Loading...
HomeMy WebLinkAboutC-3004(K) - Reach No. 2, 36-Inch Water Transmission Main - Groundwater ProjectMARK C. HARGAN 1300 Dove Street, Suite 200 Newport Beach, California 92660 Of Counsel: Telephone: (714) 851 -1229 Brian R. Meek Telecopier: (714) 851 -5014 January 22, 1997 Robin Clauson Assistant City Attorney Office of the City Attorney City of Newport Beach Post Office Box 178 Newport Beach, California 92658 -8915 JAN �' v I: � CITY ATTORNEY CITY OF NEWPORT BEACH Re: CK Pump & Dewatering - City of Newport Beach Settlement Agreement and Partial Release Dated June 26, 1996 Project: Ground Water Development Project 36 -Inch Water Transmission Main Reach City Project No. 3004 -K Dear Ms. Clauson: Rro7 In regard to the above - entitled matter and pursuant to the Settlement Agreement and Partial Release between the City of Newport Beach ( "City ") and CK Pump & Dewatering Corp. ("CK") dated June 26, 1996, enclosed please find the Extended Warranty issued by McWane to the City and CK for a period of 15 years that the pipe bell supplied by Pacific States Cast Iron Pipe Company to CK for the Reach 2 Project shall be free from any defects in manufacturing. The enclosed Extended Warranty bears the original signature of McWane, Inc. dated January 16, 1997. It is my understanding that under separate cover CK has mailed its original signature on the Extended Warranty. Please note paragraph 6 provides that as a condition precedent to the application of the Extended Warranty to the City, that it release to CK the retentions held pursuant to the Settlement Agreement in the sum of $49,189.59 or, as otherwise agreed in writing between the City and CK. Robin Clauson Assistant City Attorney Office of the City Attorney City of Newport Beach January 22, 1997 Page 2 If you have any questions, do not hesitate to call. sincerely, LAW OFFICES OF MARK C. HARGAN BY: MARK C. HARGAN MCH /dr Enclosure cc: CK Pump & Dewatering Corp. (clauson.192 /92003 -006) JRN 16 '97 07:49 FR HILL, FRRRER 213 624 4640 TO 12053247250 P.02 EXTENDED W R" 1. McWane, Inc. ( "McWanc ") does hereby warraut and guarantee to the City of Newport Beach ( "City ") and C.K. Pump & Dewatering Corp. ( "CK "), for a period of fifteen (15) years from the date of this Warranty, that the Pipe bells supplied by Pacific States Cast Iron Pipe Company, a division of McWane, to CK for the Reach 2 Project ( "Project ") shall be free from any defects in manufacturing. This guarantee shall not apply to the installation of the pipe or to any other cause other than a manufacturing defect in a pipe bell. 2. In the event any pipe bell supplied by McWane to the Project leaks and the City reasonably believes such leak was proximately caused by a manufacturing defect in a pipe bell supplied by McWane, the City will he barred from making any claim pursuant to this warranty unless McWane and CK receive notice from the City of the existence of the leak and are allowed twenty four (24) hours from receipt of such notice to send representatives to observe the removal and narking of any allegedly defective pipe bell; provided, however, in emergency situations, the City shall not be required to give such twenty -four (24) hour notice, but, instead, shall give immediate notice to McWane and CK of the occurrence and proceed to take whatever actions are necessary to remedy the problem and shall take reasonable steps to preserve the evidence. 3. Any claim under this warranty will be subject to the further condition precedent that City and CK agree that all testing of any pipe bell alleged to be defective shall be performed in the following manner: (a) Each of the parties shall be provided with samples of each piece of Pipe for which testing is requested by either party: (b) The parties shall test each sample of allegedly defective pipe bell in accordance with the provisions of ANSUAWWA C151IA21.51 -81; (c) Each of the parties shall be entitled to observe the other party's testing; and, (d) If requested by either party, flurher samples will be made available for testing by an independent testing facility chosen by the party(s) desiring additional testing. Each of the patties may also observe testing by any such testing facility. The results of such testing shall not be binding on the JRN 16 '97 07:50 FR HILL. FRRRER 213 624 4840 TO 12053247250 P.03 • parties, but shall simply be performed for the purpose of allowing each party that opportunity to form an opinion concerning the condition of the Pipe_ 4. The remedy provided by this extended warranty shall be limited to the reasonable cost of removal of any defective Pipe bells and the furnishing and installation of replacement pipe, together with any damage to tangible physical property that may result from any such defect. The remedy provided herein shall be the solo and exclusive remedy for a breach of the warranty set forth in paragraph 1, above. 5. Nothing herein shall extend, modify or expand the contract warranty of CK and its sureties to City. CK's participation, if any, in procuring and drafting this extended warranty, and McWane's agreement to provide this extended warranty shall not be construed as an admission of liability or waiver of rights of any kind. CK reserves all claims and defenses to any claim relating to CK's, and its subcontractors', installation of the pipe. This extended warranty is provided by McWane to the City pursuant to a Settlement Agreement and Partial Release date June 26, 1996 between CK and City ( "City Settlement Agreement "). This extended warranty as it relates to City is subject to the further condition precedent that City release to CK the retentions held by City pursuant to City's Settlement Agreement in the sum of $49,189.59 or as agreed in writing between City and CK. Notice under this extended warranty shall be deemed to have been duly served if it is in writing and delivered to the person or to a member of the firm or to an officer of the corporation for whom it was intended, or if delivered at or sent by registered or certified United States mail to the appropriate address below: If to McWane: Office of the Vice President and General Manger McWane Cast Iron Pipe Company Post Offi:,e Box 607 Birmingham, AL 35203 Phone: (205) 322 -3521 Facsimile: (205) 324 -7250 SAN 16 '97 07:51 FR HILL, FRRRER 213 624 4840 TO 12053247250 0 If to CK: C.K. Construction Ann.: Butch King Post Office Box 2800 Long Beach, CA 90001 -2800 and to: 2841 Gardena Avenue Signal Hill, CA 90806 DATED: 1 1 (-I9 7 McWANE, INC. Its: Ass+ 6,gAe. mj DATED: C. K. PUMP & DEWATERING CORP. 0 3 - ** TOTAL PAGE.04 ** 01/14/1"1 1�e: �d /14d515014 MARK C. HARGAN • If to CK: C.K. Consauetion Atta.: Butch King Post Office Box 2800 Long Beach, CA 90001 -2800 and to: 2841 Gardena Avenue SWW Hill, CA 90806 McWANE, INC. By: Its: DATED: C. K. P/- - -��A CORP. l ' � , (� By: !!� �.�'i / Its: �— b0'd SRN -14 -1997 13:10 U PAGE 04 ai 078V VZ9 CSZ : t3oftj 411tH W t•S :Zt [b. P1 Ndf 7148515014 94.% P.04 STOP NOTICE % m L L NOTICE TO WITHHOLD CONSTRUCTION FUNDS Y n a (Public or Private Work) a[3 C3 $ S C3 C3 0 © (Per California Civil Code Section 3103) To: CITY OF NEWPORT BEACH iNA,IE OF OWNER, PUBJC EDDY OP CONSTRUCTION FUND HOLDER) (ADDRESS n i0 7A ON SAVINGS 4ND LOAN AsFN., VSE ADDRESS OF BRANCH HOL01!i6 FIND) NEWPORT BEACH, CA 92658 -8915 (CITY, STATE AND ZIP) TAKE NOTICE THAT (NAME OF THE PERSON OR FIRM CLAIMING THE STOP NOTICE. LICENSED whose address is 7312 ORANGETHORPE BUENA PARK, Project:REACH #2 36" WATER TRANSMISSION (NAME) MAIN, CONTACT C3004 —K BANNING,BROOK- HURST, HUNTINGTON BEACH (CITY STATE AND ZIP) CA 90620 )R FIRM CLAIMING STOP has performed labor and furnished materials for a work of improvement described as follows: • "'` REACH #2 CONTRACT C- 3004 —K BANNING BROOKHURST HUNTINGTON BEA ILI INAMF AID LOCATOR OF THE PROJECT WHERE WORK OR MATERIALS 'x ERE FURNISHED) V N) The labor and materials furnished by claimant are of the following general kind: IKIND OF LABOR, SERVICES, FO:IPMFNi, JP MAiFRIAIG FURNISHED OF 'GREED 10 BE NRNISHEO 01 Ct FRdANiI . The labor and materials were furnished to or for the following party: `- C.K. CONSTRUCTION 6' (NAME OF THE PA IF Y' WHO ORDERED THE WJRY OR MA i HIALSI Total value of the whole amount of labor and materials agreed to be furnished is:......... The value of the labor and materials furnished to date is: ........................................... Claimant has been paid the sum of: ................................................................ ........... And there is due, owing and unpaid the sum of: .... ---- ............................................ 5 2124.98 s 2124.98 $ 0 $ 2124.98 You are required to set aside sufficient funds to satisfy this claim with interest, court costs and reasonable costs of litigation, as provided by law. You are also notified that claimant claims an equitable lien against any construction funds for this project which are in your hands. FIRM NAME: WEST COAST SAND & GRAVEL INC. By ,'?�a.r._ % /,a (NAME OF 'STOP NOTICE CLAmfANT) •In OR AG ErvT OF $t0V NOTICE CLMMAW MIST SIGN HERE AND VERIFY BELEM VERIFICATION I, the undersigned, say: I am the CREDIT MANAGER OF WEST COAST SAND & GRAVEL the claimant ( "PRESIDENT OF. "'MANAGER OF.- A PARTNER OF." -01.ER OF," "AGENT OF." ETC.) named in the foregoing Stop Notice; I have read said Stop Notice and know the contents thereof; the same is true of my own knowledge. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on JANUARY 16 97 at BUENA PARK, CA cKTE THIS DOCUMENT WAS RIBBON (NAME /OF CITY AND STATE WHERE NOTICE 1SIGNED) 1PEFSONPL 51G4AiVRE OF THE INDIVIDUAL WHO I5 SWEARING THAT THI'. CONTENTS CF STOP NOTICE ARE TRUE) REQUEST FOR NOTICE OF ELECTION (Private Works Only) (Per California Civil Code Section 3159, 31 61 , or 31 61 ) If an election is made not to withhold funds pursuant to this stop notice by reason of a payment bond having been recorded in accordance with Sections 3235 or 3162, please send notice of such election and a copy of the bond within 30 days of such election in the enclosed preaddressed stamped envelope. This information must be provided by you under Civil Code Sections 3159, 31 61 , or 3162. Signed: ICs AIMANT MUST ENCLOSE SELF ADDRESSED SrAMPm ENVELOPE) WOLCOTTS FORM 894 - Rev. 3 -94 (price class 3A) STOP NOTICE 01994 WOLCOTTS FORMS, INC. Before you use this form, read it, fill in all blanks, and make whatever changes are appropriate and necessary to your particular transaction. Consult alawyern you doubt SEE REVERSE SIDE FOR ADDITIONAL INFORMATION. the form's fitness for your purpose and use. Wolcons makes no representation or warranty, express or Implied, with respect to the merchantability or fitness of this form for an intended use or purpose. .:„ ADDITIONAL INFORMATION (1) On a public job, file a stop notice with the controller, auditor, or othe, public disbursing officer whose duty it is to make payments under the prime contract, or with commissioners, managers, trustees, officers, board of supervisors, board of trustees. Civil Code § §3179 -3214. (2) On a private job, file a stop notice with responsible officer or person at office or branch of construction lender administrating funds or with owner. Civil Code § §3156 -3175. (3) A stop notice is good only following the filing of a preliminary notice 20 days after the claimant first furnishes work or materials to the job site. Rules on preliminary notice for public ai:d private work vary, so consult an attornay if you are uncertain that you have complied with the notice requirements. (4) A bond for one and one quarter times the amount of the stop notice claim must accompany a stop notice served on a construction lender on private jobs -- a bond is not required on Public jobs or on a stop notice served on an owner for private jobs. INSTRUCTIONS FOR SIGNING AND VEHIFYINC'HIS FORM hCw ' pF1 "e :' dVlh:'iaF.0 agent ShOUIO sign It 1 "e c c ^td t- v a s- :P p c, ca i.:.V -r„ Less urli e' c' CPU, I :., ] We«' _ e 11T f the C. s I e5, P d^ au:ho :':el aGeni Sh OCId sla- Pe'e''p :Ca'a:.-v,mtl e.ama -es f,0P0PA , j(t,4 prf0;: 'rWCq = •F- tob9US isS - °ess Name; PARTNERC,+ v SOtt PH(PUIk'LR SHIP :;'.w, - C,-'A' Name of c'au°d::t JU ;m5)n Ile^ 1c=].1_ � Name o!Cleridr; hGtilT ';JR Ctl_1_C,_ v . � r. By Vent Capon t ^ .a unce e at pgl .r untie' 1 "v 11 Of the State Of "ov%'Of hdve to GC ^0'd [eo "owt ve' to he ':dh(1, the ven:Ica:mv P'tsi Co'lto.A the ]d!e ,t 1s signed o-C :1 0 s,q" ature 'ns 9'a ^onrc loon m :numed for the typ,cal sIt„ii -ons encoun eyed In the i.e d roolcated However, oeto +e you o gn read it till In all olankS, antl mjI,e whatever changes o'9 dOp':%onato ',no necessary to your 0afIu_!a1 IranShcilon Consul: i lawyer !I you douol the form -s tu•.ess !Or your pu'pose and use 7 ���6���77 ����I 39894 ��6 " -'_.1 ^aS 027 _e�•• -: £3i _I1C. _ Vdmeot - '[Deed C.LCr +. i•••l� �,�• F1Y/11�.SG —�? �- � „____.. _,.........— tl� ✓V'�,1..._� s �:..,.. :. "mil PARTNERC,+ v SOtt PH(PUIk'LR SHIP :;'.w, - C,-'A' Name of c'au°d::t JU ;m5)n Ile^ 1c=].1_ � Name o!Cleridr; hGtilT ';JR Ctl_1_C,_ v . � r. By Vent Capon t ^ .a unce e at pgl .r untie' 1 "v 11 Of the State Of "ov%'Of hdve to GC ^0'd [eo "owt ve' to he ':dh(1, the ven:Ica:mv P'tsi Co'lto.A the ]d!e ,t 1s signed o-C :1 0 s,q" ature 'ns 9'a ^onrc loon m :numed for the typ,cal sIt„ii -ons encoun eyed In the i.e d roolcated However, oeto +e you o gn read it till In all olankS, antl mjI,e whatever changes o'9 dOp':%onato ',no necessary to your 0afIu_!a1 IranShcilon Consul: i lawyer !I you douol the form -s tu•.ess !Or your pu'pose and use 7 ���6���77 ����I 39894 ��6 Martinez, Linda From: To: Subject: Date: Priority: Linda- 0 Moritz, Terresa Martinez RE: C- 3004K, CK Construction Friday, August 30, 1996 9:43AM High Please hold the release of this bond, we are still awaiting the warranty from the pipe manufacturer. Thanks, Terresa. From: Martinez, Linda on Fri, Aug 30, 1996 8:17 AM Subject: C- 3004K, CK Construction To: Moritz, Terresa 41 We are ready to send a bond release letter to this company. There is a stop notice in the file from Familian Pipe and Supply Co. for $60,598.67 with no corresponding release. Could you check on this for me. Without a release, we cannot release the bonds. Thanks again for your help. Page 1 Date RB 21 ' 6 STOP NOTICE l Mayor SENTTO: r, NK ❑Mayor California Civil Code Section 3103 1J Counc(krlen CERTIFIED # 133422 Attorney NOTICE TO: City of Newport Beach Public Works Dept. ❑ Bldg. Dir. 3300 Newport Blvd., Newport Beach, CA 92659 ❑ CenSery Dtc P P ❑ PB & R Dir. PRIME CONTRACTOR: CK Construction PlanningDit PW. D Chef OWNER or PUBLIC BODY: City of Newport Beach Public Works Dept. � eDirA /� SUB CONTRACTOR: CK Construction IMPROVEMENT KNOW AS: Newport Beach -Reach #2 Transmission Main, Hamilton & Bushard, Newport Beach, CA City of Newport Beach, County of Orange FAMILIAN CORP dba Familian Pipe and Supply Co., (referred to in this Claim as "Claimant "), 13704 Saticoy St., Van Nuys, Ca 91402, furnished pipe, plumbing materials, appliances and /or related plumbing, heating, air conditioning and building materials furnished for a work of improvement. The name of the person or company by whom claimant was employed or to whom claimant furnished materials is: CK Construction Total value of materials agreed to be furnished ..............................$ 272,119.19 Total value of materials actually furnished is .... ..............................$ 272,119.19 Total service charge paid .................................. ..............................$ 0.00 Credits issued, if any ......................................... ..............................$ 0.00 Amount paid on account, if any ....................... ..............................$ 211,520.52 Principal amount due after deducting all just credits .......................$ 60,598.67 YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project to satisfy claimant's demand and any additional sums as may be required by law. Date: 10- Jan -96 Name of Claimant FAMILIAN CORP dba Familian Pipe and Supply Co. VERIFICATION By: Cathy Landreth I, the undersigned, declare: I am the Legal Accounts Manager of FAMILIAN CORP dba Familian Pipe and Supply Co., the Claimant named in the foregoing Stop Notice; I have read said claim of Stop Notice and know the contents thereof, and I certify that the same is true on my own knowledge. I declare under penalty of perjury under the laws of the State of California the egoing is true and corre Executed on: 10- Jan -96 at Van Nuys, California(. /� L-yki- Cat�dreth Our File: CK Construction, #850118 CK CO*RUCTION IV P.O. Box 2800, Long Beach, CA 90801-2800 2841 Gardena Ave., Signal Hill, CA 90806 (310) 426-1558 FAX (310) 426-9714 February 13, 1996 LaVonne Harkless, City Clerk City of Newport Beach 3300 Newport Blvd. Newport Beach, CA. 92659-8915 Re; Newport Beach 316in Transmission Main; Reach 2 Corrected Stop Notice Release Bond Dear Ms. Harkless- R E C IVE D FEB 1� CITY CLERK CITY OF NEWPORT BEACIII We have corrected the terminology on the enclosed Stop Notice Release Bond per your instructions. Should additional information be required please contact the undersigned. Sincerely, 4-' Butch King ec Mark gun Law Offices Utilities Dept Aim Theresa Page - 1 Re: Newport Beach 36in Transmission Main, Reach 2- Stop Notice Release Bond Gentlepersons, Enclosed please find Stop Notice Release Bond NO TX 0912338 00 issued by Universal Surety of America to release the stop notice filed on the above referenced project by Pacific States Cast Iron Pipe Company- Upon your acceptance of this bond we shall release the City of Newport Beach from the pending litigation in this matter. We apologize for any inconvenience this may have caused the City and if any further information is required please contact our attorney Mr. Mark Hargan at 714 851 -1229. Charles Sincere , S. King Date �" �%� COPIES SENT M 0 MW ❑CaMWA ❑ mmw • GBlft MSWWA ❑PB&NDk • PIaMIN Ok ❑ P01INChlaf � Dlt 0 arte • - CK COARUCTION P.O. Box 2800, Long Beach, CA 90801 -2800 2841 Gardena Ave., Signal Hill, CA 90806 _ (310) 426 -1558 FAX (310) 426 -9714 RECEIVED January 31, 1996 JAN 31 1996 CITY CLFRX . NEWPORi aEACA - LaVonne Harkless, City Clerk City of Newport Beach 3300 Newport Blvd. Newport Beach, CA. 92659 -8915 Re: Newport Beach 36in Transmission Main, Reach 2- Stop Notice Release Bond Gentlepersons, Enclosed please find Stop Notice Release Bond NO TX 0912338 00 issued by Universal Surety of America to release the stop notice filed on the above referenced project by Pacific States Cast Iron Pipe Company- Upon your acceptance of this bond we shall release the City of Newport Beach from the pending litigation in this matter. We apologize for any inconvenience this may have caused the City and if any further information is required please contact our attorney Mr. Mark Hargan at 714 851 -1229. Charles Sincere , S. King Date �" �%� COPIES SENT M 0 MW ❑CaMWA ❑ mmw • GBlft MSWWA ❑PB&NDk • PIaMIN Ok ❑ P01INChlaf � Dlt 0 arte UNWASAL SURETY OF AMAICA 950 Echo Lane, Sutte 250, Houston, Texas 77024 Bond No. TX 0912338 00 BOND FOR RELEASE OF STOP NOTICE CALIFORNIA KNOW ALL BY THESE PRESENTS: Thatwe, C K Pump 6 Dewatering Corporation DBA: C K Construction Company Universal Surety of America a Texas as Principal(s), and corporation authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto The City of Newport Beach , as Obligee, in the penal sum of Four Hundred Eighty Thousand Eight Hundred Seventy Five and 84 /100ths. . ($ 480, 875.84 ) DOLLARS, lawful money of the United States of America, for the payment of which, well and truly to be made, we bind ourselves, our heirs, legal representatives, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal entered into a written contract to furnish labor and /or materials or both to The Citv of Newport Beach in connection with the construction of certain improvements located atBanning A3z nup h Brnnkhnrct Streat in the City of Huntington Beach, County of Orange, State of California - Groundwater Development Project 36" Water Transmission Main - Reach No. 2 - Contract C- 3004 -K _,and, WHEREAS, a certain Stop Notice dated October 31 , 191.. has been filed against certain funds which are due said Principal in connection with said contract in the amount of Three Hundred Eight Four Thousand Seven Hundred and 67 /100ths. . ($ 384.700.67 )DOLLARS, by Pacific States Cast Iron Pipe Company -- -- ......_.. — .... -_..— - _ and, WHEREAS, Principal disputes the correctness or validity of said Stop Notice and desires that the funds now due Principal under the provisions of said contract shall be delivered to Principal notwithstandine, sat Stop Notice, and, WHEREAS, Section 0 3171 /El 3196 of the California Civil Code requires that a bond in a penal sum equal to one and one quarter (11/4) times the amount of such Stop Notice be filed to secure the release of said funds. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the Principal shall fully protect the Obligee against any loss by reason of or arising out of the acceptance of this bond, or the release of said monies, or the payment thereof to Principal, and shall pay any sum which said Stop Notice Claimant may recover on the verified claim, together with the cost of suit in the ?ction, not exceeding the penal surn of this bond, then this obligation shale be void, otherwise to remain in full force and effect. SIGNED AND SEALED this 29th _ day of January 19- C K Pump & Dewatering Corporation DBA_ C_ Con uct�on Comp r+y_ US Univet/s41 Surety of PI✓c�ry',I CALIFORNIA ALL- PURPOlk ACKNOWLEDGMENT • State of CALIFORNIA County of LOS ANGELES On 2-13 -96 Data before me, A E MECHIKOFF, NOTARY PUBLIC Name and Title of officer (e.g., "Jane Doe, Notary Poblie) personally appeared CHARLES S. KING" CXpersonally known to me – be the persons) whose name(*) is /aNS subscribed to the within instrument and acknowledged to me that he /sfia/ 7e# executed the same in his /LWftir authorized capacity(ik$�, and that by his /bt*k k signatureW) on the instrument the person(, or the entity upon behalf of which the person(W acted, executed the instrument. Description of Attached Document Title or Type of Document: Document Date: RELEASE OF STOP NOTICE BOND 1 -29 -96 Signer(s) Other Than Named Above: Number of Pages: 1 ATTORNEY –IN –FACT Capacity(ies) Claimed by Signer(s) Signer's Name: CHARLES S. KING ❑ Individual Corporate Officer Title(s): PRESIDENT ❑ Partner — ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ T t rus ee ❑ Guardian or Conservator O . - ❑ Other ITop of thumb here Signer Is Representing: PUMP & DEWATERING CORP CK CONSTRUCTION Signer's Name: ❑ Individual ❑ Corporate Officer Title(s): ❑ Partner — r❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Top of thumb here Signer Is Representing: ® 1994 National Notary Association • 8236 Rommel Ave., P.O. Box 7184 • Canoga Park, CA 91309-7184 Prod. No. 5901 neomen l rxj ,oa`x, . --o- WITNESS my hand and official seal. '••- AE MECHIK07 Commission S1 California L Notary Public — California Los MBeles County tdy Comm. Expires Oct Y2. 1999 F Signature of Notary P OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: RELEASE OF STOP NOTICE BOND 1 -29 -96 Signer(s) Other Than Named Above: Number of Pages: 1 ATTORNEY –IN –FACT Capacity(ies) Claimed by Signer(s) Signer's Name: CHARLES S. KING ❑ Individual Corporate Officer Title(s): PRESIDENT ❑ Partner — ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ T t rus ee ❑ Guardian or Conservator O . - ❑ Other ITop of thumb here Signer Is Representing: PUMP & DEWATERING CORP CK CONSTRUCTION Signer's Name: ❑ Individual ❑ Corporate Officer Title(s): ❑ Partner — r❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Top of thumb here Signer Is Representing: ® 1994 National Notary Association • 8236 Rommel Ave., P.O. Box 7184 • Canoga Park, CA 91309-7184 Prod. No. 5901 neomen l rxj ,oa`x, . --o- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Orange On January 29, 1996 DATE E before me, Randy Soohn, Notary Public , NAME, TITLE OF OFFICER - E.G.,'JANE DOE, NOTARY PUBLIC" personally appeared Ralph Eidem, Jr. NAME(S) OF SIGNER(S) No. 5907 ® personally known to me - OR - ❑ 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), RANDYSPOHN or the entity upon behalf of which the COMM. d 9836M a M person(s) acted, executed the instrument. IdrCanikhlE* MAT WITNESS my hand and official seal. I ctnno �. IGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑D ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NWE OF PERSON(S) OR ENTITY(IES) Universal Surety of America DESCRIPTION OF ATTACHED DOCUMENT Bond for Release of Stop Notice TITLE OR TYPE OF DOCUMENT One 1/29/96 NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE ®1993 NATIONAL NOTARY ASSOCIATION - 8236 Remme Ave., P.O. Box 7184 - Canoga Pads. CA 91309 -71 B4 *ERSAL SURETY OF AMER# UNIVERSAL SURETY OF AMERICA P.O. BOX 1068 *Houston, Texas 77251 -1068 GENERAL POWER OF ATTORNEY- CERTIFIED COPY a,.arawwr TX 0912338 00 Know All Men by These Presents, That UNIVERSAL SURETY OP AMERICA, a corporation duty organised and existing under the laws of On State of Texas. and having its principal office in Houston, Texas, floes by these presents make, constitute and appoint _ Ralph Eidetn, Jr. Its true and lawful Atlorney(*in -Fact with full power and authority hereby confetrod in its name, place end atead, to execute, acknowledge and deliver bonds for principal,• C K Pump & Dewatering Corporation DBA: C K Construction Co. Obligee. City of Newport Beach Amount. 5480,975.84 U and to bind the company thereby as fully and to the same extent a if such bonds were signed by the President, sealed with the corporate meal of the . , company and duly attested by its secretary, hereby ratifying and confirming all that the said Anorney(s)-in -Pact may do within the above stated ad limitations. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of Universal Surety of W America at a meeting held an the 11th dry of July. 1984. �R g' Me It Resolved, that the President. and any Vice President, Secretary or any Assistant Secretary shall be and it hereby vested with full power W and authority to appoint any one or more suitable persons sm Attorney(s)-in-Foot to represent and act for and on behalf of the Company." a "RESOLVED that the signature of any officer of the corporation, and the sea] of the corporation may be affixed or printed by faeaimilib to any F power of attorney of the corporation, and that much printed facalmilie signature and seal shall be valid and binding upon the corporation." W a to a a: tj z In Witness Whared, Universal Surely of America has caused theme presents to be signed by Its President, John Koosr Jr. and Its corporate sal to be hereto affixed this 15th day or April, A.D., 1995. sxgr" State of Texas ssi County of Harris UNIVERSAL SURETY OF AMERICA ox, Jr. President Or this 15th day of April, in the year of 1995, before me Rhonda K. Wilke, a notary public, personally appeared John Knox, Jr., Personally known to be the person who executed the within instrument as President, on behalf of the corporation therein named and acknowledged to me that the corporation executed it Vo- Nalay PaWic .p I, the undersigned Secretary of Universal Surety of America, hereby certify that the above and foregoing is a full, true and Correa copy A 4w Original Power of Attorney issued by said Company, and do hereby further certify that the aid Power of Attorney is still in affecL GIVEN under my hand and the seat of said company, at Houston, Texas, this 29TH day of _ JANUARY .19 96 As .a[an[Seeretery For verification of the authority of thin power you may tolephone (713) 722 -4600, UN IV E R S A L S I I R R T Y f1 F AM F. R I VA 11t�a�NSkfIfEl�y�lf�t C7 C lT1 r CA m ti d a rrl A UNIVERSAL SURETY OF AMESCA 950 Echo Lane, Suite 250, Houston, Texas 77024 BOND FOR RELEASE OF STOP NOTICE CALIFORNIA KNOW ALL BY THESE PRESENTS: Bond No. TX 0912338 00 Thatwe, C K Pump & Dewatering Corporation DBA• C K Construction Contpany as Principal(s), and Universal Surety of America a Texas corporation authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto City of Newport Beach as Obligee, in the penal sum of ($ $480, 875.84 ) DOLLARS, lawful money of the United States of America, for the payment of which, well and trulyto be made, we bind ourselves, our heirs, legal representatives, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal entered into a written contract to furnish labor and /or materials or both toPacific States Cast - Iron Pipe Company A Division of Mowane, Inc. in connection with the construction of certain improvements located at Bannine Avenue & Brookh- Lat Street_ -- in the City of Huntington Beach, County of Orange,-State of California_- - - - - - -- - -- and, WHEREAS, a certain Stop Notice dated. October 31 ._-, 19.-2 has been tiled against certain funds which are due said Principal in connection with said contract in the amount of Three gund_r._ed�ighSv Four Tho> Viand Seven Hundred and_67 /100ths (g 384,700.67 • Cast_Iron _Pi pe- Company___. , - - - -- — - .., and, WHEREAS. Principal disputes the correctness or validity of said Stop Notice ano desiresihal the funds now due Principal under the provisions of said contract shal! be delivered to Principal r:otwithstanding said Stop Notice, and, WHEREAS, Section ❑ 3171 /LJ 3196 of the California Civil Code requires that a bond in a penal sum equal to one and one quarter (11/4) times the amount of such Stop Notice be filed to secure the release of said funds. NOW, THEREFORE. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the Principal shall fully protect the Obligee against any loss by reason of or arising out of the acceptance of this bond, or the release of said monies, or the payment thereof to Principal, and shall pay any sum which said Stop Notice Claimant may recover on the verified claim, together with the cost of suit in the action, not exceeding the penal sum of this bond, then this obligation shall be void. otherwise to remain in full force and effect. SIGNED AND SEALED this 29th day of January 1 19 C K Pump & Dewatering Corporation By Univer-a Set of Am rica By Ralph CALWORN1A ALL•PURPOft ACKNOWLEDGMENT • State of CALIFORNIA County of LOS ANGELES On 1 -31 -96 before me, A E MECHIKOFF, NOTARY PUBLIC Data Name .no Title of OBicer (e.g., "Jane Doe, Notary Pubfic ) personally appeared CHARLES S. KING" Name(.) of signer(s) X1 personally known to me – to be the person( whose nameYs) is /alesubscribed to the within instrument and acknowledged to me that he%keftmWexecuted the same in hisft3ft3 it authorized capacityM), and that by his /INpMor signature(V on the instrument the perso*), or the entity upon behalf of which the person) acted, executed the instrument. WITNESS my hand and official seal. A E MECHIKOFF /'� /� j' j Commission California / / /� JJI�j� Z `m Notary Public — Colifr { 1 U fi(i(, ¢t // Los Angeles County My Comm. Expires Oct Y2. 1999 1 nature sig of Notary tub Ic OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: RELEASE OF STOP NOTICE 1 -29 -96 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: CHARLES n X1 ❑ KING Individual Corporate Officer Title(s): PRESIDENT Partner — ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: PUMP & DEATERING CORPOR a CK CONSTRUCTION Number of Pages: ATTORNEY –IN –FACT Signer's Name: ❑ Individual ❑ Corporate Officer Title(s): 0 Partner — ❑ Limited ❑ General Attorney -in -Fact Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing RIGHT THUMBPRINT OF SIGNER I ®1994 National Notary Association • 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 91309 -7184 Prod. No. 5907 Reorder: Call Toll-Free 1- 600 -876 6827 y • CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Orange On January 29. 1996 before me, Alicia D. Smith, Notary Public DATE NAME, TITLE OF OFFICER - E.G.,'JANE DOE, NOTARY PUBLIC' personally appeared Ralph Eidem, Jr. NAME(S) OF SIGNER(S) No. 5907 © personally known to me - OR - ❑ 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), 0MALICIAD.SMITH or the entity upon behalf of which the ...0 CONIM.N9 W'0' Z person(s) acted, executed the instrument. � ULL•C+YAiiRBA p ORANGE COUN Y Nly Commissbn Expires Jan. 24, 19ir WITNESS my hand and ofcial ea l. _ RE 6E.WOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) Universal Surety of America DESCRIPTION OF ATTACHED DOCUMENT Bond for Release of Stop Notice TITLE OR TYPE OF DOCUMENT One 1/29/96 NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE ®1993 NATIONAL NOTARY ASSOCIATION • 6236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 91309-71B4 d U OG W 4 W d u.l P.' ,7 r/7 d rn W H z 1 CftKaUM [0MMUNOERSAL SURETY OF AMERI UNIVERSAL SURETY OF AMERICA P.O. BOX 1068 *Houston, Texas 77251 -1068 GENERAL POWER OF ATTORNEY - CERTIFIED COPY 3.6 wow TX 0912338 00 Know All Men by There Presents, That UNIVERSAL SURETY OF AMERICA. a corporation duly organized and existing under the laws of the State of Texas. and having its principal office in Houston, Texas, does by theme presents make, constitute and appoint _ Ralph Eidem, Jr. Its true end lawful Attorney(s )-in -Fact, with full power and authority hereby conferred in its name, place and stead m execute, acknowledge and deliver bonds for Principal: C K Pump do Dewatering Corporation DBA! C K Construction Co. Obligee: City of Newport Beach Amount: 5480,975.94 and to bind the oompany thereby as fully and to the same extent as if such bonds were signed by the President, Pealed with the corporate meal of the company and duly attested by its secretary. hereby ratifying and confirming all that the said Anorney(s) -in -Pact may do within the above stated limitations. Said appointment is merle under and by authority of the following resolution adopted by the Board of Dkwtota of Universal Surety of America st a meeting held on the 11th day of July. 1984. "Be It Resolved that the President. and any Vice President, Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Ahomay(a )-in•Fact to represent and act for and on behalf of the Company." "RESOLVED that the signature of any offioer of the corporation, and the teal of the rorponstion may be affixed or printed by factimilie to any power of attorney of the corporation, and that such printed fac imilie signature and seal shall be valid and binding upon the corporation." In Witness Whereof, Universal Surety of America has caused these presents to be signed by Its President, John Knuz, Jr. and Its corporate seal to be hereto affixed this 131h dap of April, A.D., 1995, QW%w i`� State Of Texa 2�0) era: County of Harris UNIVERSAL SURETY OF AMERICA (2& Id ax, Jr. Presides On this 16th day of April, in the year of 1995, before me Rhonda K. Wilke, a notary public, personally apeeared John Knox, Jr., personally known to be the person who executed the within instrument as President, an behalf of the corporation therein named and acknowledged to me that the corporation executed it j. -i ' I, the undersigned Secretary of Universal Surety of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the maid Power of Attorney is still in of tex. GIVEN under my hand and the seal of said company, at Houston, Texas, this 29TH day of JANUARY , 196 Ar, aanrSeerteq For verification of the authoriry of this power you may tolephow (713) 722 -4600. NI VERSA L RIIRF.TY OF AMFRICA C C tri W w l" Y/] C ter �-i �G 9 07 n a Stop Notice CALIFORNIA CIVIL CODE SECTION 3103 NOTICE TO ___ BILLING DEPT CITY OF NEWPORT BEACH _ (Nmne of Cornrtruction Lender, Puhlic Bodv or Owner) PO BOX_ 1768 NEWPORT BEACH CA 92658 -8915 /Address) (If Private Job — file with responsible officer or person at office or branch of construction lender administering the construction funds or with the owner — CIVIL CODE SECTIONS 3156 - 3175) (If Public Job — file with office of controller, auditor, or other public disbursing officer whose ke payments under provisions of the contract — CIVIL CODE SECTIONS 3179 - 3214) - Prime Contractor: Sub Contractor (If Any) Owner or Public Body: - Improvement known as - 36 "_ WATER inatthhe��(City offf���1H1�U,NTINGTON BEACH , County of ORANGE �lic:IFICa�TA'i CAST IRON PIPE COMPANY - ..DTVT4TON OF _M(WANF TNC Claimant, a _ CORPORATION _ /Claimant) %CorporationlParinership /.Sole Proprietorship) furnished certain labor, service, equipment or materials used in the above described work of improvement. The name of the person or company by whom claimant was employed or to whom claimant furnished labor, service, equipment, or materials is ,_... C K CONSTRUCTION COMPANY (Name of Suhcon trurtor/ Contraetor /Owner- Builder) 2841 GARDENA AVE SIGNAL HILL, CA 90806 The kind of labor, service, equipment, or materials furnished or agreed to be furnished by claimant was 36" DUCTILE IRON WATER PIPE Total value of labor, service, equipment, or materials agreed to be furnished......... $ 526,177.24 Total value of labor, service, equipment, or materials actually furnished is............ $ 526,177.24 Credit for materials returned, if any ............................... ............................... $ .00 Amount paid on account, if any .................................... ............................... $ 141,476.57 Amount due after deducting all just credits and offsets ...... ............................... $ 384,700.67 YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project to satisfy claimant's demand in the amount of $ 384,700.67 and in addition thereto sums sufficient to cover interest, court costs and reasonable costs of litigation, as provided by law. A bond (CIVIL- CODE SECTION 3083) is not attached. (Bond required with Stop lis /is not) Notice served on constructions lender on private jobs — bond not required on public jobs or on Stop Notice served on owner on private jobs). Date --QCPOBER 31, 1995 _ Dame of Claimant _ PACIFIC STATES CAST IMI PIPE COMPANY C .Y'o el`13 a By m o r 17"M • 1 > > VERIFICATION & ASSIS'T'ANT SECRETARY I, the undersigned, state: 1 am the AGENT OF ('Agent of'; "President of'; 'A Partner of'; "Owner of'; etc.) the claimant named in the foregoing Stop Notice; I have read said claim of Stop Notice and know the contents thereof, and I certify that the same is true of my own knowledge. I certify (or delcare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on OCTOBER 31 19 95 _ at P V State of -. UTAH (Signature ft C aimmn or Authorized Agent) REQUEST FOR NOTICE OF ELECTION (Private Works Only) If an election is made not to withhold funds pursuant to this stop notice by reason of a payment bond having been recorded in accordance with Sections 3235 or 3162, please send notice of such election and a copy of the bond within 30 days of such election in the enclosed preaddressed stamped envelope to the address of the claimant shown above. This information must be provided by you under Civil Code Sections 3159, 3161 or 3162. Signed: ,_._ _ (Cluirnant must enclose self addressed stamped envelope) BICA FORM 4 (FSNOI) 1/1/89, 5000 RECORDING REQUESTABY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Recorded in the COUn y of Orange, California Gary L. Granville, Clerk /Recorder IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII11111111111111111 No Fee 19960360256 10:13am 07/16/96 005 8006897 08 21' N12 1 7.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant to Government Code Section 61.03" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and CK Construction as Contractor, entered into a Contract on February 13, 1995 Said Contract set forth certain improvements, as follows: • -Tnch Water Transmission Main Reach No. 2 Groundwater DeyelQpaot Project C• • 00 Work on said Contract was completed on April 19, 1996 , and was found to be acceptable on July 8, 1996 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is TIG Premier Insurance Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on <<.; -� / `I at Newport Beach, California. AIL City Clerk • • ri CITY COUNCIL ' OF NEWPORT BEA CH JUL i July 8, 1996 • j CITY COUNCIL AGENDA C APPPPaLFD ITEM NO. 9 TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: NOTICE OF COMPLETION - 36 -INCH WATER TRANSMISSION MAIN REACH NO. 2 GROUNDWATER DEVELOPMENT PROJECT CONTRACT NO. C- 3004 -K RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. DhSCUSSION: The contract for the construction of the Groundwater Development Project 36 -Inch Water Transmission Main - Reach No. 2 has been completed to the satisfaction of the Public Works Department. The contractor was CK Construction of Signal Hill, California. The bid price was $ 1,518,762.00 Amount of change orders $ 173,133.76 Less liquidated damages ($ 120,000.00) Total contract cost $ 1,571,895.76 Funds for the project were budgeted in the following account: Description Account Number Amount Water Wells and Transmission Pipelines 7504- C5500094 $ 1,571,895.76 A total of two (2) change orders were issued to complete the project, each comprised of several components. The majority of the change orders dealt with field changes, initiated by the City of Huntington Beach. 1. A change order increase of $185,587 for extra work due to field changes and differing site conditions. a. Change in profile due to unmarked electrical conduit $ 65,629 b. Excavation and disposal of unmarked. 6" oil line $ 25,160 c. Additional asphalt paving requested by Huntington Beach $ 62,164 d. Misc. utility interference and differing site conditions 32,634 Total $185,587 Page 2 GWDP - 36 -Inch Water Transmission Main - Reach No. 2 Notice of Completion C- 3004 -K July 8, 1996 • 2. A change order decrease of $12,454.00 to delete Item Nos. 6 & 7 from the contract for connecting to the Seawater Line and the water main at the Santa Ana River and additional traffic loop replacement and pavement as requested by the City of Huntington Beach. a. Delete tie -ins to Seawater Line & from original contract $ (18,750) b. Replace traffic loops requested by Huntington Beach $ 805 c. Additional asphalt paving requested by Huntington Beach $ 2,000 d. Misc. utility interference and differing site conditions $ 3.491 Total $ (12,454) The scheduled completion date for this project was September 11, 1995. The construction schedule was revised to account for differing site conditions, unknown utility interference, rain days and additional paving efforts as requested by the City of Huntington Beach. The City allowed for an additional 75 calendar days to the overall schedule. The revised completion date was December 4, 1995. The contractor completed the project on April 19, 1996, 142 days behind the revised construction schedule. The City and CK Construction have reached an agreement regarding the extension of the construction period and liquidated damages that will be assessed to the Contractor. The agreed upon amount of liquidated damages for this project is $120,000 and is reflected in the total contract amount. Respectfully submitted, PUBLIC WORKS DEPARTMENT Don Webb, Director e By: Michael J. Sinacori, P.E. Utilities Engineer MJS:sdi Attachment: Project Location Map LOCATION MAP (7,Rou,,TDw.3TER DEVELOPNMN7 PROJECT 1 S:7E -7 51 D ��MIL-- 061 S7 3 7 Z; 17 Pij.,AP STATION lii4 j, REAC.H 16T.-I ST/ 30" & 36'" SS6, CH L � • 0 !. CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 TO: FINANCE DIRECTOR 3 ` 13 ` FROM: CITY CLERK DATE: March 13, 1995 SUBJECT: Contract No. C- 3004 -K Description of Contract Groundwater Development Project 36 -Inch Water Transmission Main - Reach No. 2 Effective date of Contract February 13,_1995 Authorized by Minute Action, approved on February 13 1995 Contract with CK Construction Address P.O. Box 2800 Beach, CA 90801 -2800 Amount of Contract $1,518,762.00 WGG'f `f/��G��J/ Wanda E. Raggio V City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach 0 NOTICE INVITING BIDS f Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92659 -8915 until 1:30 P.M. on the 1st day of February . 1995. at which time such bids shall be opened and read for GROUNDWATER DEVELOPMENT PROJECT 36 -INCH WATER TRANSMISSION MAIN - REACH NO.2 Title of Project C- 3004 -K Contract $1.613.500 Engineer's Estimate Approved by the City Council this 9th day of Januau 1995 OA4 �7 Aa-4 Wanda E. Rag" City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Post Office Box 1768, Newport each, California 92659 -8915 For further information, call Jeff Staneart at 644 -3011 Project Manager CITY CLERK'S COPY 0 0 CITY OF NEWPORT BEACH UTILITIES DEPARTMENT GROUNDWATER DEVELOPMENT PROJECT 36 -INCH WATER TRANSMISSION MAIN - REACH NO. 2 CONTRACT NO. C -3004- K 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- 3004 -F in accord with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: NOTE: All applicable sales taxes, State and /or Federal, and any other special taxes, patent rights or royalties shall be included in the prices quoted in this proposal. SCHEDULE OF WORK ITEMS ITEM APPROX. UNIT TOTAL NO QUANTITY DESCRIPTION PRICE AMOUNT 1 Lump Sum Mobilization, demobilization and cleanup for the lump sum price of Six Thousand One Hundred Dollars and No ----------------- Cents. L.S. Lump Sum Pl -a $ 6,100.00 0 9 SCHEDULE OF WORK ITEMS ITEM APPROX. UNIT TOTAL NO QUANTITY DESCRIPTION PRICE AMOUNT 2 3 6,262 L.F. Furnish and install 36 -inch water main complete in place for the unit price of Two Hundred Nine - - -- Dollars and Eighty-nine --------- Cents. per Lineal Foot Select Pipe Material: X Ductile Iron Pipe _ CML & tape wrapped Steel Pipe $ 209.89 $ 1,314,331.18 1 EA. Furnish and install 30 -inch valve and valve vault complete in place for the unit price of Seventy -two Thousand Three Hundred Thirty - -- Dollars and No----------- - - - - -- Cents. per Each 4 7 EA. Furnish and install 2 -inch Air and Vacuum Release Valve assembly complete in place for the unit price of Three Thousand Two Hundred Eleven - -- Dollars and No ----------------- Cents. per Each 5 6 EA. Furnish and install access blowoff assembly and manhole complete in place for the unit price of Ten Thousand Fifty- five- - - - - -- Dollars and No----------- - - - - -- Cents. per Each Pl -b $72,330.00 $72,330.00 $ 3,211.00 $_22,477.00 $ 10,055.00 $ 60,330.00 0 9 SCHEDULE OF WORK ITEMS ITEM APPROX. UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 6 Lump Sum Install connection to existing 30 -inch Seawater Line for the lump sum price of Three Thousand Six Hundred Twenty- Three - Dollars and No----------- - - - - -- Cents. L.S. $ 3,623.00 Lump Sum 7 Lump Sum Install connection to existing 30 -inch water main at Santa Ana River for the lump sum price of Fifteen Thousand One Hundred Twenty- Seven - -- Dollars and No ------------------ Cents. L.S. $ 15, 127.00 Lump Sum 8 1 EA. Furnish and install single anode and and corrosion test station complete in place for the unit price of Two Thousand Four Hundred - Dollars and No - - -- - - - -- Cents. $ 2,400.00 $ 2,400.00 per Each 9 8 EA. Furnish and install dual clustered anode and corrosion test station complete in place for the unit price of Two Thousand Four Hundred Thirty- Six -- Dollars and No ----------------- Cents. $2,436.00 $19,488.00 per Each 10 4 EA. Furnish and install triple clustered anode and corrosion test station complete in place for the unit price of Two Thousand Five Hundred Sixteen - - -- Dollars and No----------- - - - - -- Cents. $ 2,516.00 $ 10,064.00 per Each Pl -c 0 0 SCHEDULE OF WORK ITEMS ITEM APPROX. UNIT TOTAL NO QUANTITY DESCRIPTION PRICE AMOUNT 11 1 EA. Furnish and install insulating flange kit and corrosion test station complete in place for the unit price of Three Thousand Two Hundred Forty- Two - - - - -- Dollars and No ----------------- Cents. per Each 12 19 EA. Pothole utility not potholed during design for the unit price of Four Hundred Fifty-one ----- Dollars and No ----------------- Cents. per Each 13 Lump Sum Pressure test, disinfect and flush new water main for the lump sum price of Five Thousand Four Hundred Ninety- Eight - - - -- Dollars and $ 3,242.00 $ 3,242.00 $ 451.00 $ 8,569.00 No---- - - - - -- Cents. L.S. $ 5,498.00 Lump Sum 14 Lump Sum Provide traffic control for the project for the lump sum price of Twenty Thousand Nine Hundred Seventy- Seven -- Dollars and No---------------- -Cents. L.S. $20,977.00 Lump Sum 15 Lump Sum Excavation safety measures including adequate sheeting, shoring and bracing or equivalent methods for the protection of the life and limb, which shall comply to applicable safety orders for the lump sum price of Three Thousand Three Hundred Twenty- Four - -- Dollars and No----------- - - - - -- Cents. L.S. $ 3,324.00 Lump Sum Pl -d SCHEDULE OF WORK ITEMS ITEM APPROX. UNIT TOTAL NO QUANTITY DESCRIPTION PRICE AMOUNT 16 Lump Sum Replace traffic loops damaged by construction for the lump sum price of Two Thousand Nine Hundred Twenty- Eight - - -- Dollars and Pl -e No ----------------- Cents. L.S. $ 2,928.00 Lump Sum 17 Lump Sum Protect in place or remove and replace the existing 12 -inch A.C.P. water line at Bushard Street and Banning Avenue for the lump sum price of Three Thousand One Hundred Two - -- Dollars and No ----------------- Cents. L.S. $ 3,102.00 Lump Sum 18 Lump Sum Protect in place or remove and replace the existing 48 -inch R.C.P. storm drain at Pipe Station 273' +28 ± for the lump sum price of Nine Hundred Fifteen - - -- -Dollars and No ----------------- Cents. L.S. $ 915.00 Lump Sum 19 600 L.F. Remove and dispose interfering portion of the existing abandoned 2 -inch gas line for the unit price of No----------------- Dollars and Ten---------- - - - - -- Cents. $ 0.10 $ 60.00 per Linear Foot Pl -e 0 0 SCHEDULE OF WORK ITEMS ITEM APPROX. UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 20 1,270 L.F. Remove and dispose interfering portion of the existing abandoned 6 -inch gas line for the unit price of No------- --------- Dollars and - - -- Cents. per Linear Foot TOTAL PRICE IN WRITTEN WORDS (Bid Items 1 -20) One Million Five Hundred Seventy Five Thousand Twelve -- - - - - -- Dollars and $ 0.10 $ 127.00 hteen Cents. Total Price $ 1,575,012.18 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 CK Pump E Dewatering Corporation dba CK Construction Bidder's Address P.O. Box 2800 Beach, California 90801 -2800 Bidder's Telephone Number f310) 426 -1558 Contractor's License No. & Classification 287923 Class "A" Expiration Date July 31. 1995 February 1, 1995 S( Charles S. King, President Date Authorized Signature & Title Pl -f • • SCHEDULE OF WORK ITEMS The following "Deduct' blanks are provided for potential use by the Bidder, if desired, for last - minute reductions in the bid amount. Following the "Deducts" (if any), the Bidder is to indicate the Total Price in Written Words. D ED U CT - List Bid Items affected and amount: TOTAL DEDUCT Item No. DEDUCT AMOUNT (WORDS) AMOUNT 2 Forty-Six Thousand Two Hundred Fifty - - - - -- Dollars and Eighteen ------------------------------------------------------- Cents. $ 46.250.18 2 Ten Thousand ------------------------- -------- - ----- Dollars and No--- ---- ----- - - - - -- --------------- ------------ ---------- - - - - -- Cents. $10.000.00 lars and Dollars and SUBTOTAL DEDUCT Subtotal of Deducts: AMOUNT Fifty -Six Thousand Two Hundred Fifty-------- - - - - -- Dollars and Eiohteen ------------------------------------------------------- Cents. $ 56.250.18 Total Price in Written Words (subtotal of Bid Items 1 through 20 Less Subtotal Deducts): One Million Five Hundred Eighteen Thousand Seven Hundred Sixty -two Dollars and ---- ----------------- - - - --- Cents. P1 -g $1,518,762.00 ATTACHMENT NO. 7 Addendum received by: CK Pump & Dewatering Corp. Bidder: dba CK Construction Date: 2 -01 -95 Signature: S/ Charles S King President Page 12 of 12 for Addenda Number 1 (Sent January 27, 1995) INSTRUCTIONS TO BIDDERS Page 2 The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS. 1.PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10`%, of total bid price) 5. NON - COLLUSION AFFIDAVIT 6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10 %, of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the documents. The City of Newport Beach will not permit a substitute format for the documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. CK Pump E Dewatering Corporation 287923 Class "A" dba CK Construction Cuntr's Lic. No. & Classification Bidder February 1, 1995 S /Charles S. King, President Date Authorized Signature/Title 0 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. Subcontractor Address Subcontract Work 1. Pavement Coatis Cypress California Slurry Seal 7 1 11 CK Pump & Dewatering Corporation dba CK Construction Bidder S /Charles S King President Authorized Signature /Title BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, • Page 4 That we, CK Pump & Dewatering Corporation dba: CK Construction, as bidder, and TIG Premier Insurance Company . as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of One Hundred Sixty Thousand Dollars ($160.000.00), 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 Groundwater Development Project 36 inch Water Transmission Main - Reach No 2 C- 3004 -K Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver to said City the "Payment" and "Faithful Performance contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) after the date of the mailing of Notice of Award to the above bounded bidder by and from said City, then this obligation shall become null and void; otherwise it shall be forfeited to the said City. In the event that any bidder above named executed this bond as an individual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 31st day of fanuary 1995. (Attach acknowledgment of CK Pump & Dewatering Coro dba• CK Construction Attorney -in -Fact) Bidder Notary Public S/ Charles S Kind President Authorized Signature /Title TIG Premier Insurance Company Commission Expires Surety By: S /Tohn A Ruiz Attorney in Fact Title: Tohn A Ruiz Attorney in Fact State Of CALIFORNIA County Of LOS ANGELES On 2 -01 -95 (DATE) before me, A E MECHIKOFF, NOTARY PUBIS INAMETTLE OF OFFICER.,... VANE DOE. NOTARY PUBLIC-1 personally appeared CHARLES S.KING INAMEISI OF SIONERISII ****************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** ****************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** CB personally known to me -OR- ❑ pSi =XtbXXM11XbXX XXX)fXXXX&k tZ01V UTdWF.gX to be the person(x) whose name(z) Is/A)w subscribed to the within instrument and acknowledged to me that he/,qxk19= executed the same in his /K=NYXr authorized capaclt and that by his/ X signature($) on the instrumentthe personal, or the entity upon behalf of which the person(x) acted, executed the instrument. Witness my hand and official seal. �, OFFICIAL E NOTARY SEAL A E MECHIKO'rF �; ° Is POblk— caWaNe lil �l iirt C�J -1 y 'Yw AN'v_LES COUNTY Mj Comm. Expires OCT 12.1%`3 f- (SIGNATURE OF NOTA 7 ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also 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 BIDDERS BOND Number of PeOea 1 oeteot Document 1 -31 -95 SURETY signerlal Other Then Nemed Above WOLCOTTS FORM 03140 Rev. 3-94 (Viet RIGHT THUMBPRINT IOptionel) 3 a `o CAPACITY CLAIMED BY SIGNER(S) OINDIVIDUAL(SI OCORPORATE OFFICER(SI Innts OPARTNEA(S) OLIMITED OGENERAL OATTORNEY IN FACT OTRUSTEE(S) O G U ARD IANICON SER VA TOR BOTHER: SIGNER IS REPRESENTINO: (Name of Perwn(al or Entity(feel RIGHT THUMBPRINT IOptionel) 3 CAPACITY CLAIMED BY SiGNER(SI OINDIViDUAL(S) MCORPORATE _ OFFICER(s) PRESIDENT ITIT LS OPARTNERISI OLIMITED OGENERAL OATTORNEY IN FACT OTRUSTEE(S) O GUA RDIA N /CONSERVATOR OOTHER: SIGNER IS REPRESENTING: fNeme of I'Vion($1 or Entitylies) CK PUMP & DEWATERING CORP DBA CK CONSTRUCTION 7 1 1167775 "63240 " 9 CALIFORNIA ALL- PURPO!WCKNOWLEDGMENT State of CALIFORNIA County of RIVERSIDE On 01/31/95 DATE personally appeared _ before me, JOHN A. RUIZ No, 5907 JULIA B_ LUCID, NOTARY PUBLIC NAME, TITLE OF OFFICER - E.G.. 'JANE DOE, NOTARY PUBLIC' NAMES) OF SIGNER(S) IN personally known to me - OR - ❑ to be the person(s) whose names -) isfere subscribed to the within instrument and ac- knowledged to me that he)"shefthey executed the same in his "rTTCf,'thei authorized I'm _ capacityf+&�), and that by hisAieiitheir j JUUAB.WOO signaturefs on the instrument the personH, & comm. ♦ IC3UW z z' -� Notary Public — Caritomio > or the entity upon behalf of which the . Comm. DECOUNIY erson acted, executed the instrument. Nry Comm. Expires JUL 28, 1G91 p WITNESS my hand and official seal. (J u,Pk]0,� "�- LWAZ SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENr17Y(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT re-F1,51 NUMBER OF PAGES 01/31/95 DATE OF DOCUMENT PRINCIPAL SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 91309-7184 TIG Premier Insurance Company Adnin istretive office: Settle CrejpM ichigen 0 0 5 0 0 6 GENERAL C OF ATTORNEY 0PA Power Of Attorney valid only if numbered in red: Know All Men by These Presents, That TIG Premier Insurance Company, a corporation duly organized and existing under the laws of the State of California, and having its administrative office in Battle Creek, Calhoun County, Michigan, does by these presents make, constitute and appoint JOHN A. RUIZ of RIVERSIDE and State of CALIFORNIA its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver BID BOND - NOT TO EXCEED THE AMOUNT OF $500.000.00 and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of Section 35 of the bylaws, as amended, and duly adopted by the Board of Directors of the TIG Premier Insurance Company. 'Be It Resolved, that the President any Vice - President any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any or more suitable persons as Attorneyls)- in -Fact to represent and act for and on behalf of the Company subject to the following provisions: 'Section 1. Attorney-in -Fact Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity, consents of surety and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Companys liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary.' In Witness Whereof, TIG Premier Insurance Company has caused these presents to be signed by its VICE PRESIDENT and its corporate seal to be hereto affixed this IOTH ' day _ Y , AD., 19 95 4; uo" I 71G IER W$ . _ CE C Y�� State of Michigan u 2 J I. o O B `�Zil. County of Calhoun 91. FOa�\[>'aa y JOAN B. DILLARD On this 10TH day of -kA Y in the year 1995 before me NANCY J. RAY a notary public, personally appeared JOAN H. DILLARD , personally known to me to be the person who executed the within instrument as VICE PRESIDENT on behalf of the corporation therein named and acknowledged to me that the corporation executed it ANCI .Nor.NY J. ki, D " CeeNt Na c"'W " R"isa. N.N. 13. 1"s _T Notary Public I, the undersigned Secretary of TIG Premier Insurance Company hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in force and effect :. And i do hereby further certify that the Certification of this Power of Attorney is signed and sealed by facsimile under and by the authority of Section 30 of the bylaws, as amended, and duly adopted by the Board of Directors of the TIG Premier Insurance Company and that said Section 30 of said bylaws has not been amended or repealed as of the date hereof; 'Resolved, that the signature of the Secretary or any Assistant Secretary of this Corporation, and the seal of the Corporation, may be affixed or printed by facsimile to any certificate to a Power of Attorney of this Corporation, and that such printed facsimile signature and seal shall be valid and binding upon this Corporation GIVEN under my hand and the seal of said Company, this 31ST day of JANUAR1f 1995 /C/ /n THIS POWER OF ATTORNEY EFFECTIVE ONLY IF 1 N':. {N I`, ATTACHED TO BONO NO. TPI3893153-000 secretary 30024 C 01 -94 9 • 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. CK Pump & Dewatering Corporation dba CK Construction Bidder S /Charles S. King, President Authorized Signature /Title Subscribed and sworn to before me this 1st day of FEBRUARY. 1995. My Commission Expires: 10 -12 -95 S /A. E. Mechikoff Notary Public 0 Page 6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Cmpleted For Whom Performed (Detail) Person to Contact Telephone No 1995 West Basin Municipal Water Abdul Rashid of 310 -516 -9194 17140 S. Avalon Blvd. Montgomery Watson 1994 L A CQ mty Flood Control H Stone 818 -458 -3104 P. O. Box 1460 Alhambra CA 91802 -3104 1994 Cif of Pico Rivera J Balanay 310- 949 -7506 P. O. Box 1016 Pico Rivera CA 90660 1993 City of Lakewood C Brooks 310 866 -9771 5050 N. Clark Ave. Lakewood CA 90714 1993 City of Orange A Basargekar 714- 744 -5569 P. O. Box 449 Orange CA 92666-1691 CK Pump & Dewatering Corporation dba CK Construction Bidder S /Charles S Kizer President Authorized Signature /Title 0 NOTICE • Page 7 The following contract documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of mailing Notice of Award to the successful bidder: PAYMENT BOND (pages 8 & 9) FAITHFUL PERFORMANCE BOND (pages 10 & 11) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12,13 &14) CONTRACT (pages 15 & 16) The City of Newport Beach will not permit a substitute format for these contract documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Payment and Faithful Performance Bonds shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Insurance Companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Kel Rati�Q Guide: PropertlrCasualtil, 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 Constructiorl . except as modified by the Special Provisions. N 71 1 • . •• / 9 • /1• Page 8 MA t • •It KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted February 13,1995 has awarded to CKPump y& Dewatering Corp. dba CK Construction hereinafter designated as the "Principal ", a contract for GROUNDWATER DEVEL PMENT PROTECT 36-INCH WATER TRANSMISSION MAIN - REACH NO. 2 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: • 1 • « r. 1 L Di I's 1 LMOLS 114 1 as Principal, andTIC PREMIER INSURANCE COWANY - as Surety, are held firmly bound unto the City of Newport Beach, in the sum of * Dollars ($ 1,518,762.00 * * * * ** ) *ONE MILLION FIVE HUNDRED EIGHTEEN THOUSAND SEVEN HUNDRED SIXTY TWO AND No /1o01S said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, or other supplies, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 0 0 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 obli gations 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'I WHEREOF, this instrument has been duly executed by the Principal and Surety above', named, on the 21ST day of FEBRUARY 19 95 CR PUMP 6 DENATERING CORP. DBA CK CONSTRUCTION (Seal) Name o o tractor (Princ,'pa President Au orized Signature ar v' Title Authorized Signature and Title y. w •• I. flame of Surety PO P16f 5616, , CA A of Sure JOBN Si ature and Title of Authoi e At PO BOX 5616, RIVERSIDE, M (Seal) RUIZ, ATTORNEY IN FACT 92517 -5616 Address of Agent ( 909 )682 -2722 COMMERCIAL SURETY BOND AGENCY Telephone Number of Agent State of County of 10 CALIFORNIA LOS ANGELES 0 On 2 -22 -95 before me, A E MECHIKOFF, NOTARY PUB] (DATE) INAMEMTLE OF OFFICER- Le.VANE OOE, NOTARY PUBLIC) personally appeared CHARLES S. KING INAMEISI OF SIGNERS)) ****************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** ****************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** ® personally known to me KKxxoYo'*)Wytyjx x4Xx 311 X14%X #3€tdum* XUJIM 5 U: -, to. be the . person(W whose name(90 Is/ subscribed to the within instrument and acknowledged to me that he /si 1�9EV executed the same in his /fY n= authorized capacityylMX and that by his /f XtU& signature) on the Instrumentthe person(X), or the entity upon behalf of which the personlSo acted, executed the instrument. Witness my hand and official seal OFFICIAL NOTARY SEAL A E MECHIKOFF� NotaryPubk —CaRbi -q LOS ANGELES COUNTIL— (SIGNATURE OF NO My Comm. Expkes OCT 12,1995 ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also 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 2 Number of Payee PAYMENT BOND Date of Document _ SURETY Signer(s) Other Than Named Above 2 -21 -95 WOLCOTTS FORM 53240 Rev. 3 -94 )Price class 8 -2A) 01994 WOLCOTTS FORMS, INC. Ai I DNROnGF ACKNnIM FOGM ENT WITH SIGNER CAPACITY /REPRESENTATION ?WO FINGERPRINTS RIGHT THUMBPRINT (Optional) t9 D 3 r 0 'o CAPACITY CLAIMED BY SIGNERS) DINDIVIDUALIS) OCORPORATE OFFICER(S) ITIRFS) OPARTNER(S) ❑LIMITED ❑GENERAL DATTORNEY IN FACT UTRUSTEE(SI D G U ARD IA N /CONSERVATOR DOTHER: SIGNER IS REPRESENTING: (Name of Person(s) or Entitylles) RIGHT THUMBPRINT IOptionall 0 0 CAPACITY CLAIMED BY SIGNERIS) DINDIVIOUALISI )7CORPORATE OFFICERS) PRESIDENT ITITLESI DPARTNER(S) OLIMITED OGENERAL DATTORNEY IN FACT UTRUSTEEIS) DGUARDIANICONSERVATOR ❑OTHER: SIGNER IS REPRESENTING: (Name of Personfs) or Entitylies) CK PUMP & DEWATERING CORI dba CK CONSTRUCTION 7'`61(15 6314U "1' 8 CALIFORNIA ALL- PURP044CKNOWLEDGMENT State of CALIFORNIA County of RIVERSIDE On 02/21/95 before me, JULIA B- LUCID, NOTARY PUBLIC DATE NAME. TITLE OF OFFICER - E.G,, 'JANE DOE. NOTARY PUBLIC' personally appeared JOM A. RUIZ NAME(S) OF SIGNER(S) No. 5907 ® personally known to me - OR - ❑ to be the person(M whose names) is/-are subscribed to the within instrument and ac- knowledged to me that he)lshrefthey executed the same in his,,efmthee authorized capacity44e ), and that by his/"tef-ithreir COMM fwc s signatures on the instrument the person(e), S . N&ONPJA°— cO''fOf^IO or the entity upon behalf of which the 'i ° pNEasIDE COUNIV ,,Cpnm.EzpiresJUL28.1998 personfs) acted, executed the instrument. WITNESS my hand and official seal. J �',.61-ci;0 SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ 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 �ilo- c•u TITLE OR TYPE OF DOCUMENT 0 NUMBER OF PAGES 02/21/95 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 IN FOUR COON THE FINAL PREMIUM IS • NO. TPI3890043 PREDICATED ON THE PR NIUM: $30,375.00 FINAL CONTRACT PRICE Page 10 A j KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted February 13. 1995 has awarded to CK Pump & Dewatering Corp. dba CK Construction hereinafter designated as the "Principal ", a contract for GROUNDWATER i DEVELOPMENT PROTECT 36 -INCH WATER TRANSMISSION MAIN_ - RE H NO. in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, CK PUMP & DEWATERING CORP. DHA CK as Principal_ TIG PREMIER II19III21tNCtE COMPANY as Surety, are held and firmly found unto the City of Newport Beach, in the sum of * Dollars ($ 1,518,762.00 * * * * ** 1 *ONE MILLION FIVE HUNDRED EIGHTEEN THOUSAND SEVEN HUNDRED SIXTY TWO AND NO /LOO'S said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly made, we bind ourselves, our heirs; executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. i 0 Page 11 And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall 4any 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 21ST day of FEBRUARY 1995. CR PUMP 6 DEWATERING CORP. DBA CR CONSTRUCTION (Seal) e o ontra to rincipal) Authorized St re d Title Authorized Signature and Title TIG PREMIER INSURANCE COMPANY (Seal) Name of Surety PO BOX 5616, RIVERSIDE, CA 92517 -5616 IN FACT Signature and Title OKAuthorized Agent 5616, RIVERSIDWCA 92517 -5616 Address t ( 909 )682 -2722 COMMERCIAL SURETY BOND AGENCY Telephone Number of .Agent State of County of E CALIFORNIA LOS ANGELES 0 On 2 -22 -95 before me, E MECHIKOFF, NOTARY PUBI (DATE) INAMEfTITLE OF OFFICER-i.e.VANE DOE, NOTARY PUBLIC( personally appeared CHARLES S. KING INAME(S) OF SIGNEMS)) U personally known to me av -fie- rile are -tkte evidefiee to be the personk&}whose name(&) Is /ace subscribed to the within instrument and acknowledged to me that he/&f�eftr�ey executed the same in his'hefflt art authorized capacity(ie , and that by his /LaI444o4r- signatureW on the instrument the person(si, or the entity upon behalf of which the person{&) acted, executed the instrument. Witness my hand and official seal OFFICIAL NOTARY SEAL 5� A E MECHIKOFF �) p at Notary Public — CWIkMa ,+1(_ � LOS ANGELES t My Comm. Explrea OCT 12,1995 (SIGNATURE OF NOTA ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also 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: WOLCOTTS FORM FAITHFUL PERFORMANCE BOND Title or Type of Document Number of Pages 2 Date of Document Signer(s) Other Than Named Above class 8 -2A) 01990 SURETY 2 -21 -95 INC. RIGHT THUMBPRINT (Optional) F 0 `o CAPACITY CLAIMED BY SIGNERIS) OINDIVIDUAL(S) ❑CORPORATE OFFICER(S) _ (TITLES, OPARTNER(S) ❑LIMITED ❑GENERAL ❑ATTORNEY IN FACT OTRUSTEEIS) ❑GUARDIAN /CONSERVATOR ❑OTHER: SIGNER IS REPRESENTING: blame of Personlst or Entity(ies) RIGHT THUMBPRINT (Optional) a 0 CAPACITY CLAIMED BY SIGNER(S) XNDIVIDUALIS) ORPORATE OFFICER(S)PRES I DENT nn1ES, ❑PARTNERIS) ❑LIMITED ❑GENERAL ❑ATTORNEY IN FACT OTRUSTEE(S) O G U ARD IAN /CONSERVATOR ❑OTHER: SIGNER IS REPRESENTING: (Name of Pereon(s) or Entity(iesl CK PUMP & DEWATERING CORPORATION dba CK CONSTRUCTION 7 " "O(((5 b3L4LI" "8 CALIFORNIA ALL- PURPOA�CKNOWLEDGMENT State of CALIFORNIA County of RIvERSIDE On 02/21/95 before me, _ DATE personally appeared JOHN A. RUIZ JULIA B. LUCID, NOTARY PUBLIC NAME, TITLE OF OFFICER - E.G.. 'JANE DOE, NOTARY PUBLIC" No, 5907 NAME(S) OF SIGNER(S) ® personally known to me - OR - ❑ to be the personH whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he/sIgeAlgep executed the same in his "-,,ef" ei; authorized capacityf+e9 -), and that by his/her/tfieir ewcomc Aa signature(* on the instrument the person(M, e�� m. I or th e entity upon behalf of which the RIVERNM Explre.JULZe.love personH acted, executed the instrument. WITNESS my hand and official seal. Jul, r�' �Acw SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER nTLE(S) ❑ 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 TWO NUMBER OF PAGES 02/21/95 DATE OF DOCUMENT PRINCIPAL SIGNER(S) OTHER THAN NAMED ABOVE ®1993 NATIONAL NOTARY ASSOCIATION - 6236 Remmet Ave.. P.O. Box 7184- Canoga Park, CA 91309.7184 TIG Premier Insurance Company Administrative OPAloet cattle Croak, MlOnloan GENERAL POWER OF ATTORNEY ISSUED IN POOR OO(kTTF.RPARTS Know All Men by These Presents, That TIG Premier Insurance Company, a corporation duly organized and existing under the laws of the State of California, and having its administrative office in Battle Creek, Calhoun County,' Michigan, does by these presents make, constitute and appoint JOHN A. RUIZ of RIVERSIDE and State of CALLa)RRL its true and lawful Attorneyle) -in -Fact, with full power and authority hereby conferred In Its name, place and stead, to execute, acknowledge and deliver and to bind the Company thereby as fully and to the same extent as If such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in -Pact may do In the premises. Said appointment Is made under and by authority of Section 35 of the bylaws, as amended, and duly adopted by the Board of Directors of the TIG Premier Insurance Company. "Be It Resolved, that the President, any Vice- President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any or more suitable persons as Attorney(s)- in -Fact to represent and act for and on behalf of the Company subject to the following provisions: 'Section 1, Attorney -in -Fact Attornoy -in -Fact may bo givon full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity, consents of surety and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -In -Fact shall be binding upon the Company as If signed by the President and sealed and attested by the Corporate Secretary.' In Witness Whereof, TIG Premier Insurance Company has caused these presents to be signed by its VICE PRESIDENT and Its corporate seal to be hereto affixed this 21ST day of A.D., 1995 iQO' W} Cn TIG PR IER INSURANCE CWPANY l State of Michigan JULY a B yLLA �AVwa f SS _ y _ td�_ County of Calhoun 194na` as JOAN H. DILLAP.D AMODIO F Sz URA :NX X"I :zN o: : DATE (MM/DDNY) NC 02-20-95 o o ....... . .. ...... . ...... . ......... PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR COMMERCIAL ASSOCIATES INS, INC ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE 4226 EAST LA PALMA AVE COMPANY A CNA (TRANSCONTINENTAL) ANAHEIM, CA 92807 (714) 524-4949 FAX: 524-4940 INSURED COMPANY CK PUMP & DEWATERING CORPORATION B CNA (VALLEY FORGE) COMPANY DBA: CK CONSTRUCTION COMPANY P.O. BOX 2800 C COMPANY LONG BEACH, CA 90801 D COt[tAGES '' THIS IS TO CERTIFY THAT THE 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY DATE EFFECTIVE (MMIDD/YY) POLICY EXPIRATION DATE (MMODNY) LIMITS GENERAL LIABILITY GENERAL AGGREGATE s2, 000, 000 X PRODUCTS - COMP /OP AGG $1,000 , 000 COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR PERSONAL & ADV INJURY 1$1,000, $1, 000, 000 X EACH OCCURRENCE 000 A OWNER'S & CONTRACTOR'S PROT CO 21615373 07-01-94 07-01-95 FIRE DAMAGE (Any one fire) $ 50 000 MED EXP (Any one person) '1 5 000 AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT $ 1,000, 000 X BODILY INJURY (Par person) $ ALL OWNED AUTOS SCHEDULED AUTOS X X BODILY INJURY (Per accident) $ B HIRED AUTOS NON-OWNED AUTOS BUA 1615387 07-01-94 07-01-05 PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY EA ACCIDENT $ OTHER THAN AUTO ONLY: 7777777 ANY AUTO EACH ACCIDENT AGGREGATE EXCESS LIABILITY EACH OCCURRENCE AGGREGATE _ UMBRELLA FORM A$_ OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND STATUTORY LIMITS STATUTORY EACH ACCIDENT $1, 000,000 EMPLOYERS' LIABILITY DISEASE - POLICY POLICY LIMIT $1, 000, 000 0,0 B THE PROPRIETOR/ 7INCL PARTNERS /EXECUTIVE OFFICERS ARE: EXCL WC 1029081991 07-01-94 07-01-95 DISEASE - EM;PLGlEE$ 1 , 0 0 0 0 0 OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEKICLESISPECIAL ITEMS ALL OPS PERFMD FOR THE CITY OF NEWPORT BEACH BY ON OR BEHALF OF THE NAMED INSD IN CONNECTION WITH, BUT NOT LIMITED TO THE FOLLOWING CONTRACT: 36 INCH WATER TRANSMSSION-REACH NO.2(C-3004-K) CITY OF NEWPORT BEACH GOUNDWTER DEVELOP PROJ.I LAE GANCELLAYION . ... .... .. .. . SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF NEWPORT BEACH EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL FAVEJ4V�O MAIL P.O. BOX 1768 3 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, NEWPORT BEACH, CA 92658-8915 /B/Jj fiOT14AA41 04101*14#00 M kWri "/, ATTN: UTILITIES DEPARTMENT 1qk1AN6r1AWA601Y410V0A1h P Tv 40THO,7 RE E TATIVE . . . . . . . . . . FEB -17 -1595 1148 •CONSTRUT I ON • F.03 CERTIFICATE OF INSURANCE PRODUCER COMPANIES AFFORDING COVERAGE COMMERCIAL ASSOCIATES INSURANCE LAPALMAAVE LEETTER CNA (TRANSCONTINENTAL), CLCAEMPPRNYB CNA (VALLEY FORGE) ANAHEIM, CA 92807 INSURED COMPANY C C K PUMP & DEWATERING CORPORATION LETTER COMP R Yp DBA: CK CONSTRUCTION COMPANY P. 0. BOX 2800 COMPANY LETTER LONG BEACH, CA 90801 COVERAGES TH:'S IS TO CERTIFY THAT POLICIES OF INSURANCE L'STED BELOW HAVE BEEN ISSUED TO THE RNSUREO NAMED ABOVE FOR TIE POLICY PERIOD INDICATED. NOTWITHSTANGNG ANY REQUIREMENT, TERM OR GONORTION OFANY CONTRACTOR OTHER DOCUMENT Nr, -H RESPECT TO WHICH T-41S 09R PCATE MAYBE ISSUED On MAY PERTAJN. THE YNSUMNCE AFFORDED By THE POLICIESDESCRIDED HEREIN 15 SU`.VECT TO All THE TERMS. EXCLUSIONS. AND CONOTIONS OF SUCH POLICIES AND IS NOT AMENDED. EXTENDED OR ALTERED BY TH:S CERr..FCATE. S K TYPE OFINSURANCE POLICY NUMBER EFFECTIVE DATE EXPIRATION ' DATE ALL LIMITS IN THOUSANDS GENERAL LlAB1L[7Y i (OCOURENCC EA --I, ONLY) I i GENEAAi ApOABOATr. S 2'000 COMMERCIAL I FROOtJCT.�JCOMP! E?EC 3 COMMCMCa.LVE I I OPEFATiONSAGGREGATE 1 ,000 OWNERO& CONTRACTOR& i � is 1,000 PROT',ErTIVE CONTRACTUAL FOR SPECIFIC ; PERSONAL INJURY A CONTRACT A121615373 07 -01 -94 07 -01 -95 1 PRODUCTVCOMPLETED OPERdMOFV I EACH OCCURENCE 1,000 xcU HAZA DS BROAD FORM PROPERTY DAMAGE 8 50 SEVERABILITY OF INTEREST CLAUSE ! FIRE DAMAGE P. I. WITH EMPLOYEE EXCLUSION ! (ANYONE FIRE) RBAOVED ( MEDICAL EXPENSES 5 MARINE • (ANY ONE PET75ON7 5 AU70MOBILELIAP•ILITY I } COMBINED ' S;mCLEUWT S 1,000 ANY 0. TD I BODILY IIUUW, B ALL OWN ED AUTD9 SC!iEDULE3AJT0E HIRED AUTOS A121615387 I I 07 -01 -94 I 1 (PEA PERSON 07 -01 -95 BODILY I I (FER ACMDENT) 5 NONAOM/NOD ALTOS I I 1 PROPERTY 1 ' GARAGE uABIl1TY I 1 DAMAGE $ _ EXCESS LIABILITY EACH AGGREGATE I UMBRELLA FORM -.+ -' OCCURGNCG I OTHER THAN UMBRELLA FORM syy..:�^'�"�` �' � S 15 WORKERSCOMPEN5ATION I STATUTORY ExH ACCIDENT B e `WC12908199 07 -01 -94 07 -01 -95 1 41,000 EMPLOYERS'IdABA.ITY S 11000 DI5E.5E- POLICYIIMIT S 1 000 DISEA5E-FACH EMPLOYEE OTHER I 5 DESCRIPTION OF OPERATIONS+LOCATIONSNV EHICLES�Ae$MCTIONSISPECIAL ! T EMS ALL OPERATIONS PEFFOP.MEO FOR THE CITY OF NEWPORT BEACH BY OR ON OENAiY OF THE NAMED INSURED IN CON- ZOTRON WITH, BUT NOT _M TED TO THE %OLLOWING CONTRACT: 36 INCH WATER TRANSMISSION MAIN -REACH NO.2 (C- 3004 -It.) CITY OF NEWPORT PROJECT TTTLE AND CONTRACT NUMB ATER DE EL PM CERTIFICATE HOLDER caNCSl AnoN PROJECT CITY OF NEWPORT BEACH � SHOULD ANY OF 7FIE ABOVE DESCRIBED POLICIES BE NON41ENEwE7. CANCELLED OFi P.O. BOX 1768 GO•YEMOE REDUCED IIZ D E THE EXPI94ITX DATE T C MP. Y A.- fORD'NEI 3300 NEWPORT BOULEVARD I NEWPORT BEACH PR VIDE 70 DA MINIMUM ADVANCE OTIOE TO T)E CITY OF NEWPORT BEACHB RSTC NEWPORTSEACN.CALIFORNI.A 92638.8913 ATTENTION: • AU <AkIZGD NTAn ISSUE DATE FEE -17 -1995 11 :49 CK CONSTRUTION P.04 CITY OF NEWPORT BEACH Page 13 AUTOMOTIVE LIA 111a INSURANCE- ENDQRSEMplv'T It Is agreed that: 1. With respect to such insurance as is afforded by the policy for Automobile Liability, the City of Newport Reach, 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 6odily 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. '!he policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is socking 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:" 1 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 S per person Bodily Injury Lfab:llty $ _per accident Property Damage Liability $ J X J Combined Single Limit Bodily Injury Liability $ 1,000,000 and Property Damage Liability The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one accident or occurrence in excess of the limits of liability stated in the policy as applicable to Automobile Liability Insurance, 4. Should the policy be non-renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract 36 INCH WATER TRANSMISSION MAIN -REACH NO.2 (C- 3004 -K) CITY (Nojccl Tide and contract No.) BEACH GROUNDWATER This endorsement is effective February 23, 1995 at 12 :01 A.M. and forms part of Policy No. BUA 1615387 of Valley Forge Insurance Company - CNA ,Company Affording Coveragc) Insured CK Construction Company E dotsc cn(t N Issuing Company Commercial Associates Insgy Jennifer M. Smith OF NEWPORT DEVELOPMENT PROJECT FEB -17 -1995 11:49 CK CONSTRUTION P.05 • • Page 14 TY OCI F NEWPORT B ACH -GENERAL f TABff ITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such .insurance as is afforded by the policy, for General Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general Supervision of such operations. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained 'oy the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. Z. The policy includes the :ollcwing provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit n brought, excrpt with respect to the omits 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 endorsercert shalt be the limits indicated below written on an "Occurrence" basis: [XI Commercial [ I Comprehensive Caneral Liability $ 1,000,000 each occurrence 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 Insureci(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 seduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department 7. Designated Contract: 36 INCH WATER TRANSMISSION MAIN -REACH NO,2 (C- .3004 -K) CITY OF NEWPORT tPreienTidcandContraciNo.l BEACH GROUNDWATER DEVELOPMENT This endorsement is effective —_ February 23, 1995 at 12:01 A.M. and forms a PROJECT part of Policy NOCO 21615373 of Transcontinental Insurance Company - CNA (Company Affording Coverage) CK Construction Producer Commercial Associates InsBy; Jennifer M. TOTAL P.O5 • 0 Page 15 CONTRACT THIS AGREEMENT, entered into this 13th day of February, 1995 , by and between the CITY OF NEWPORT BEACH, hereinafter "City," and CK Pump & Dewatering Corp. dba CK Construction. hereinafter "Contractor," is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: Groundwater Development Project 36 -Inch Water Transmission Line Reach No. 2 C -3004 - K 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: Groundwater Development Project 36 -Inch Water Transmission Line Reach No. 2 C- 3004 -K 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 bed above, City shall pay to Contractor the sum of One Million Five Hundred This compensation includes (1) any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and Endorsements(s) 0 Page 16 (f) Plans and Special Provisions for GROUNDWATER DEVELOPMENT PROJECT 36 -INCH WATER TRANSMISSION MAIN - REACH NO. S C- 3004 -K 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. CITY OF NEWPORT BEACH a municipal corporation By: Mayor A TTFST- APPROVED A T ORM: City Attorney CONTRACTOR: CK Ptunp & Dewaterim Corp dba CK Construction Name o C tractor (Principal President Authorized Signature itd Tit Authorized Signature and Title 0 0 Page 17 WORKERS' COMPENSATION INSURANCE CERTIFICATION " I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self - insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." February 22, 1995 Date C- 3004 -K Contract Number CKPump & Dewatering Coro dba CK Construction Name of Contractor (Principal) // 1111'e" Prpsidpnt- Authorized Signature Title Groundwater Development Project 36 -Inch Water Transmission Main - Reach No. 2 Title of Project • City of Newport Beach CSCONST. J4N?� 1995 Utilities Department Clty of Newport Beach ulllllles Deportment RECEIVED Bid Addenda No. 1 for the project titled: Groundwater Development Project 36 -inch Water Transmission Main - Reach No. 2 Contract No. C- 3004 -K Bid Documents Addenda No. 1: Bidders shall propose to complete Contract No. C -3004- in accord with the "PROPOSAL" as modified by this addenda. This is the first addenda to this contract. It consists of twelve (12) pages; this page and eleven (11) others as attachments. The attachments are provided as substitutions, additions, deletions and clarifications to the plans and specifications. Bidders are required to include this page and the attachments when submitting their bid proposal. Bids will be opened by the City Clerk of the City of Newport Beach in the Clerk's Office at 3300 Newport Boulevard at 1:30 p.m. Wednesday, February lst, 1995. Warning! Bids submitted without all pages of this addenda signed, dated and attached to the bid proposal shall be rejected as "non- responsive." 'JEF-r-, SMNEA.{2-- Jeff Staneart, P.E. Utilities Director & Project Manager Js: dsg Addendum received by: CK Pump & Dewatering Corp. BiddeCdba -CK Construction Date: 7 -01-99 Signature: Page 1 of 0 for Addenda umber 1 (Sent January 27, 1995) The following changes, additions, deletions or clarifications shall be made to the contract documents; all others conditions shall remain the same. PROPOSAL Addition - Add the attached "Deduct" page (Page Pl -g). Insert the page within the Proposal package. See Attachment No. 7. SPECIAL PROVISION SECTION 1, PARAGRAPH 4.3 - Working Hours Substitute - Substitute the first two sentences of the first paragraph with the following: Normal working hours are limited to 7:00 a.m. to 5:00 p.m. Monday through Friday, excluding holidays except for work within the three major intersections (Hamilton Ave. /Bushard St., Bushard St. /Banning Ave., Banning Ave. /Brookhurst St.). Working hours within 150 feet each side of these three major intersections will be limited to 9:00 a.m. to 4:00 p.m. SECTION 1, PARAGRAPH 5.3 - Item No. 2 - Furnish and Install 36 -inch Water Main: Substitute- Substitute the first paragraph with the following: Work under this item shall include furnishing and installing all selected pipe material including, but not limited to, pavement removal and replacement, sand slurry seal, exposing utilities in advance of pipe excavation operations, trench excavation, control of ground and surface water, bedding, backfill, slurry backfill, compaction, installation of pipe, fittings, couplings, thrust blocks, restrained or welded joints, joint bonding, coatings, polyethylene encasement, tape wrap, removal or protection of interfering portions of existing utilities or improvements, the removal and /or abandonment of existing utilities or structures, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the pipe complete in place. SECTION 1, PARAGRAPH 5.5 - Item No. 4 - Furnish and Install 2 -inch Air and Vacuum Release Valve Assembly: Substitute- Substitute the first paragraph with the following: Work under this item shall include furnishing and installing air and vacuum release valve assembly including, but not limited to, service saddle, corporation stop, copper tubing, fittings, all valve, brass nipples, combination air release and vacuum valve, valve box, steel cover, painting, concrete work, excavation, bedding, backfill, slurry backfill, compaction, pavement and sidewalk removal and replacement and all other work necessary for an operable air and vacuum release valve assembly complete in place. SECTION 1, PARAGRAPH 7.2 - City of Huntington Beach Substitute- Substitute the last sentence of the first paragraph which begins with "The Contractor will be .. ": Delete the following: "The Contractor will be reimbursed by the City of Newport Beach for the actual cost of the permit." Add the following: "The City of Newport Beach will pay the permit fee." Addendum received by: CK Purnp & Dewatering Corp. Date: 7-01 —95 Addition - Add Re ollowing two sentences to the end of subsection "f. ": The only exception to this requirement is the leaving of track equipment within the street right -of -way. The contractor will be allowed to leave his track equipment within the existing painted center medians at locations approved by the City of Huntington Beach with appropriate barricades and delineation. Addition - Add the following paragraph to the end of subsection "j. ": All traffic signal detector loops, conduits, cable etc. shall be protected in place. Any damages shall be repaired / replaced per the City of Huntington Beach Standard Special Provisions for the Construction of Traffic Signals and Street Lighting (Dated March 1994). The existing detector loops located within the proposed pipeline alignment at the intersection of Banning Avenue and Brookhurst Street shall be replaced with six foot diameter round loops (four total). Addition - Add the following subsections: No intersection closure including the left turn lanes will be allowed until the Contractor is ready to work in the intersection. M. The Contractor must contact Mr. Bill Smith (536 -5526) at the City of Huntington Beach 48 hours prior to any work within a signalized intersection and shall call USA for conduit location. n. The existing crosswalk at Hamilton Avenue and Northshore Lane / Lehua Lane shall be maintained at all times in order to allow children to cross unless another way to cross is provided by the Contractor. o. Steel plates located within the traveled way shall be limited a maximum of 200 feet for the overall project. P. The Contractor will be required to place slurry backfill per the detail (Attachment No. 6 of this Addendum) shown on the Construction Plans at the following locations: - All traverse trenches (trenches which are perpendicular to the street centerline: i.e. air and vacuum release valve assemblies, cathodic protection installations and valve vault air vents) - Between the following Pipe Stations: 220 +55 to 221 +05 226 +15 to 227 +45 233 +15 to 234 +35 236 +35 to 237 +55 240 +85 to 242 +10 244 +85 to 246 +05 251 +45 to 252 +60 259 +20 to 260 +45 264 +60 to 266 +00 274 +50 to 276 +70 Addendum received by: CK Pump & Dewatering Corp. Bidder: dba CK Construction Date: -10 -95 Signature: Page 3 of 12'for Addenda Number 1 (Sent January 27, 1995) q. Once the finallvement replacement has been completedRe Contractor will be required to place a sand slurry seal (Type I) from the nearest lane line / painted median on one side of the trench to the nearest lane line / painted median on the other side of the trench. The width of the sand slurry seal will vary from 8 feet to 14 feet depending on the location of the proposed pipeline and the existing stripping. The limits of the sand slurry seal will be expanded at the three major intersections and at the connection to the Talbert Channel. The approximate limits of the sand slurry seal at these locations have been shown on Attachments Nos. 1 through No. 4 of this Addendum. The exact limits of the sand slurry seal will be coordinated with the City of Huntington Beach. SECTION 1, PARAGRAPH 73 - County of Orange - Flood Control Addition - Add the following sentence to the end of the paragraph: The City of Newport Beach will pay the permit fees. SECTION 1, PARAGRAPH 7.4 - County Sanitation Districts of Orange County Addition - Add the following paragraph: The Contractor shall provide a guard at the Banning Avenue gate at all times when gate is open or use the main entrance to the District's property. County Sanitation Districts of Orange County work hours are 7:30 a.m. to 3:30 p.m. The Contractor shall provide 48 hours advance notification prior to any weekend work. Existing eucalyptus trees and sprinkler irrigation system located adjacent to the flood wall shall be protected in place. Contractor shall return the site to its original condition. SECTION 2, PARAGRAPH 2.4 - Cement Slurry Addition - Add the following paragraph: 2 -2.4 Cement Slurry Cement slurry backfill shall consist of one sack (94 pounds) Type II portland cement added per cubic yard of imported sand. No calcium chlorides will be allowed. Placement of pavement on the cement slurry backfill will not allowed until at least 24 hours after slurry placement. SECTION 2, PARAGRAPH 4.3 - Aggregate Base Addition - Add the following paragraph: 2 -4.3 Aggregate Base Aggregate base for the pavement structural section shall be either crushed aggregate base or crushed miscellaneous base. SECTION 3, PARAGRAPH 6.4 -Interior joint Recesses and Lining Repairs Delete - Delete the paragraph in subsection "f." which begins with "Epoxy lined pipe ..." SECTION 3, PARAGRAPH 6.8 - Field Joints Delete - Delete the last sentence of subsection "b." which begins with "The use of chains ..:' Addendum received by: CK Punp & Dewatering Corp. Dale: 7- (11 -95 Bidder: ry r^ Signature: Page 4 of 1 for Addenda Number 1 (Sent January 27, 1995) SECTION 3, PARAGI*H 7.5 - Blast Cleaning • Substitute - In the first sentence of subsection "a." with the sentence beginning with "After the preparation of ..." Delete the following: "as specified in Section G (6) d, ..." Add the following: "as specified in Section 3 -7.4 ..." CONSTRUCTION PLANS SHEET NO. 26, DETAIL NO.3 - Access Blow -off Assembly and Manhole Detail: Substitute- In the D.I.P. Alternative Delete the following: 36" x 24" D.I. Tee (FLG. x FLG.) Add the following: 36" x 24" D.I. Tee ( "push -on" x FLG. or M.J. x FLG.) The joint ends on the run portion of the tee will need to be restrained if called for on the plans. SHEET NO. 27, DETAIL NO. 1- Simulated Weld Bell Substitution: Delete: Detail shown on the plans. Add: The revised detail included as Attachment No. 5 of this Addendum. SHEET NO. 29, LIST OF CORROSION TEST STATIONS Substitute: Station, Dist. (ft) Cum. dx (ft) for CTS #12 Station Dist. ((t) Cum. dx (ft) Delete: 274 +20 470 5455 Add: 273 +20 370 5355 Substitute: Station, Dist. (ft) Cum. dx (ft) for CTS #13 Station Dist. (ft) Cum. dx (ft) Delete: 280+80 660 6115 Add: 276 +80 360 5715 Substitute: Station, Dist. (ft) Cum. dx (ft) for CTS #14 Delete: Station 282+45 Dist. (ft) 165 Cum. dx (ft) 6280 Add: 282+45 565 6280 SHEET NO. 30, DETAIL NO, 2 - Pavement Replacement Detail Addition - Add Slurry Backfill Detail (Attachment No. 6, of this Addendum) to this detail. Addendum received by: CK Pump & Dewatering Corp. Bidder: dba CK Construction Date: 2 -01 -95 Signature: Page 5 of V2 for Addenda Number 1 (Sent January 27, 1995) 0 TALBERT CHANNEL i r V) 0 tn i 0 SCALE: 1"=40' APP,?\MMRTE UMITS OF- SRNb SVORRY SEAL r c BUSH RD STREET . ATTACHMENT NO. 1 Addendum received by: CK P=p & Dewatering Corp. Bidder: dba CK Construction Date: 2-�— Signature: Secretary /Treasurer Page 6 of 2 for Addenda Number 1 (Sent January 27, 1995) HAMILTON r 0 I r, r i^ r r L i_ L r, r r, r j LJ r , r , r , IrJ LJrJ 7' h 0' } 011 0 10,7 Ir , Ir , Ir , - III.. I I Ir , Ir , I II�. J IL J IL J AVE APPRO �rn�Te um1�_ SRNO SwRay S841 I I J -� J ` J `J I J L J l J L J I r, r, I R ??ROXNh4TE Um t i S O F I d 11 U U -d r -d r SAND S1.URR`( SEAS. J' L J' L JjI II I I r LI I I I n n -r r-e rqI II II I J L J L J I I I I I 7'1 O' 10' Y10' 10' 7' Ln BUSHARD STREET ATTACHMENT NO. 2 SCALE: 1"=40' Addendum received by: CK PRunp & Dewatering Corp. Bidder: dba CK Construction Date: 2 -01 -95 Signature: Secret /Treasurf Page 7 o 12 for Addenda Number 1 (Sent January 27, 1995) 7146443318 BANNING AVENUE D (r, i , i X115 arl(S BUSHARD P-02 CALE: 1"=40- ^?-PR XIMArE QKrt of 6"D W-X y SBAL.- _ I�` STREET AePROx�t1A7F Llti,TS of SeaNa su,aFl sEN-- i I 1 1 1 1 I I ATTACHMENT NO.3 Addendum received by: CK P=p & Dewatering Copr. Bidder: dba CK Construction Date: 2 -01 -95 Signature: Secretar Tre surer Page 8 of 2 For Addenda Number I (Sent January 27, 1995) RFPaoX SPEND I BROOKHURST STREET ATTACHMENT NO. y Addendum received by: CK Ptmp & Dewater:ng Corp. Bidder: rihn rK Date: 2 -01 -95 Signature: ec Page 9 of 2 for Addenda Number 1 (Sent January 27, 1995) SHOP APPLIE DIELECTRIC T N t` n r, o.. i cr w 0 z_ V a MIN. • TAPE 2' MIN. SHOP AP JOINT FILLER TAPE OVER WELD (TYP.) 4" 2" 4' C5 C5 FIELD APPLIED CEMENT MORTAR LINING NOTE: USE SEALANT TAPE TO FILL TRANSITION BETWEEN DIFFERENT O.D.'S PRIOR TO APPLICATION OF PROTECTIVE WRAPS. CHIP MORTAR LINING AS REQUIRED FOR WELDING CEMENT MORTAR LINING �1 A PORTION OF DETAIL NO. OF SHEET NO. 27 SIMULATED WELD BELL N. T. S. ATTACHMENT NO. S Addendum received by CK Pump & Dewatering Corp. Bidder: n Date: 7- t71 -A5 Signature: Page 10 o 12 for Addenda Numbe 1 (Sent January 27, 1995) • COLD PLANE AND REPLACE A.C. 1• �` TRENCH WIDTH SAWCUT 0.08' EXIST. AC EXIST. AGGREGATE BASE TRENCH WIDTH PER CITY OF NEWPORT BEACH STD -106 —L 0 RIM 18" MIN OF ONE SACK SLURRY BACKFILL BEDDING AND BACKFILL PER CITY OF NEWPORT BEACH STD -106 —L A PORTION OF DETAIL NO. 2 OF SHEET NO. 30 SLURRY BACKFILL See Specifications for Limits of Slurry Backfill ATTACHMENT NO. 6 Addendum received by: CK Ptmip & Dewatering Corp. Bidder: dba CK Construction Date: 7 -01 -95 _ Signature: Page 11 0(A2 for Addenda Number 1 (Sent January 27, 1995) *SCHEDULE OF WORK ITEMS 10 The following "Deduct' blanks are provided for potential use by the Bidder, if desired, for last - minute reductions in the bid amount. Following the "Deducts" (if any), the Bidder is to indicate the Total Price in Written Words. DEDUCT- List Bid Items affected and amount: TOTAL DEDUCT Item No. DEDUCT AMOUNT (WORDS) AMOUNT Dollars and Dollars and Cents. $ ollars and Cents. lars and SUBTOTAL DEDUCT Subtotal of Deducts: AMOUNT Dollars and Total Price in Written Words (subtotal of Bid Items 1 through 20 Less Subtotal Deducts): P1 -g Ilars and ATTACHMENT NO. 7 Addendum received by: CK Pump & Dewatering Corp. Bidder: r9ha 1'.K.1'nnsrn,r r; nn _ Date: 2 -01 -95 Signature: Page 12 f 12 for Addenda Number 1 (Sent January 27, 1995) • February 13th, 1995 FFR 13 W, CITY COUNCIL AGENDA ITEM NO. 4 TO: Mayor & Members of the City Council FROM: Utilities Department SUBJECT: CONTRACT FOR CONSTRUCTION OF WATER PIPELINE REACH NO. 2 PIPELINE (Santa Ana River to Talbert Channel) GROUNDWATER DEVELOPMENT PROJECT (CONTRACT NO. 3004-X;< RECOMMENDATIONS: 1. Find that the lowest bidder, C. K. Construction, can meet the requirements for completing the proposed contract work and declare them the "low bidder ". 2. Award Contract No. 3004 to C. K. Construction, in the amount of $1,518,762. 3. Authorize the Mayor and the City Clerk to execute the contract on behalf of the City. DISCUSSION: At 1:30 p.m. on February 151, 1995, 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 ": Rank Contractor /Bidder Total Bid Price low C. K. Construction $ 1,518,762 2 Peter C. David Company. Inc. $ 1,549,343 3 Mladen Buntich Const. Company, Inc. $ 1,559.494 4 Wal -Con Construction Company $ 1,599,000 5 Simich - Masanovich JV $ 1.610,476* 6 Colich & Sons $ 1,626,934 7 Kenko.Inc. $ 1,649,465 8 Calton Construction, Inc. $ 1,671,503 9 Ken Thompson, Inc. $ 1,678,954 10 W. S. Williams Supply Company, Inc. $ 1,699,732 11 Albert Davies, Inc. $ 1,760,000 12 E. J. Meyer Company $ 1,777,777 13 Vido Artukovich & Son, Inc. $ 1,784,522* 14 Riverside Pipeline, Inc. $ 1,955,269 15 Robert G. Castongia, Inc. $ 1,986,858* 16 Miramontes Construction Co., Inc. $ 2,242,576 ' corrected bid total, mathematical error in bid calculation Sixteen bids were received. The low bid was ($94,738) 61/2 % below the Engineer's Estimate of $1,613,500. 0 0 Page 2 Reach No. 2 Pipeline Construction Award of Contract (C -300 February 13'", 1 95 K THE LOW BIDDER: The low bidder, C. K. Construction of Signal Hill, California, is a qualified general contractor licensed to do business in California. This company has successfully completed pipeline construction projects for other reputable public water agencies and municipalities in Southern California. This firm has a solid reputation in the water pipeline contracting industry and has a significant amount of experience with similar pipeline construction projects. Reference checks on their recent projects revealed a number of comments favorable to their ability to perform the work in an efficient manner. The contractor recently performed part of the pipeline work related to the regional reclaimed water pipeline system being installed in Central and West Basin MWD's service area. Reports that the contractor performed the work on -time, under budget and in a neat workman -like manner were encouraging. The insurance policies and bidders bond submitted by the contractor meet the City's requirements. Staff believes that the contractor will be able to complete the proposed work satisfactorily. GENERAL PROJECT BACKGROUND: The Groundwater Development Project is comprised of a series of capital projects that will provide for extraction and delivery of groundwater from water wells in Fountain Valley through pipelines between there and Newport Beach. To convey the groundwater pumped from the wells to Newport Beach, the project requires construction of approximately four miles of large diameter pipeline. This contract provides for construction of one of those pipeline segments. THIS PROJECT SEGMENT: The overall project plan for the transmission pipeline included separating the pipeline into a number of smaller segments for design and construction. This project segment is referred to as Reach No. 2. This portion of the overall Groundwater Development Project provides for construction of approximately 6,700 linear feet of 36 -inch diameter pipeline. The Reach No. 2 pipeline route lies primarily in public streets in the City of Huntington Beach, but runs partially in an easement through the County Sanitation Districts of Orange County ( CSDOC) treatment plant on the west side of the Santa Ana River. The easement for the pipeline runs across the CSDOC treatment plant property adjacent to the 19' Street - Banning Avenue roadway alignment from the Santa Ana River to Brookhurst Street. The easement was granted to the City in exchange for the previous pipeline easement the City abandoned in the late 1950's. 0 0 Page 3 Reach No. 2 Pipeline Construction Award or Contract (C-30040t< February 13'", 1995 From the CSDOC treatment plant, the pipeline route crosses Brookhurst Street at Banning Avenue. The route runs westerly in Banning Avenue from Brookhurst Street to Bushard Street, then northerly in Bushard Street to Hamilton Avenue, then farther west in Hamilton Avenue until it intersects with the Talbert Flood Control Channel. Refer to the project vicinity map attached as Exhibit "B ". The Reach No. 2 pipeline segment ends at the Talbert Flood Control Channel. At this location, the new pipeline will be connected to the existing "Seawater Transmission Pipeline" which the City leased from the Orange County Water District. The Orange County Environmental Management Agency (OCEMA) has issued a permit for the work necessary to connect the "Seawater Line" to the new Reach No. 2 pipeline. This portion of the project must be completed during the drier months between April and October. The OCEMA permit mandates this construction schedule. Because the pipeline runs through the City of Huntington Beach, a number of approvals and permits were required from them. The City has obtained a finding of conformity with their City's General Plan and Coastal Development Plan. A Coastal Development Permit has been applied for and obtained for this segment of pipeline work. The City of Huntington Beach also approved an encroachment permit allowing the City's contractor to perform the construction. The encroachment permit allows the City's contractor to cross Brookhurst Street with an open -cut construction method. An extensive, phased traffic control and delineation plan has been approved by the City of Huntington Beach also. PROJECT CONSTRUCTION MANAGEMENT: The project construction will be performed by a pipeline contractor under the supervision of a construction project manager and the City. Staff is currently interviewing firms to provide field construction management services for all of the six different pipeline contracts related to the Groundwater Development Project. A contract to provide these construction management and field inspection services will be prepared for Council consideration before the next meeting. PROJECT COSTS & SCHEDULE: The contractor's bid price for the project totaled $1,518,762. This price is below the engineer's cost estimate by approximately $95,000. This is primarily due to the current competitive construction market. The funds needed for completing this part of the Groundwater Development Project are available in the Water Enterprise Fund under the Water Capital Projects Account No. 7504 -P- 500 - 094 -A. These funds were appropriated in the last four fiscal years in the water capital projects budget. Sufficient funds are available in this account to implement and complete the proposed project. 0 0 Page 4 Reach No. 2 Pipeline Construct""io,,,,n,,�� Award of Contract (C- 3001,� February 130', 1995 The estimated time of completion for the project is 210 calendar days. The project specifications require the contractor to complete the work within this time - frame. The City's project schedule proposes that the contractor commence construction in early March 1995. The schedule will allow completion of the portion of the project at Brookhurst Street prior to the busier summer traffic months and provides an opportunity for the contractor to complete the portion of work within the Talbert Flood Control Channel during the drier summer months. The project should be completed by mid - September 1995. THE BOTTOM LINE: The permit requirements related to the Reach No. 2 pipeline segment dictate a narrow schedule window. Award of the contract at this time will allow the contractor to complete work within the confines of that schedule window and will allow the City to continue its plans to complete the Groundwater Development Project. The bid price is very favorable in that it was well below the construction cost estimate. Staff believes the contractor can complete the project satisfactorily and recommends award of the contract to the successful bidder, C. K. Construction of Signal Hill, California. Respectfully submitted, __JerF STANEART Jeff Staneart, P.E. Utilities Director Attachments: Exhibit "A ": Bid Summary Exhibit "B ": Vicinity Map 1s, sdi List of Prior Relevant Council Actions: City Council September 10 "', 1990 February 11 "', 1991.. January 25', 1993.... April 28 "', 1994......... September 12 ", 1994 January 9 ", 1995...... Accept Grant of Easement from CSDOC Approve Seawater Pipeline Lease with OCWD Approve and Certify Project EIR Approve Reach No. 2 Pipeline Design Contract Approve Easement Lease with OCEMA Approve Plans & Advertise Reach No. 2 Pipeline Contract P LL O LL] Q a it I m i N i IN I I i 4i Illo I I III u III v: mo �I O « Y U p � m u. I'LL z O f` U U Q z � t2 co ama a a 30 W y Z W LL L r_ O "~'NIII z° L V p � O O � < 4 �I C X ' p' O W m N E I � I `v m LL7 3 H u a � T, o uJ Z IU w J Z U O F w a 0 0 ATTACHMENT l 6P { 0000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o W o 0 0 0 0 0 0 0 0 0 0 ZO o 0 0 o N W P O P o N W 0 0 0 0 0 °o °m o0 00 m� I��i V vi v+N00 OMv v vroi � P n l0 M r VI fR f9 N � iR d1 H O f9 m t9 M� tR M w W w tR m O W m< W R W h n W IA Z a N l0 tll z 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 a F 0 0 0 0 0-.-- 0 0 0 0 0 0 0 0 pM N 0 0 0 0 0 O 0 0 0 = O m W N N N P P P W fA M 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 O p 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O H O P O V O O O O N O O O d VO i z o W W r M n 0 0 N O M W O ) OLP Z= m W M m 1W 9 di dl M M M P P O O W p fP R tq t 9 tl1 m O T Vx < W N ¢ q u z w w e D W p p p p p p 0 0 0 0 0 0 0 0 0 0 0 0 0 0 zFON0 o 0 0 0 0 -Mo 0 0 0 WP�n 0 m 0 P 0 NN o v�oo�+ p 0 0 p N p N p O 0 ai 0 O � O � ¢ Z N W fR f9 M � W IA f9 f9 1R N fR iR fR iA E 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p O O O O N O O 0 O O O 0 0 p o -10 0 o v o W 0 0 0 0 o m o n z m N N fm 9 0 0 0 N (0 N 9 f0 m R O w r N P M O O P m O m O W 2 W O W O a to V 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O o M 0 0 0 0 0 0 0 0 o m 0 0 0 0 0 0 0 0 0 F O O N 0 0 0 0 W O O M O 0 0 0 0 0 p d Z vi N N O h P f9 O N f9 W M N IR N fR M f9 m f9 O O O N r dl N fR vi W ep W O O O z M Vi Vi t9 f9 tli M O N b O W O h O m n W N T W N 0 0 W W p O r M w W O O O O Z m P m P P O N W T W O r N O N M O m W O N N W M f� f9 r f0 q IR M tlW i N M 1N 9 fm R flD 9 O r z �- wn wN w w w w an , w m w �n w w � O W m wl N N O m P m OI h N N O � P P m O > Y V z z (O dl O N N n M M O T tli Vl r N di N M N f9 m IR Vl bi O N M tll N M M f9 f9 M m N � IR di t9 tli tll gyp' J W F 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O Z O O W O in O O O O O O O O N O N O P O N O tD o vi 0 0 of 0 0 0 0 0 0 0 0 0 P p N O m Ot vl W O h Ol b N h M 19 r fR to tli tD lO N � tl! N � b! O w a tli di w w t9 M w bf a t9 W a � � o in 0 0 0 0 0 o 0 0 o o 0 0 o o o 0� o r o h o 0 0 0 0 0 0 0 0 0 0 o m o 0 0 N W Z O Ln Ln 0 0 0 N P �D N P N O X 0 0 0 W W w N h m N T Iry N N N N W M n 0 0 h IR tD tli 19 M tlf W tli IA M W tll tD W tD tll fA N fR di F N p O J0 N J O .. > a o v c j 0.20% o a N Z° v °� m� y �+ c u o m� m n °° o 0 0 0 o v ° _o o 3 L<< la v 16 v v C> O t0 O V Q 0 V 0 V 0 1%1 °— O 1- - O 1 N r r V W N K °° W W O N m P N o h .1 .1,'21;: N m1:1 N 0 n W OI N N N F N ATTACHMENT l 6P { P 0 Q Ni Q a W W m � F O a a 0 W N Z W W O J U I � ail I, I m N I I� F Q I i l li �I I UI i I M u . im p o Y y f W v ol2U U 4 ' l l S: F Z Q I Q U D7 F <m i zi I0 ¢ 0: C' C d OW C C O O m l M . N U w v. gill IW mia f U W Q 41 6 Z W J Z O O puwa 0 0 ATTAU{Mer+T „A,1 ¢ °p 4 0 o 000000 o o 0 0 o O o 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 g oo m OM00o rio m Zo 0000 on o0 0 0 o m m m o .w n m N o in n O vl O P M V0 m Vw 1 N w N w w W P ¢ w m N w m N w w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0000 0 0 U 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Z F O W N M M N m m N m P 0 0 m O O m 0 U O m m N P O m iD M m n O o O N w w L J Z O N P n N W O m min O m m N m 4.l 0m Q w m M Ul n N N P w M n W Vl N N U fR w f9 w w w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 2 0 0 0 0 0 0 0 0 N 0 0 0 0 0 m m UW j 0 0 O O O N O J P 0 0 0 O N O O P m P 0 w (O 0 m P N W m V1 fO O m (h N N n wP l l VP m O N w w w w w mw w w w w w w NW r U Q m w w w Z 0 � w w w w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 w o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0.0.000 Y F 0 N 0 0 0 O O O O o 0 0 0 0 N 0 0 0 P m Z O of N N O O O O O O O O O o O 0 m O P O O 0 m 0 O 0 O W N O O O O O w w L r w w w w w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 O 0 o o 0 O 0 o 0 o 0 O 0 o 0 0 0 0 0 o 0 O 0 00 0 0 g 0 W o 0 0 0 0 0 0 0 0 0 0 0 ry 0 0 0 o m v o 6 Z O N O O O O O o 0 0 0 0 0 o n 0 0 0 0 m m o M 7 0 m 0 0 m 0 0 N O O u w 0 0 P 0 0 0 m a m 0 m O n r M vi m + m O W m `� wmww ww w m Z� Om< o ww wd'wwwww w U O O O O O O O O C O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 In In o F 0 m o 0 0 0 0 0 0 0 0 0 0 o M o 0 0 0 0 0 Z O 0 n O 0 o 0 O m O 0 O 0 O O O o O O P O 0 O 0 n P O 0 O 0 O 0 w w 5 m w t0 P m t l'i N m m vi w vi N m vi - N n w N fR w w w M w w W w f9 w 19 w w w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 p 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O Z 0 m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 W O {p 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 n r o r N m O 11 O O O L/1 m N N W O O O O O O. N P O P 0 6 O a m w w w w w w w w m w W O q w w O W O O O O O O O O C O 0 0 0 0 O O o O o 0 a 0 0 0 0 0 0. 0 0 0 0 0 0 0 0 0 0 0 0 0 f 0 m o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 :LEO 0 0 o O c o o 0 00 0 0 0 0 0 o w w 5 U N N O O O M n m N N 0 0 0 O O O W w w W M M P N N N N w P lO m P N P W w w in w w w w w w N w w w w w w F o 0 0 0 0 0 0 0 0 0 o O o 0 0 0 0 0 0 0 0 Z O O N m O yr O in O 0 O 0 O 0 O N O N O P O N O ID O Ln O O - O 0 O 0 0 0 0 0 0 P O N N v� n P N in M N m O N n m m n 0 0 1 m D+ M O r m m N n w w w w w m m N w N 2 w o 4 w 0 1 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m 0 H O n O O O O O O O O O O O O O O O N W Z O in in 0 0 0 N P m N P M 0 0 0 0 w w w N w n M N LA N N N N N w W M n O O ut w w w w w w w w w f N O O n W N m M VI m VI VI VI VI VI V) O� Q C_ C_ O N N y v y .v. d d 0 N F 41 O d y N Q < W O O E v > v m N O U C O r_ Y O N P _O N _O W E a N U .:_ E m m u oU m p 41 c y>> } 3 a y ✓ h J n o o o r w : > w w Nw O ;> O r O E O J O. E M O M - N Q V U O U O m O o d o fL O O m r W m O N -- P N N - � N N N N N N l7 ATTAU{Mer+T „A,1 ¢ °p 4 ail i ml NI NI III illw I F o 10 U Q m a O: ID ✓ p r O y w m � 0 O m m m UI w i 3i < LL K C 4 L � F Z¢z F c LLl � Z W J Z 0 o IF-- UUwa 0 0 N 0 0 0 m O 0 O Y � � Y U W 0 0 0 0 U m 0 0 0 I I 0 E' �. UU F I O O J W I I m O O m F O co 0a a a LLJ o W N Z W 0 LL O O U NI I I O: ID ✓ p r O y w m � 0 O m m m UI w i 3i < LL K C 4 L � F Z¢z F c LLl � Z W J Z 0 o IF-- UUwa 0 0 N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m 0 0 0 0 0 O N O O O O O O O 000 o m 0 0 O i W 0 0 o 0 o r r O O n ry O m w o M n n � 1p - O m w w w w w w w n n ¢ w n n O w w U K N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m 0 0 0 r O 0 0 0 0 O O O o 0 O O O O 0 m O m O �~ W O N N w O O O m o O o m O m m W m - m N Y w 0 0 0 0 0 0 0 d' m M 0 V w w L N w w o e 0 0 0 0 0 0 0 0 0 0 0 m o O o 0 00 .0 ZO- o m 0 o 0 m 0 O 0 P 0 0 m 0 N 0 O 0 m 0 N 0- O N 0 m 0 p 0 m 0 o 0 p 0 0 00 O p g D n m 0 m 0 m 0 a tp m m w m w w m W w N w m ai w O m m w o m w m w O 0 N m 00 0 O O �Owmwww w w w in m ow o z w w n m ¢ N w w p O N O O O o O O 0 O O 0 O m O O O O 0 0 3 F o O N N w 0 O 0 m 0 V 00 V I 0 m 0 m 0 0 0 0 m w 0 O � N 0 m o O 0 0, 0 O 0 m 0 �p L F Z tnO Om � mw W m w w Nw Nw mw o Or Mw w w w w w w w w w ¢ .000000000000000000 O O m N o 0 o O o 0 0 0 0 o O o 0 0 O O O O F O m m O V O O M N O m r m 0 0 0 0 0 Z m m m � 0 m N m O m m 0 O M m 0 M m z r m m N l0 w w w w N w w w N M r o0 cO- > a w i» a 0 m O � o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 m <= O o O N w N m M 0 o 0 m m 0 0 O 0 o m 0 m N 0 O N 0 m N 0 m 0 m w 0 m m 0 0 O 0 0 O 0 0 m 0 0 0 0 m 0 nj w 0 yj w LLB Q Z m m J e w w w w w w w 3 o o o m o o o 0 0 0 0 0 0 0 0 o m o 0 0 o o 0 m m O n a m O m o v m o M a o o n o m m m m F m m m o m r m m N m a n ry n m m a m o a M m r m m W N r m �.i v o m is �^ r 7 w p r N m w w N w w w N N w w O r m !� m O a w w w w w w w w w m w w r U z ¢ w n D » n i a o m O m o 0 o o 0 m o 0 0 0 o m o m m N o N a m o m o m m m a o 0 n n m O F m N m r m n m m v v v m N r m a m n 'A of m m m of N m m 'A v o F Z w n w w w w w w w N N w w m Z w w w w w w Y F 00 o o o o 0 0 0 0 o 0 o 0 0 0 0 o o o g Z 0m R 00 m v 00 o O 00000 O N N O N 00 m m 0m 0 00 0 0 O 0 o V W V N m m O N W m n O 0 m N w N w w w w w w w w w w m w o m o O O O O O O O O O o O O m O O r O O O O O o 0 0 0 0 0 0 0 N W 0 m O o o V m N v 0 0 0 w w W D N r p O m N w w w w w w w O (w w (J O w w VJ O O r t0 I m p J J p r N m J W Q C o C C a _ w y ✓✓ 0m Ni E 3 o do h N Na a o E c > v m w m 3° o m" o _ _ Q D- w `� -- ✓O c N D d dJ v B y y W U1 ✓ U .a > E o 0 M 0 m D W w c o m° o o -o (n C 4J j 3 0 o v ry d c VI N N J 1] c N N c a O F U o -� 1O N N O O Dv f io m o m N¢ o U o p c in o' a F S o a �i F m r x w v s oo a o. a E z E c ul O W- N m v m m n m m o N m -N, m m F, � N _-j N N N m ArrRUime -Nr , fi 3 br 4 m N N d' ! .W Q a W a 2 N ' U M m m . O « Y <1 ui0 jIU ulM N U f Z _p F I U U U H p LLI �QQ7 Z J LLl W a a LLI L W ,^ Z — O F- , U N. O ZI L _C LL'0 � O M O m C E: C� F m 3 FW. L! QQ a C o' p ) < M'u�Q U w ui� Z w 0 Z ¢ F U W a 0 0 A- rr^L",,e-NT VA" 4 6p 4 0 0 0 0 0 0 0 0 0 0 0 000008000000 0 v� 0 v� O Z F O O M w 0 0 0 0 0 0 0 0 m 0 o 0 m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O m u! N Z o m vi wow w m 6 vi of "n "n o P P M o m N m fO O) W M M N N w w w N N O w w O '- ✓� U pwmww�ww MwwN wM o m � Ni w w w m w N N a n w O w N w N w V m O M O O O O o O O O O O O O O 0 O O O O w O N O O O O 0 0 O O O O O O O 0 0 O O O ZZ O O O O O m w O N O 0 0 0 0 0 o O M W L_ 02 O W m N M M M w N O m w w M w w ✓I N N N O O P w V w 1 w w m w w w w w w w w N w CC w o W o o o o o o o o o o o o o 0 o o o o m o o� O O � 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � 0 m U ZO W 0 o n 0 00 0 00 00 0000613 W o M o .- 6 vi o w o O w w v o w o m W N n N w w N w N N M w w P M M w Q p w m w w w w w w w w w w N w m O Q w w w w N w w q 0 O w Q U o m 0 0 M 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O of O O N 0 0 0 0 0 0 0 0 0 0 0 0 0 00 F F O N O 0 � 0 0 0 0 0 0 M .0 O O O O 4 W L p Z O W n w N w w w w w w N M w w m m w w w w w w w w O K OOO �n 000 oil o 000 � 00000000 m o 0 0 M n 0 0 0 0 ON o o 0 0 0 0 0 0 W o m ZO P m 0 0 N o O N 0 0 0 0 m O p w N O m P _ m O m Z o N❑ m 0 N M w N w w 0 N w w m n n I(I p «n www ww www www e-N 0 w q w w ni w rn Z Q M w J � w w w a O o o 0 0 0 O O 0 0 O o 0 0 0 0 0 I„ ❑ o N 000000 N o 0 000 0o a N P O M O P o m o v vi M V. m m � iO n W Z O w N w � w w w w w � fw R Li O m O m O 0 o W 0 0 0 0 0 O 0 0 0 0 0 0 O ? O O P 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N M O O 0 Z 0 o 0 m m O n w 0 m n O vn O m m 0 0 o 0 N PIn ' N �V n 7 0 M M w o w � w N m w W � w w � � x U O y O m O O O O m O O O O O O O O O O O O 0- 0 m 0 0 0 m O 0 0 0 O O m M O Nw Lm LL❑Q ' P vw ) w m w w N w w w w w ❑ 0 0 0 0 0 0 O O 0 0 0 0 0 0 O o O O 0 0 O Z O O m M. 0 0 0 OR 0 0 O 0 N 0 N 0 P 0 N 0 m 0 0 O � 0 O 0 O 0 O 0 O 0 P 0 I_ q O N n v N O, O N N n O O m m lw N n N � N w w w w w w m w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N W O M M 0 P m N n O- 0 0 0 10 w W 0 (O O M w � N w N N w W Ul n O O N M w w w w N N N 00 W O v «> Oa ' vvi� a d o F o E v > w E d Yo o °o N - M M Y Y- ? 0 y u .r N N J W O V O u0 0 u C 1> W �. a.. g N V C C N O O u u N N> > >_ N >> O O F G S] _ .A u W N E E W a O E m M O c N Q O U O U C IA J— ❑ F C d F F W 2' d d CL K N❑ A- rr^L",,e-NT VA" 4 6p 4 SANTA Qox 0 ryti ANA �:^+ -st 14 :14 Riven 7� ..®r ST EE .4 Ll A;- r, cy) i TALBERT CHANNEL Za** 1E m m Ao 3 Larks 1 SANTA Qox 0 ryti ANA �:^+ -st 14 :14 Riven 7� ..®r ST EE A;- r, cy) i .-a Za** 1E m m Ao SANTA Qox 0 ryti ANA �:^+ -st 14 :14 Riven 7� ..®r 0 0 February 13th, 1995 LRI .i 1 995 I CITY COUNCIL AGENDA ITEM NO. a4 s -FpLeh e�3T TO: Mayor & Members of the City Council FROM: Utilities Department SUBJECT: CONTRACT FOR CONSTRUCTION OF WATER PIPELINE REACH NO. 2 PIPELINE (Santa Ana River to Talbert Channel) GROUNDWATER DEVELOPMENT PROJECT (CONTRACT NO. 3004 -1G) K SUPPLEMENTAL REPORT ON PIPELINE MATERIAL DESIGN RECOMMENDATION: Receive and file this Supplement to the staff report. BACKGROUND: This Supplement to the staff report about the Award of the Reach No. 2 Pipeline contract is written at the request of Council to provide additional information about the City's design standards for pipe material for the Groundwater Development Project. It is staffs understanding that this request stems from issues raised in a letter written to the Mayor, by the sales manager of a steel pipe supply company who is interested in selling pipe to the City. DISCUSSION ON DESIGN: The City retained a professional engineering firm, ASL Consulting Engineers, to design the Reach No. 2 Pipeline Project. The City's selection of the design engineer, approved by the Council April 28', 1994, provided for an engineering design which considered a comprehensive scope of issues to be included in the project design. The firm was retained to develop design specifications and plans for the pipeline based on factors including: 1. Pipeline hydraulics 2. Pipeline operating conditions 3. Design life & durability 4. Seismic integrity 0 • Supplemental Staff Report - Page 2 Reach No. 2 Pipeline Construction Award of Contract (C- 3004f21 �. February 13'", 1995 5. Constructability as related to schedule and cost 6. Pipeline thrust forces & movement 7. Geotechnical engineering considerations 8. Corrosion engineering & cathodic protection 9. Pipeline serviceability & repair 10. Pipeline fittings & appurtenances 11. City standards & industry standards 12. Construction methods & safety 13. Potential for damage to adjacent property & facilities Staff believes that the design engineer did a superlative job of considering all of the design issues, including costs and operating ramifications and adequately incorporated them into the pipeline design. Neither the City nor the design engineer took the approach of considering only the initial costs to procure the pipe materials, as a single or exclusive issue. The importance of this particular pipeline to the City, played an important role in defining the design standards. The facility will ultimately be a key link in the series of Groundwater Project components which will carry 70% of the City's water supply. Loss of one of these project facility components, due to operating or maintenance failure, was considered to be highly significant. For this reason, the City established conservative standards for materials and construction. The nature of the soils in the low -lying coastal areas are highly - corrosive, and therefore warrant engineering consideration in terms of cathodic protection, special linings and coatings, and corrosion- allowances in pipe wall thickness. The concern for long -term integrity and the critical nature of reliability of the City's water supply is reflected directly in the pipeline design. This concern is reflected directly in the pipeline specifications in the form of greater pipe wall thickness requirements, more conservative lining and coating requirements, cathodic protection requirements to slow the corrosion process, and strict pipe joint and fitting requirements. CITY'S OPERATING EXPERIENCE: The City has operated the public water system for nearly 70 years. The City's water system has a variety of pipeline types and materials in it. In the City's distribution piping system (the smaller local water lines), the City has cast iron pipe (as old as the 1920's), ductile iron pipe (as old as the 1970's), steel pipe (as old as the 1940's), asbestos cement pipe (as old as the 1950's) and PVC pipe (as old as the 1980's), 0 Supplemental Staff Report - Page 3 Reach No. 2 Pipeline Construction Award of Contract (C- 30046) February 13'", 1995 In the City's transmission piping system (larger diameter water transfer lines), the City has cast iron, ductile iron, and steel pipelines. Over the last 10 years, there have been four (4) noteworthy transmission piping failures. All of the failures were on steel water pipelines. Those incidents were: pipe material location of failure repair diameter type nearest intersection cost 30" steel pipe Coast Highway east of Bayside Dr. $ 43,000 16" steel pipe Dover Dr. ® Irvine Ave. $ 36,000 24" steel pipe Jamboree Road south of Ford Rd. $ 78,000 24" steel pipe Coast Highway @ Bay Bridge $ 17,000 All of these pipe failures were the result of aging steel pipelines and the effects of corrosion. All of these pipe sections had mortar coating on the outside of the pipe to prevent corrosion. Because of these failures and a history of numerous small diameter steel pipe failures, the City has very deliberately taken a conservative approach to designing new pipelines. The City's standards for both ductile iron and steel piping reflect these considerations. CONCLUSION: Staff believes the project specifications for the pipeline materials, fittings, coatings and their construction were appropriate, prudent and fiscally responsible and that they reflect sound engineering judgment. Staff and the design engineer also believe that the results of the "advertisement for bids" prove these requirements are reasonable (illustrated by the number of bid respondents, 16 total) and are cost effective (illustrated by the successful bidder's price being nearly $100,000 less than the project cost estimate). Respectfully submitted, �E�F �rANE -4R."r Jeff Staneart, RE Utilities Director Jti: sdi Attachments: Exhibit "C ": Memo From ASL on Steel vs. Ductile Iron Alternative Pipeline Materials Exhibit "D ": Memo From ASL on Polyvinyl Chloride Plastic Alternative Pipeline Materials 9 0 ASL Consulting Engineers MEMORANDUM To: City of Newport Beach From: Steve Tedesco, ASL Consulting Engineers Tom Epperson, ASL Consulting Engineers Project: City of Newport Beach 36 -Inch Water Transmission Main (Reach No. 2) Groundwater Development Project Project No.: 606.050 Subject: Alternative Pipeline Materials (Steel or DIP) Date: February 9, 1995 This memorandum outlines the design considerations, standards and alternative analysis provided by ASL Consulting Engineers during the design of Reach No. 2 Pipeline. During the Preliminary Design Phase of the project, ASL reviewed the City of Newport Beach's standards and the various alternative pipeline materials. The City Standards allow the use of either Ductile Iron Pipe (DIP) or Polyvinyl Chloride Pipe (PVC) for the City's water system. Steel pipe requires special permission of the Utilities Department. Since PVC pipe is not available in 36 -inch diameter it was not an option for Reach No. 2. It is not uncommon for cities such as Newport Beach to allow only one alternative pipe material. In fact many Orange County cities such as Anaheim, Fullerton, Orange, and Santa Ana use only DIP in their water systems. In order to increase competition and to possibly lower the construction cost ASL suggested to City staff that Steel Pipe be considered as an alternative. The following considerations were analyzed: SOIL CONDITIONS The analysis of soil conditions in the area of the proposed pipeline indicated a highly corrosive soil. Both alternatives (Steel or DIP) would require special coatings and cathodic protection. In comparing the chemical make -up of each alternative pipe material, Steel is many times more corrosive than DIP. Therefore, special precautions would have to be designed if the Steel alternative was used. These precautions could include using thicker steel plates, applying a tape wrap and /or cement coating around the outside of the pipe. Exattgtr — 0 0 ASL Consulting Engineers City of Newport Beach Project No. 606.050 February 9, 1995 Page 2 CONSTRUCTABILITY Each alternative was reviewed for constructability on the proposed alignment. DIP was found to be both faster and less expensive to install than the Steel pipe alternative. One of the main reasons is that DIP can be easily cut in the field should the need arise. This is very important on a project in existing street with possible utility conflicts. Using Steel pipe could result in considerable delays and extra costs if actual field conditions varied from record data. MATERIAL COSTS During the design phase ASL contacted three suppliers of Steel pipe and three suppliers of DIP to determine estimated material costs. The costs quoted were comparable between the two alternatives. The Steel pipe cost quoted by two suppliers was considerably lower than the DIP. MAINTENANCE The City over the past 25 years uses DIP almost exclusively in its water distribution system. City personnel are trained in installing DIP and making any emergency repairs. On the other hand Steel pipe requires special tools, equipment and training which the City currently does not provide. Therefore, DIP is the preferred choice from a maintenance standpoint. All of these considerations were analyzed and discussed with the City staff. The staff and ASL decided to allow Steel as an alternative material. In addition, staff directed ASL to design a high quality, low maintenance pipeline project. The possible cost savings in the initial construction costs are relatively small in comparison to the long term operating cost. ASL proceeded to develop the following final design criteria: FINAL DESIGN CRITERIA The final design would include both Steel and DIP designed as follows: • Shell Thickness. In order to withstand the interior pressure and exterior load DIP would be Class 52 (0.45 inches) and Steel pipe would be 3/8 (0.375 inches). Both of these thicknesses are conservative and slightly higher than the minimum AWWA Standards. 0 0 ASL Consulting Engineers City of Newport Beach Project No. 606.050 February 9, 1995 Page 3 Many agencies require the use of the thicker shell for both Steel and DIP including Metropolitan Water District and the San Diego County Water Authority. Coatings. The corrosive nature of the soil required the use of cathodic protection and special coatings on each alternative pipe material. The DIP included the use of a polywrap system that has been used very successfully in Newport Beach and throughout California. The very corrosive nature of the Steel pipe required the use of a tape wrap system similar to what is used on all Steel pipe used for natural gas mains. The cost of the tape wrap is only slightly more than the cost of a cement coating which is commonly used on Steel waterpipelines. However, the tape wrapped pipe requires less cathodic protection and is therefore less expensive. Fittings. DIP fittings are manufactured using a forging process. The final fitting does not contain any intermediate welded seams. Steel pipe fittings can be manufactured using either a forged process or a mitred process. The mitred process requires straight pieces of pipe to be cut at angles and welded together to form the fittings. Each fitting contains one or more seams depending on the degree of the angle change. Since most of the fittings on the project are located at major intersections and deep utility crossings and to adhere to City Standards, it was decided to use the more expensive forged fittings with fewer seams. The thickness of the forged steel fittings is slightly less than the forged DIP fittings. Joint Restraint. The DIP contains forged bell and spigot joints to join the pipes together. Similar pipe joints are available for Steel pipe but the joints must be either welded to the steel or cold rolled into the steel. Once again to get a more conservative longer lasting project it was decided to use only field welded joints rather than bell and spigot for Steel pipe. This also is a common practice with many agencies. CONCLUSION In conclusion, it is our opinion that the available alternatives were analyzed in an equatable manner. Both were specified to a standard higher than the minimum allowable AWWA standard. However, in no case was the standard excessive or unfair. The specified standards are used by many agencies in Southern California. Over the lifetime of the project (100 years) the additional costs are insignificant. SDT /cg B8 /MBml&SDT 0 0 ASL Consulting Engineers MEMORANDUM To: City of Newport Beach From: Steve Tedesco, ASL Consulting Engineers Tom Epperson, ASL Consulting Engineers Project: City of Newport Beach 36 -Inch Water Transmission Main (Reach No. 2) Groundwater Development Project Project No.: 606.050 Subject: Alternative Pipeline Materials (P.V.C.) Date: February 9, 1995 This memorandum summarizes the availability of 36 -inch Polyvinyl Chloride (PVC) Pipe and briefly lists the reasons why PVC Pipe was not considered an acceptable alterative pipe material for the Reach No. 2 project. PIPE AVAILABILITY The City Standards allow the use of Large Diameter PVC Pressure Pipe per AWWA Standard C -905 for water mains 18- inches or larger. The following is a list of manufacturers of large diameter PVC pipe and the maximum size they currently produce: MANUFACTURERS MAXIMUM SIZE Diamond Plastics, Nebraska 27 -inch Ipex (Formerly Scepter Manuf. Co., Ontario Canada) 36 -inch J.M. Manufacturing, Co., California 30 -inch North American Pipe, Mississippi 30 -inch Pacific Western Extruded Plastics, Co., Oregon 24 -inch Uponor ETI, Co., Kentucky 16 -inch As it can be seen, there is currently only one manufacturer of 36 -inch C -905 PVC pipe in North America. ASL contacted a local representative of IPEX and was given a budget cost of $196.40/LF for Class 165 C -905 PVC pipe. In comparison, the budget cost for 36 -inch Class 52 D.I.P. was between $70 to $88 /L.F. K�6�r 0 0 ASL Consulting Engineers City of Newport Beach Project No. 606.050 February 9, 1995 Page 2 SUMMARY The following is a brief summary of the main reasons why PVC Pipe was not considered as an acceptable alternative pipe material for the Reach No. 2 project: • Only one manufacturer currently produces 36 -inch PVC Pipe. • Extremely high material cost (about twice the cost of D.I.P) • Concern with ability of pipe to withstand internal pressure. Only pressure class available in 36 -inch diameter is Class 165. (AWWA C -905 pipe has only a safety factor of 2.5 while AWWA C -905 pipe has a safety factor of 4.0). • PVC pipe would require the construction of thrust blocks to handle joint restraint. The proposed alignment is located within a utility congested street. There is not enough available space to construct the required thrust blocks. ASL does not recommend the usage of joint restrainers for large diameter PVC pressure pipe. Concern with exterior loading on the pipeline at street intersections due to the depth of the proposed pipeline (depth of cover in excess of twelve feet). Lack of track record - minimal amount of 36 -inch large diameter PVC pipe has been installed in California. SDT /mp BB /Mem14.SDT TO: FROM: JAN " t� APPROVED 0 January 9', 1995 CITY CrOUNCIL AGENDA ITEM NO. \ 3 Mayor & Members of the City Council Utilities Department SUBJECT: CONTRACT FOR CONSTRUCTION OF WATER PIPELINE K REACH NO. 2 WATER TRANSMISSION PIPELINE (C- 3004 -A GROUNDWATER DEVELOPMENT PROJECT RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids for construction of the project. a. Bids to be opened at half past one o'clock in the afternoon, (1:30 p.m.) on Wednesday. February I", 1995, at the office of the City Clerk. DISCUSSION: This project is part of the City's Groundwater Development Project and provides for construction of approximately 6,300 linear feet of 36 -inch diameter water transmission pipeline. This reach of pipeline runs between the easterly side of the Santa Ana River and the Talbert Flood Control Channel where it intersects Banning Avenue. The pipe being constructed lies almost entirely within public street rights -of -way. The southwesterly most portion of the pipeline lies within an easement across the County Sanitation District's Treatment Plant No. 2. A project vicinity map is included as Attachment "A ". This segment of the Groundwater Project will allow the delivery of well water from Fountain Valley to the City's water system. It will connect the Seawater Transmission Pipeline (leased from OCWD), to the City's existing pipeline that was installed beneath the Santa Ana River in 1991. The design consultant has completed the pipeline design and has prepared detailed construction plans and specifications. The Council approved the design contract at the April 25th, 1994 Council meeting. The Engineers' Estimate for the project construction cost is $1,613,500. The costs are distributed as indicated below. Funds for the work were approved in both the 1992 - 93,1993 -94 and the 1994 -95 water capital projects budgets and are available in the Water Fund under Capital Project Account No. 7504 P 500 094 A. Groundwater Development Project - Page 2 Reach No. 2 Water Transmission Pipeline Authorization to Advertise Bids January 9`", 1995 Engineers' Cost Estimate Item Amount Install 6,300 linear feet of 36 -inch pipeline Install one, 30 -inch butterfly valve in vault Install 8 each, 2 -inch air - vacuum release valves Install 6 each, access & blow -off assemblies in manholes Install cathodic protection system & components Remove & dispose of interfering underground utility conduits Traffic control & signage Pressure test, Rush & disinfect pipeline $1,340,000 67,500 24,000 72,000 29,500 34,500 37,500 8,500 Total Estimated Cost $1.613,500 The contract time of completion is 210 calendar days. Assuming approval of staffs recommended action, the construction effort could commence prior to the end of April 1995. The City proposes for the contractor to commence construction on the Brookhurst Avenue crossing as soon as is practical to allow completion of this portion of the construction when traffic and parking demands are not as high as they are during the summer months. If the City awards the contract immediately after bids are received, the resulting completion for the Reach No. 2 Pipeline should be approximately September 1995. Staff recommends approval to advertise for construction bids. Respectfully submitted, JEFF �rar.>�Rr Jeff Staneart, P.E. Utilities Director 1S: sdi Attachment: "A ": Project Vicinity Map TALBERT CHANNEL J "-row me.- it 6H C a,-T- E0 I LA 4 0) 1z JID 2� m M-1 A4 M 14 Y 4� SANTA TA vum pox G) i0i I "14 AIV4 Riven .4 7� M Publish kinds ing notices by • Authorized to Advertisements of all public Decree of the Superior Court of Orange County, Ca i ornia. 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 12, 17, 1995 PUBLIC NOTICE NOTICE INVITING BIDS Sealed bids may be re- ceived at the office of the City Clerk, 3300 Newport Boulevard, Post Office Box 1768, Newport Beach, Cali- fornia 92659.8915 until 1 •.3O P.M. on the 1st day of Feb- ruary 1995, at which 8me such bids shall be opened and read for GROUNDWA. TER DEVELOPMENT DROJECT 364NCH WATER TRANSMISSION MAIN - REACH NO. 2, .� Contract C- 3004 -1s, ^- Engineer's Estimate $1,613,500. Approved by the City Council this 9th day of Jan. 1 declare, under penalty of perjury, that the ' uary 1995. Wanda E. Ragglo,, foregoing is true and correct. City Clerk , Prospective bidders may obtain one set of bid docu- ments at no cost at the of. tics of the Public Works Executed on January 17 gg 5 Department, 3300 Newport Boulevard, Post Office Box at Costa Mesa, California. 1768, Newport further information call Jeff Staneart, at 644- 3011 Published Newport � Beach-Costa Mesa Daily Pilot January 12, 17, 1995. th673 Signature