 3 \ i 1 \ Addendum received by:� \ \ \ Bidder. te: � 2� \. `\ Signature: \ \Page 9 of 14 for Addenda Number 1 (Sent February 14, 1994) .o e -c 3 v a Cr 1 N a I w d d e z �3 0 u v v a u? a r.. 0 0 A a B a �o C6 a a z a 0 & c 0 c z 0 LJ M N m c 15.00' EXIST. GROUND ini N (SAC — J'PC e0 E i I, f I � • I � 'I• II f, If �.,ff ,.i fll fff f1 f,,f Q. CO „r, f I�f �IIf fllfj � r SOLID • BOTTOM OF RIPRAP (180 MIN.) RIPRAP — 1/4 TON CLASS Ln 0; n t N SECTION a NTS 0 a a W a 0 a a u? O� m 0 ID W 00 W W cp z FZ Oa Q O N a n 0 ri w O or to N N I i I, f I � • I � 'I• II f, If �.,ff ,.i fll fff f1 f,,f Q. CO „r, f I�f �IIf fllfj � r SOLID • BOTTOM OF RIPRAP (180 MIN.) RIPRAP — 1/4 TON CLASS Ln 0; n t N SECTION a NTS 0 a a a 0 a u? O� m 0 ID 00 W W cp z FZ 4 FINISH GRADE I"+ � N 2 U_ i� v LC ■ CL0 0 0 0 W IO A N 'A f N SOLID GROUT FROM FACE OF HEADWALL TO RIPRAP (12" THICK MIN.) z 0 0 z w Z W Y I W v N Addendum receiv by: Bidder 1 24- Signature• Page 11 of 14 for Addenda Number I (Sent February 14, 1994). , —_ sA�9 '4 TOP OF FOOTING BOTTOM OF FOOTING w CL 0 J N TOP TOFWALL \ I fV 1/4 TON CLASS, 3- MIN. THICK z 1 r. SOLID GROUT BOTTOM OF RIPRAP (18" MIN.) SOLID GROUT FROM FACE OF HEADWALL TO RIPRAP (12' MIN.) F1, SECTION H -H Addendum received by: � Biddet'a 1 ce \ a : Z- Signature: — Pane 17 of 14 for Adder& Niimlwr 1 (Seat FP4,n,AN 14 1004 % =: 12" K HEADWALL DETAIL ROUNDED PIPE ENDS ao 6 "--I- 7 1/27---{ I- }--7 1/2- SECTION K -K NOTES: 1. CONCRETE SHALL BE 560 -C -3250• - 6" 2. ALL REINFORCING STEEL 14 BARS. ALL VERTICAL AND HORIZONTAL TIE BARS 18" MAXIMUM SPACING. 2. ALL REINFORCING STEEL 1 1/2- CLEAR FROM FACE OF WALL. REFERENCE: SAN DIEGO REGIONAL STANDARD DRAWING STRAIGHT HEADWALL - TYPE A (CIRCULAR PIPE) DRAWING NUMBER D -30 Addendum received by: % /[ Bidder: SD Signature: V— FUTUR E C k G !3Y OTHERS' , „ rn N t- r to LO W N w w II 11 o� o 2 0 N O O r 10" p, I I I I ( 1 1 I I I I I 1 I I � I I I I I I 1 1 I I 111 I- J 10 F TYP. 93.05 EG 9.5135 CG 1 O �., Sj y1 C4 0 1.50' +. CURB INLET DETAILS SCALE: 1 " =10' CONTRACTOR SHALL VERIFY EXISTING ELEVATIONS PRIOR TO CONSTRUCTION. CONTRACTOR TO NOTIFY CITY IF ANY DISCREPENCIES ARISE. 0 t�t.5_o „ „ „ „ „ I r-� 11 4 �I I II 1 11 I II I 11 I 11 I 1 11 21 11 1 �I I P Al , O , „ O � , u A , n i u u 1.50' , 00 N au n v m N V, N Li No6 w p II �x Addendum received by: % Bidder: Signature! Page 14 of 14 for Addenda Number 1 (Sent February 14. 1994) 0 0 CITY OF NEWPORT BEACH UTILITIES DEPARTMENT INTERIM MASS GRADING AND STORM DRAIN RECONSTRUCTION PROJECT (M- 5314 -S) CONTRACT NO. C -2979 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P.O. Box 1768 Newport Beach, California 92663 -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 -2979 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. ITISM UNIT • OUANTITY LJ H D2SCFJPIIaN FEU TOTAL AC Clearing and grubbing within the limits of grading for the unit price of Three Hundred Dollars Thirty and No Cents $ 300.00 $ 330.00 per Acre l • • ITEM UNIT NO, QUANTITY UNIT DESCRIPTION PRICE TOTAL 2. 15,700 CY Excavate and place compacted fill to a minimum 95% relative compaction for the unit price of One Dollars and Ten Cents $ 1.10 $ 17,270.00 per Cubic Yard 1 26,800 CY Excavate and stockpile backfill for the unit price of No Dollars and Sixty Five Cents per Cubic Yard 4. 17,100 CY Overexcavate and replace as compacted fill to a minimum 95% relative compaction for the unit price of One Dollars and Ten Cents per Cubic Yard 5. LS Remove settlement monitoring plates for the lump sum price of Five Hundred Dollars and No Cents Lump Sum 6. LS Remove miscellaneous site improvements for the lump sum price of Two Thousand Dollars and No Cents Lump Sum $ 0.65 $ 17.420.00 $ 1.10 $ 18,810.00 $-500.00 $ 500.00 $ 2,000.00 $ 2,000.00 ITEM UNIT NO QUANTITY UNIT DESCRIPTION PRICE TOTAL 7. LS Remove existing concrete bunkers and pipe racks for the lump sum price of Ten Thousand Dollars and No Cents Lump Sum $_L0,000.00$ 10,000.00 8. LS Remove existing storm drain pipe & catch basins for the lump sum price of Four Thousand Si>qDollars Hundred Ten and No Cents $ 4,610.00 $ 4,610.00 Lump Sum 9. LS Remove existing curb & gutter, concrete & asphalt pavement for the lump sum price of Nine Thousand Dollars and No Cents $—L,000.00 $ 9,000.00 Lump Sum 10. 250 LF Install 48 -inch 3000 -D RCP storm drain pipe for the unit price of Ninety Eight Dollars and No Cents $_L8. 00 $ 24,500.00 per Lineal Foot 11. 444 LF Install 36 -inch 3000 -D RCP storm drain pipe for the unit price of Seventy Eight Dollars and No Cents $_L8. 0 0 $ 34,632.00 per Lineal Foot i • • ITEM UNIT NO. QUANTITY UNIT DESCRIPTION PRICE TOTAL 12. 42 LF Install 30 -inch 2000 -D RCP storm drain pipe for the unit price of Eighty Four Dollars and Fifty Cents $_84. 5 0 $ 3,549.00 per Lineal Foot 13. 156 LF Install 18 -inch 3000 -D RCP storm drain pipe for the unit price of Thirty Eight Dollars and No Cents $_L8. 0 0 $ 5,928.00 per Linea] Foot 14. 2 EA Construct curb inlet for the unit price of Three Thousand Dollars Five Hundred and No Cents $ 3,500.00 $ 7,000.00 per Each 15. 5 EA Construct junction structure No. 1 per City of Newport Beach Standard Drawing No. 310 -L, modify shaft and base per Detail Sheet No. 7 for the unit price of Sixteen Hundred Dollars Fifty and No Cents $ 1,650.00 $ 8,250.00 per Each 16. 1,221 SF Construct 3" asphalt concrete over 4" aggregate base pavement section in 16th Street for the unit price of One Dollars and Eighty Cents per Square Foot $ 1.80 $ 2,197.80 0 0 ITEM UNIT NO. QUANTITY UNIT DESCRIPTION PRICE TOTAL 17. 1 EA Install 30 -inch CMP riser for the unit price of One Thousand Dollars Five Hundred and No C'antq per Each 18. LS Construct headwall and outlet structure per Details Sheet No. 7 for the unit price of Eighteen ThousanclDollars and No Cents Lump Sum TOTAL PRICE IN WRITTEN WORDS One Hundred Eiahty Five Dollars Thousand Four Hundred Ninetyarfdx Eighty Cents $ 1,500.00 $ 1,500.00 $ 18,000.00$ 18,000.00 TOTAL PRICE 185,496.80 I declare under penalty of perjury that all representation made above are true and correct.* *Effective January 1, 1990, Business and Professional Code Section 702.8.15 provides that any bid not containing the above requested information, or a bid containing information which is subsequently proven false, shall be considered non - responsive and shall be rejected. Bidder's Name So. Cal. Sandbaqs Bidder's Address 12620 Bosley Ln. Corona, California 91719 Bidder's Telephone No. (909) 277 -3404 Contractor's License No. & Classification 632882 -A 12/31/95 Expiration Date 2/16/94 Date a J � ) (.t"XP.t/' Authorized Signature /Title Peter Rasinski, Owner • INSTRUCTIONS TO BIDDERS 0 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. 632882 A Contr's Lic. No. & Classification 2/16/94 Date So. Qal. Sandb gs Bidde ot.J WC� Authorized Si nature Title Peter Rasipski, wner 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 1 Pipeline Ken Thompson 8851 Watson St /Cypress California 90630 2. 11 1 11 1 So. Cal. Sandbags Bidder siTiski , Uwner OWVW 0 b co �c 0 O N rm O Ul .a co l ca 1 N O O O N r1 cc a N O m J c3 O S. . Page 4 BIDDER'S BOND Bond: #3SM 801 268 00 KNOW ALL MEN BY THESE PRESENTS, 'chat we, Southern California Sandbags as bidder, and American Motorists Insurance Company as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of 10% of the Bid Amount Not to Exceed Nineteen Thousand & NO/100th Dollars ($ 19,000.00 ) 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 Interim mass grading & storm drain relocation ect #C -2979 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 16th day of February 19 94 (Attach acknowledgement of So hern Cal rnia Sandbags Attorney -in -Fact) Biddl r Notary Pu 'c Authorized Signature /Title 2_(g- e' - Comaiissioh Expires American Motorists Insurance Company Surety By: Title: Michael E. Cundif rney -in -fact State df California - County of Orange On FEB 16 1994 before me, Susan E. Morales, Notary Public (GATE) (NAME. TITLE OF OFFICER - I.E..'JANE DOE, NOTARY PUSUC-) personally appeared Michael E. Cundiff (NAME(S) OF SIGNER(S)) ® personally known to me - OR - OFFICIAL SEAL SUSAN E. MORALES NOTARY PUBUC•CAUFORNIA COMMISSION M 880053 ORANGE COUNTY My Ceram. EW December S. 1998 ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are sub- scribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the i person(s) acted, executed the instrument. E Witness my hand and official seal. W s i ra CAPACITY CLAIMED BY SIGNER(S) • INDIVIDUAL(S) • CORPORATE SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTRY(IES)) American Motorists n Insurance Company 14[innm 4— Minor, /P�o (SEAL) (SIGNATURE OF NOTARY) ATTENTION NOTARY: The information requested below is OPTIONAL It could, however, prevent fraudulent attachment of this certificate to any unauthorized document THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Title or Type of Document Number of Pages Signer(s) Other Than Named Above Date of Document YOLCOTTS FORM 53240 —ALL FWPOSE AOOIOWLfl)" fWI1N5 0 "CUACIIY /REPRESRRAIMRIOGERPRINT —Rev. 12-92 01971WOLCOM FORMS. 14 OFFICER(S) ❑ PARTNER(S) iMLEMI M ATTORNEY IN FACT • TRUSTEE(S) • GUARDIAN /CONSERVATOR • OTHER: SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTRY(IES)) American Motorists n Insurance Company 14[innm 4— Minor, /P�o (SEAL) (SIGNATURE OF NOTARY) ATTENTION NOTARY: The information requested below is OPTIONAL It could, however, prevent fraudulent attachment of this certificate to any unauthorized document THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Title or Type of Document Number of Pages Signer(s) Other Than Named Above Date of Document YOLCOTTS FORM 53240 —ALL FWPOSE AOOIOWLfl)" fWI1N5 0 "CUACIIY /REPRESRRAIMRIOGERPRINT —Rev. 12-92 01971WOLCOM FORMS. 14 • • Page 5 NON - COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does.not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be suggested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder Any agreement or understanding of any kind whatsoever with any person whomsoever to pay, deliver to, or share with an other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this MI( k day of PAIL V '91L I 1961Y My Commission Expires: -5-- 7-7 William F. Byhower COMM. #995041 40TARY PUBLIC - CALIFORNI. ORANGE COUNTY 1997 Comm Exgres May 25_, AMEAICAN MOTORISTS INSUI*CE COMPANY • r—� Home Office: Long Grove, IL 60049 natu ns nanl r,n rnmranms POWER OF ATTORNEY ` Know All Men By These Presents: That the American Motorists Insurance Company, a corporation organized and existing under the laws of the State of Illinois, and having its principal office in Long Grove, Illinois, does hereby appoint Michael E. Cundiff of Orange, California******* * ****** its true and lawful agent(s) and attorneys) -in -fact, to make, execute, seal, and deliver during the period beginning with the data of issuance of this power and ending December 31, 1994, unless sooner revoked for and on its behalf as surety, and as its act and deed: Any and all bonds and undertakings provided the amount of no one bond or undertaking exceeds TWO HUNDRED FIFTY THOUSAND DOLLARS ($250,000.00)x*** **�t****** EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which guarantees the Payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. This appointment may be revoked at any time by the American Motorists Insurance Company. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said American Motorists Insurance Company as fully and amply to all intents and purposes, as If the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Long Grove, Illinois. THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF DECEMBER 31, 1994. This Power of Attorney is executed by authority of a resolution adopted by the Executive Committee of the Board of Directors of said American Motorists Insurance Company on February 23, 1988 at Long Grove, Illinois, a true and accurate copy of which is hereinafter set forth and is hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact, and to authorize then to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the Executive Committee of the Board of Directors of the Company at a meeting duly called and held on the 23rd day of February, 1988: "VOTED, That the signature of the Chairman of the Board, the President, any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to resolution adopted by the Executive Committee of the Board of Directors on February 23, 1988 and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continuo to be valid and binding upon the Company." In Testimony Whereof, the American Motorists Insurance Company has caused this instrument to be signed and its corporate seal to be affixed by its authorized officers, this 26 day of January , 1993 . Attested and Certified% F.C.McCullough, Secretary (OVER) by J.S.Xemp ar,III,Sanior Vice President AMERICAN MOTORISTS INSURANCE COMPANY (OVER) by J.S.Xemp ar,III,Sanior Vice President • • 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 94 City of Newport Beach Jeff Staneart 644 -3011 93 The Irvine Co. Bob Buckner 494 -8441 93 The William Lyon Co. Mike Steenson 833 -3600 93 Standard Pacific Brook 457 -1005 So. Cal. Sandbags Bidde .� a to sln -SK1, uwner r] 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 e Rating Guide: Property - Casualty except as modified by the Special Provisions. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. ECUTED IN FOUR COUNTER PARTS • Page 8 Bond: li3SM 801 309 00 PAYMENT BOND Premium: Included with the Performance Bond. KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted February 28, 1994 has awarded to V Southern California Sandbags hereinafter designated as the "Principal ", a contract for Interim Mass Grading and Storm Drain Relocation Project, C -2979 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 Southern California as Principal, and American Motorists Insurance Company as Surety, are held firmly bound unto the City of Newport Beach, in the sum of One Hundred Eighty -Five Thousand Four Hundred —Dollars ($ 185,496.80 ) Ninety -Six & 80/100 said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. 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. 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 8th day of March 19 94 Sandbags ❑ C}t7 �� Southern California (Seal) NameiQf ¢lontr atin r (P`inlpal) Authorized Signature and I Peter Rasinski, Owner Authorized Signature and Title American Motorists Insurance Company (Seal) Name of Surety_ P. 0. Box 41375 gnatCre andTitIO of Authorii Agent Michael E. Cundiff /At rnev -in -fact of Agent 714) 771 -470 umber of Agent State of California County of Orange On MAR - 8 7204 (DATE) before me, Susan E. Morales, Notary Public (NAME. TITLE OF OFFICER I.E.. -d NE DOE. NOTARY PUBLIC ") personally appeared Michael E. Cundiff (NAME(SI OF SIGNER(S)) ® personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are sub- scribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Witness my hand and official seal. W z m s iE 0 CAPACITY CLAIMED BY SIGNER(S) ❑ INDIVIDUAL(S) ❑ CORPORATE OFFICIAL SEAL ❑ PARTNER(S) (TITLE(S)) SUSAN E. MORALES ATTORNEY IN FACT • NOTARY PUBLIC - CALIFORNIA ;y GUARDIAN /CONSERVATOR COMMISSION p seoma OTHER: ORANGE COUNTY �,..' MY Comm. Em. December 6. 1996 ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are sub- scribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Witness my hand and official seal. W z m s iE 0 CAPACITY CLAIMED BY SIGNER(S) ❑ INDIVIDUAL(S) ❑ CORPORATE SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTRY(IES)) American Motorists Insurance Company ATTENTION NOTARY: The Information requested below is OPTIONAL It could, however, prevent IrauduleM attachment of this certificate to any ugauthorized document. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Title or Type of Document Number of Pages Signer(s) Other Than Named Above WOLCOnS FORM 69240 -ALL PURPOSE A09001MILEMW WITH SIGNER CAPACI1YIPORESWATIMFO GE MW -Rm. 12-22 Date of Document OFFICER(S) ❑ PARTNER(S) (TITLE(S)) M ATTORNEY IN FACT • TRUSTEE(S) • GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTRY(IES)) American Motorists Insurance Company ATTENTION NOTARY: The Information requested below is OPTIONAL It could, however, prevent IrauduleM attachment of this certificate to any ugauthorized document. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Title or Type of Document Number of Pages Signer(s) Other Than Named Above WOLCOnS FORM 69240 -ALL PURPOSE A09001MILEMW WITH SIGNER CAPACI1YIPORESWATIMFO GE MW -Rm. 12-22 Date of Document AiABRICAN MOTORISTS INSUONCE COMPANY Is Home Office: Long Grove, IL 60049 POWER OF ATTORNEY Know All Men By These Presents: That the American Motorists Insurance Company, a corporation organized and existing under the laws of the State of Illinois, and having its principal office in Long Grove, Illinois, does hereby appoint Michael E. Cundiff of Orange, California its true and lawful agent(s) and attorney(s) -in -fact, to make, execute, seal, and deliver during the period beginning with the date of issuance of this power and ending December 31, 1994, unless sooner revoked for and on its behalf as surety, and as its act and deed: Any and all bonds and undertakings provided the amount of no one bond or undertakin exceeds TWO HUNDRED FIFTY THOUSAND DOLLARS ($250,000.00g ) EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which guarantees the payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the sane obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. This appointment may be revoked at any time by the American Motorists Insurance Company. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said American Motorists Insurance Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Long Grove, Illinois. THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF DECEMBER 31, 1994. This Power of Attorney is executed by authority of a resolution adopted by the Executive Committee of the Board of Directors of said American Motorists Insurance Company on February 23, 1988 at Long Grove, Illinois, a true and accurate copy of which is hereinafter set forth and is hereby certified to by the undersigned Secretary as being in full force and affect: "VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys- in-fact, and to authorize thew to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undsrtekings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the Executive Committee of the Board of Directors of the Company at a meeting duly called and held on the 23rd day of February, 1988: "VOTED, That the signature of the Chairman of the Board, the President, any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, say be affixed by facsimile on any power of attorney or bond executed pursuant to resolution adopted by the Executive Committee of the Board of Directors on February 23, 1988 and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company," In Testimony Whereof, the American Motorists Insurance Company has caused this Instrument to be signed and its corporate seal to be affixed by its authorized officers, this 26 day of January , 1993 . Attested and Cortifiedi F.C.McCullough, Secretary AMERICAN MOTORISTS INSURANCE COMPANY ��.,� /! ')•b /-- � law.) (OVER) by J.S.Kemper,III,Senior Vice President • • STATE OF ILLINOIS COUNTY OF LAKE Ss I, Marilyn L. Riley, a Notary Public, do hereby certify that J. S. Kemper, III and F. C. McCullough personally known to so to be the same persons whose names are respectively as Senior Vice President and Secretary of the American Motorists Insurance Company, a Corporation of the State of Illinois, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary act for the uses and purposes therein set forth. My commission expires: 4-9-96 CERTIFICATION 1 "OFFICIAL SEAL" 1 1 Marilyn L Riley ► 4 Notary Public, Stale of Illinois / My Commission Ecpims 419196 ► Mar y L. Riley, Notary Pub e I, N. J. Zaroda, Secretary of the American Motorists Insurance Company, do hereby certify that the attached Power of Attorney dated January 26, 1993 on behalf of the Person(s) as listed on the reverse side is a true and correct copy and that the same has been in full force and effect since the data thereof and is in full force and offset on the data of this certificate; and I do further certify that the said J. S. Kemper, III and F. C. McCullough who executed the Power of Attorney as Senior Vice President and Secretary respectively were on the date of the execution of the attached Power of Attorney the duly elected Senior Vice President and Secretary of the American Motorists Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my none Motorists Insurance Company on this Ml, -' — i day and affixed the corporate seal of the American of 19 � t N.J.Zarsda, Secretory This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind the Company except in the manner and to the extent herein stated. FM 636 -S 6 -92 IN PRINTED IN U.S.A. Power of Attorney - Toro EXECUTED IN FOUR COUNTER PARZ BOND PREMIUM BASED ON Page 10 FINAL CONTRACT PRICE Bond: IC3SM 801 309 00 FAITHFUL PERFORMANCE BOND Premium: $3,750.00 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted February 28, 1994 has awarded to 394XEX14XURNSM Southern California Sandbags hereinafter designated as the "Principal ", a contract for Interim Mass Grading and Storm Drain Relocation Project, C -2979 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute .said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, Southern California Sandbags as Principal American Motorists Insurance Company as Surety, are held and firmly found unto the City of Newport Beach, in the sum of One Hundred Eighty -Five Thousand Four Hundred Dollars($ 185,496.80 1• 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 meaning, and shall indemnify and save harmless the City of Its officers and agents, as therein stipulated, then this obligation and void; otherwise it shall remain in full force and virtue. true intent and Newport Beach, shall become null • • 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 8th day of March ,1994 Sandbags 0 U Mmmyaw. Southern California (Seal) e of ntrac for Principal) Authorized Signature and Title Peter Rasinski, Owner Authorized Signature and Title American Motorists Insurance Company ,(Seal) Name of Surety P. 0. Box 41375, Los Angeles, Ca 90041 Address of Surety OF Signatur7land Title of/ uthorized Agent Michael E. Cundi f /Attorney -in -fact Address of Agent 714) 771 -4701 Telephone Number of Agent ALL - PURPOSE ACKNOWLEDGMENT State of 0.t_- = � -_ - County of On I On 3-11-Al before me, EOF - ��MJA 1DOsT , DATE NAM ITLE OF OFFICER - E.G.. "JANE DOE. NOTAfY PUBLIC" personally appeared ❑ personally known to me - OR - W1 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and ac- knowledged to me that he /she /they executed the same in his /her /their authorized OIRIOMLMrX capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), N CawMOM or the entity upon behalf of which the 140�rIt.M��s person(s) acted, executed the instrument. WITNESS my hand and official seal. U MSIGNATURE OF NOTARY OPTIONAL SECTION THIS CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMENT THE DOCUMENT DESCRIBED AT RIGHT; Though the data requested here is not required by law. it could prevent fraudulent reattachment of this form. No. 5193 OPTIONAL SECTION CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to till in the data below, doing so may prove invaluable to persons relying on the document. INDIVIDUAL CORPORATE OFFICER(S) TITLE(S) PARTNER(S) []LIMITED GENERAL ATTORNEY -IN -FACT C] TRUSTEE(S) ❑ GUARDIANICONSERVATOR C] OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 81993 NATIONAL NOTARY ASSOCIATION • 8236 Rommel Ave., P.O. Box 7184 • Canoga Park, CA 91309 -7164 v AA " State of California County of Orange On Mtk.. ' .' before me, Susan E. Morales, Notary Public (DATE) (NAME. TITLE OF OFFICER I.E., JANE DOE. NOTARY PUBLIC.) personally appeared Michael E. Cundiff (NAME(S) OF SIGNER(S)) ® personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are sub- scribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by OFFICIAL SEAL his /her /their signature(s) on the instrument the " SUSAN E. MORALES person(s), or the entity upon behalf of which the NOTARY PUBLIC - CALIFORNIA person(s) acted, executed the instrument. COMMISSION M SS0053 ORANGE COUNTY _ _ Witness my hand and official seal. W s m 0 CAPACITY CLAIMED BY SIGNER(S) • INDIVIDUAL(S) • CORPORATE SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITY(IES)I American Motorists Insurance Company ATTENTION NOTARY: The information requested below is OPTIONAL It could, however, prevent fraudulent attachment of this certificate to any u ?authorized document. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Title or Type of Document Number of Pages Signer(s) Other Than Named Above Date of Document OFFICER(S) ❑ PARTNER(S) (TITI -Es)) M ATTORNEY IN FACT • TRUSTEE(S) • GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITY(IES)I American Motorists Insurance Company ATTENTION NOTARY: The information requested below is OPTIONAL It could, however, prevent fraudulent attachment of this certificate to any u ?authorized document. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Title or Type of Document Number of Pages Signer(s) Other Than Named Above Date of Document �s • s N � h � -,.d PRODUCER COMPANIES FFORDINGCOVERAGE KNOX GENERAL INSURANCE BROKERS COMPANY CANADIAN INSURANCE Co. 226 S. Glassell Street LETTER COMPANY B Orange, CA 92666 LETTER INSURED COMPANY LETTER C SOUTHERN CALIFORNIA SANDBAG COMPANY D 12620 Bosley Ln. LETTER Corona, CA 91719 COMPANY LETTER }��yy ��� Ea., °or ° „r r s ..i.�q d�. eAgd° 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 POLICY EFFECTIVE EXPIRATION .I.R TYPE OF INSURANCE NUMBER DATE DATE ALL LIMITS IN THOUSANDS GENERAL LIABILITY ( OCCURENCE BASIS ONLY) GENERAL AGGREGATE $1,000, COMMERCIAL COMPREHENSIVE PRODUCTSICOMPLETED OPERATIONS AGGREGATE $ 1,000, OWNERS S CONTRACTORS PROTECTIVE A CONTRACTUAL FOR SPECIFIC SP1614943 10/6/9 10/6/94 PERSONAL INJURY $ 1,000, CONTRACT PRODUCTSICOMPLETED OPERATION EACH OCCURENCE $ 1 000 XCU HAZARDS BROAD FORM PROPERTY DAMAGE SEVERABILITY OF INTEREST CLAUSE FIRE DAMAGE $50r (ANYONE FIRE) P. I. WITH EMPLOYEE EXCLUSION MEDICAL EXPENSES rj $ ' REMOVED - MARINE (ANY ONE PERSON) AUTOMOBILE LIABILITY SINGLE LIMIT $1,000, ANY AUTO BODILY INJURY $ ALL OWNED AUTOS BA 1803130 10/6/93 10/6/94 (PER PERSON) A SCHEDULED AUTOS BODILY INJURY $ HIRED AUTOS (PER ACCIDENT) NON -OWNED AUTOS PROPERTY GARAGE LIABILITY DAMAGE $ EXCESS LIABILITY EACH AGGREGATE A UMBRELLA FORM LP1981123 10/6/93 10/6/94 OCCURENCE OTHER THAN UMBRELLA FORM $1,00o , $1,000, STATUTORY WORKERS' COMPENSATION $ EACHACCIDENT & $ DISEASE- POLICY LIMIT EMPLOYERS' LIABILITY $ DISEASE -EACH EMPLOYEE OTHER DESCRIPTION OF OPERATIONSI LOCATIONSNEHICLEVR £STRICTIONS /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: Intermass Grading and ¢term Prain Ralnration Project Contrart# C -2979 PROJECT TITLE AND CONTRACT NUMBER GERiIFICttTf1x6I.i?Ek , B[1 PfJIT , 4 a 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 COVERAGE SHA1,LfRQVIDE 30 PAYS MINIMUM ADVANCE NOTICE TO THE CITY OF 3300 NEWPORT BOULEVARD NEWPORT8E H Si CL SMAIL. NEWPORT BEACH, CALIFORNIA 92658 -8915 ATTENTION: �. 1-10-94 A D REPRESENTATIVE ISSUE DATE U 0 CITY OF NEWPORT BEACH Page 13 AUTOMOTIVE LIABILITY INSURANCE EN12ORSEMEN T It is agreed that: 1. With respect to such insurance as is afforded by the policy for Automobile Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage." 3. The limits of liability under this endorsement for the additional insureds named in Paragraph 1. of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit: [ ) Multiple Limits Bodily Injury Liability $ per person Bodily Injury Liability $ per accident Property Damage Liability $ [ X) Combined Single Limit Bodily Injury Liability $ 1,000,000 and Property Damage Liability The limits of liability as stated in this endorsement shall not increase [lie 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. C -2979 5. Designated Contract: intarim Mass (trading and Storm nrain Relocation project (Project Title and Contract No.) This endorsement is effective 3 -9 -94 at 12:01 A.M. and forms part of Policy No. .;RA 19m]-in of CANAnTAN TNCTFANrF Cp (Company Affording Coverage) Insu Issuing Company lrunx aRNRRAr. TNC_ By ' • • Page 14 CITY OF NEWPORT BEACH GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: With respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the (units of the liability of the company affording coverage." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision contained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU" hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured(s) named in paragraph I of this endorsement shall be the limits indicated below written on an "Occurrence" basis: [ X] Commercial [ ] Comprehensive General Liability $ 1,000-000 each occurrence $ 1,000,000 each occurrence The applicable limit of the Contractual Liability for the company affording coverage shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insured(s). The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to General Liability Insurance. 6. Should the policy be non - renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department C -2979 7. Designated Contract: Interim MASS Grading and Storm Drain Relocation Project (Pro)ect Title and Contract No.) This endorsement is effective z -A -C34 at 12:01 A.M. and forms a part of Policy No, CUt614943 of CAX^ X1 A_g INSURA410E CQ. (Company Affording Coverage) CONTRACT • Page 15 THIS AGREEMENT, entered into this 9-1k day of 19q, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and So. Cal . 4andhags hereinafter "Contractor," is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: Interim Mass Grading and Storm Drain Relocation Project C -2979 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: Interim Mass Grading and Storm Drain Relocation Project C -2979 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 _ one Hundred Ei ghty -Fi ve Thousand Four Hundred Ninety -Six & 80 /100 ($ _185,496.80 ) 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) w M Y Page 16 (f) Plans and Special Provisions for Interim Mass Grading and Storm Drain Relocation Project C -2979 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: dlp) /-City Clerk APPROVED AS TO CITY OF NEWPORT BEACH a municipal corporation B Mayor CON T So. Ca Sandbags Name f trac (Princjal) c ,r OW O&V Peter Rasinski, Owner Authorized Signature and Title ALL-PURPOSE State of( W k:2U 11.10 County of i�Y10 , salam J. Moolt�, *Wy Pubk On before e, DATE NAME, TITLE OF OFFICER - E.G.. 'JANE DOE, NOTARY PUBLIC" personally appeared (2�CA-5'1I THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Through the data requested here is not required by law, it Could prevent fraudulent reattachment of this form. me on the basis of to be the person" ose m is! subscribed to the withipjinstrument and ac- knowledgedto mia he xecuted the same in 'ins th razed capacity(iol#4, and that by his i�tx signature(Lon the instrument the person*, - or the entity upon behalf of which the person(fr .Wed, executed the instrument. WITNESS my hand and official seal. No. 5193 OPTIONAL SECTION CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove in able to persons relying on the document. UAL CORPORATE OFFICER(S) TITLE(S) PARTNER(S) [:] LIMITED ❑ GENERAL E] ATTORNEYAN -FACT ❑ TRUSTEE(S) E] GUARDIAN /CONSERVATOR OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) SIGNATURE tONOTARY OPTIONAL SECTION TNIUTLE,,O�R TYPE F D U ENT fCC_�✓l.Ut41 M6 FS� DATE OF DOCUMENT 3 -9 -9 r _ SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 913D9 -7184 0 • January 24, 1994 CITY COUNCIL AGENDA ITEM NO. 1°I crtv of NEwPcr -: TO: Mayor & Members of the City Council .iQN 2 4 FROM: Utilities Department )VED SUBJECT: INTERIM MASS- GRADING & STORM DRAIN RELOCATION UTILITIES YARD PHASE II SITE WORK (CONTRACT NO. 2979) GROUNDWATER DEVELOPMENT PROJECT RECOMMENDATIONS: I. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids for construction of the project. • a. Bids to be opened at 11:00 a.m., on the morning of Wednesday, February 16th, 1994, at the office of the City Clerk. BACKGROUND & DISCUSSION: This portion of the City's Groundwater Development Project provides for interim mass - grading and some storm drain relocation necessary before the 3.0 million gallon water storage reservoir can be constructed at the Utilities Yard Site located at 949 West 16th Street. This project is a part of the City's plan to expand the Utilities Yard Site to enable construction of the reservoir and pump station. The plans provide for excavation of approximately 40,000 cubic yards of dirt to make room for the reservoir. The plans also provide for relocation of the existing reinforced concrete storm drain which is in a location that conflicts with the proposed reserve;-, The storm drain will be reconstructed so that it will also serve as the overflow conduit for the proposed reservoir. •The grading and storm drain relocation construction plans have been prepared to minimize duplication of efforts in future project phases. The plans and specifications were prepared by a private consulting civil engineering firm. The plans provide for construction of the relocated 42 -inch diameter reinforced concrete storm drain in a location that will allow its construction_ to be performed while the site is graded to a point where the pipe can be installed much shallower than if it were to be installed after this grading project is completed. This construction strategy will minimize the potential for timely delays associated with administering separate grading and storm drain contracts and will result in lower storm drain construction costs. (3el� • • Page 2 interim Mass Grading & Storm Dra�TRelocation for Reservoir Authorization to Advertise Bids January 24, I994 The proposed grading and storm drain relocation project construction will be performed by a private contractor. The Engineers' Estimate for the grading and storm drain construction costs is $190,000. The 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 - 98500018. Engineers' Cost Estimate Item Amount • Clear & grub site $2,340 Remove concrete bunkers & existing pipe racks 5,500 Remove existing storm drain pipe & catch basin Remove existing curb & mist. concrete, & asphalt 3,610 10,250 • gutter, Over- excavation & mist. earth movement 25,340 Site excavation (cut & fill placement) 66,080 Install 265 feet of 42 -inch RCP storm drain pipe 18,550 Install 450 feet of 36 -Inch RCP storm drain pipe 26,940 Install 40 feet of 30 -inch RCP storm drain pipe 2,100 Install 130 feet of 18 -inch RCP storm drain pipe 5,120 Construct reinforced concrete storm drain catch basins 6,000 Construct reinforced concrete junction structures 12,500 Install temporary asphalt pavement 1,420 Install 30 -inch CMP drainage riser pipes 3,000 Provide erosion control & rip -rap outlet 1,250 Total Estimated Cost $190,000 • The estimated time of completion for this interim mass - grading and storm drain relocation project is 60 calendar days. The City proposes for the contractor to commence construction as soon as is practical to allow the next phase of the reservoir construction to proceed on schedule. • • Page 3 Interim Mass Grading & Storm Drain Relocation for Reservoir Authorization to Advertise Bids January 24, 1994 •If the City awards the contract immediately after bids are received, (at the second Council Meeting in February), the resulting completion should be mid -April, 1994. Timely action by the City will insure that the overall reservoir and pump station project schedule can be maintained. Staff reviewed the proposed project with the Utilities Committee at their meeting on January 14th, 1994 and recommends approval. Respectfully submitted, JEFF 5TANFAq T- Jeff Staneart, P.E. Utilities Director J5: sdi • 0 Authorized to Publish Advertisements of all kinds including public notices by Decree of the Superior Court of orange County, California. Number A -6214, September 29, 1961, and A -24831 June 11, 1963. PROOF OF PUBLICATION STATE OF CALIFORNIA) ) Ss. County of Orange ) I am a Citizen of the United States and a resident of the County aforesaid; I am.over the age of eighteen years, and not a party to or interested in the below entitled matter. 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: January 27, 1994 February 1, 1994 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on February 1 It 1994 at Costa Mesa, California. Signature INVITING BIDS Sealed Bich. may be re- calved - at the office of the CBy Clerk, 3300 Newport Boulevard, Post Office Box. 1768, Newport Beach, Call fornla92659 -1768 .until 11:00 o'dock a.m. on 16th day of.February,.1994, at which time such bids shall) be orr*d and read for IN -I TER IM MASS GRADINO' AND STORM DRAIN FIELD, CATION PROJECT; t`;& Naet`:a: Engi -!, bear's Es9male 3190,000. Approved by the City CoundI this 24th day of January, 1994 Wanda E. Raggio, City Clerk Prospective bidders may obtain one set of bid doeu- ments at no cost M the of- fice of the Public Works Department, 3300 Newport Boulevard, Post Office Box 1768, Newport Beach, Caii- lomia 92659 -1768. For further information, call Jett - Staneart, Project Manager, at 644 -3011. Published Newport Beach -Costa Mesa Daily! Pilot January 27, February 1, 1994. ThT387 a6