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