Loading...
HomeMy WebLinkAboutC-3004(M) - Groundwater 36-inch water transmission main, #4, Phase ICITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 January 26, 1996 (714) 644 -3005 Steve Casada Construction Co. 1426 So. Allec Street Anaheim, CA 92805 Subject: Surety: The Explorer Bond No.: 1372708 Contract No.: C- 3004 -M Project: Groundwater Insurance Company Development Project The City Council of Newport Beach on December 11, 1995, accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion and release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. The Notice was recorded by the Orange County Recorder on December 28, 1995, Reference No. 19950579681. Sincerely, 1�4 tj9nllt /V, /Vla r N LaVonne M. Harkless, CMC /AAE City Clerk LMH:lm cc: Public Works Department 3300 Newport Boulevard, Newport Beach RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk/-6� % '-2� City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 F1 __ yin n3 3I Recorded in the county of orange, California Gary L. Granville, Clerk /Recorder 1111111111111 No fee 19950579681 09:01am 12/28/95 005 136409 02 19 MB1 N12 1 7.00 0.00 0.00 0.00 0.00 0.00 `Exempt from recording fees pursuant to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the Cii:y of Newpor" Beacli, 3300 Newport Boulevard, Newport Beach, California, 92663, as owner, and Steve Casada Construction Co., 1426 So. Allec St., Anaheim, CA 92805 as Contractor, entered into a Contract on July 11, 1995 Said Contract set forth certain improvements, as follows: Groundwater Development Project - 36 -Inch Water Transmission Main - Reach No. 4 - Phase I (C- 3004 -M) - located in the City of Newport Beach, County of Work on said Contract was completed on October 24, 1995 and was found to be acceptable on December 11, 1995 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is The Explorer Insurance Company, 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 Beach, California. O BY City Clerk �• ' at Newport i, it • December 11, 1995 CITY COUNCIL AGENDA ITEM NO. 15 TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: NOTICE OF COMPLETION GROUNDWATER DEVELOPMENT PROJECT, 36 -INCH WATER TRANSMISSION MAIN REACH NO. 4 - PHASE I CONTRACT NO. C- 3004 -M. RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. DISCUSSION: The contract for the construction of the Groundwater Development Project 36 -Inch Water Transmission Main Reach No. 4 - Phase I, which consisted of 16 -inch water main installation work within 15th Street, between Irvine Avenue and Signal Road (around Newport Harbor High School). The Phase II work will include the 36 -inch transmission main between the Utilities Yard and Dover Drive, see attached project vicinity map. The work has been completed by Steve Casada Construction Company to the satisfaction of the Public Works Department. The bid price was $ 214,395.00 Amount of change orders $ 25,160.48 Total contract cost $ 239,555.48 There were three (3) change orders for this project, two of them were initiated by City staff. The change orders centered around connecting to existing water mains and services. Also, additional paving repairs were necessary due to the poor condition of the pavement sub -base. Funds for the project were budgeted in the following account: Description Account Number Amount 16th Street Transmission Main 7504- C5500096 $239,555.48 a 0 Groundwater Development Project -Page 2 Reach No. 4, Phase I, Water Transmission Pipeline Notice of Completion C- 3004 -M December 11, 1995 The scheduled completion date was October 18, 1995. However, because • of the above mentioned change orders and the delays associated with minimizing impacts to the Newport Harbor High School, the- contractor completed the project on October 24, 1995. Staff recommends acceptance of the work. Respectfully submitted, G)w PUBLIC WORKS DEPARTMENT Don Webb, Director By: 1� chael J. Sinacori, P.E. (Acting) Utilities Manager MJS:tam Attachments: Project Vicinity Map is • o • � o �r W (r LLJ Q 4 Q W 3 QD C ui J VI1N3JV7d x � &(7 m g W W Q '1bJ Q M i •� I Qj cr WNOIS \ Y X O wa \I Ln _004 i i I O t =f _ m V//106'NOW Q o� N 6 \F tICONOE,0 i = ._.� WO m > W � i• a F- U W O' w CL c Zg W C a p O .N J W E w c c� L W Q M � 3 0 Z c = c U '� N � ip d TO: FROM: DATE: CITY OF NEWPORT BEACH P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 PURCHASING /ADMINISTRATIVE SERVICES DEPARTMENT CITY CLERK August 4, 1995 SUBJECT: Contract No. C- 3004(M) /�w A4 Description of Contract Groundwater Development Project 36 -Inch Water Transmission Main - Reach No. 4 - Phase I Effective date of Contract July 11, 1995 Authorized by Minute Action, approved on July 10, 1995 Contract with Steve Casada Construction Co. Address 1426 So. Allec St. Anaheim, CA 92805 Amount of Contract $214,395.00 Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92658 -8915 until 2:00 o'clock v.m. on 28th day of June, 1995, at which time such bids shall be opened and read for; GROUNDWATER DEVELOPMENT PROJECT 36-INCH WATER TRANSMISSION MAIN - REACH NO. 4 - PHASE I V Title of Project C- 3004 -M Contract No. $272,500 Engineer's Estimate ���` \�IFOFi% Approved by the City Council this 12th day of June, 1995 ,f wlx�6 L t—rexr o Wanda E. Raggilg City Clerk Prospective bidders may obtain aset of contract documents for $25.00 at the office of the Public Works Department, 3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92658 -8915 For further information, call Michael Sinacori at 644 -3011. Project Manager CITY CLERK CITY OF NEWPORT BEACH UTILITIES DEPARTMENT GROUNDWATER DEVELOPMENT PROJECT 36 -INCH WATER TRANSMISSION MAIN REACH NO.4 - PHASE I CONTRACT NO. C- 3004 -M PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P.O. Box 1768 Newport Beach, California 92658 -8915 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and shall perform all work required to complete Contract No. C- 3004 -M 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 APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 1. Lump Sum Mobilization, demobilization and clean-up for the lump sum price of Ten Thousand Dollars and Cents L.S. $10,000.00 Lump Sum 2. 85 L.F. Furnish and install 12 -inch DR 14 C -900 PVC water main complete and in place including potholing of all existing utilities for the unit price of One Hundred Seventy -Five Dollars and No Cents Per Lineal Foot P -1a $175.00 $14.875.00 �] SCHEDULE OF WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 3. 8 EA. Furnish and install 12 -inch butterfly valve with box and cover complete and in place for the unit price of One Thousand Five Hundred Dollars and No Cents $1,500.00 $12.000.00 Per Each 4. Lump Sum Furnish and install 8 -inch DR -14 C -900 PVC pressure reducing station water mains including valves and fittings complete and in place for the lump sum price of Thirty Thousand Dollars and No Cents L.S. Lump Sum 5. Lump Sum Furnish and install 6 -inch and 8 -inch DR -14 C -900 PVC water main connections complete and in place for the lump sum price of Fifteen Thousand Dollars and No Cents L.S. Lump Sum $30,000.00 $15,000.00 6. 1 EA. Furnish and install 2 -inch air and vacuum valve assembly complete and in place for the unit price of Three Thousand Five Hundred Dollars and No Cents $ 3.500.00 $ 3,500.00 Per Each P -lb SCHEDULE OF WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 7. 1,376 L.F. Furnish and install 16 -inch DR 18 C -905 PVC water main complete and in place including potholing of all existing utilities for the unit price of Seventy Dollars and No Cents $ 70.00 $ 96.320.00 Per Lineal Foot 8. Lump Sum Furnish and install 8 -inch fire service connection from 16 -inch PVC pipeline complete and in place for the lump sum price of Five Thousand Three Hundred Dollars and No Cents L.S. $ 5.300.00 Lump Sum 9. 6 EA. Furnish and install 16 -inch butterfly valve with box and cover complete and in place for the unit price of Two Thousand Five Hundred Dollars and No Cents $ 2.500.00 $15,000.00 Per Each 10. Lump Sum Pressure test, disinfect and flush all new water mains for the lump sum price of Two Thousand Dollars and No Cents Lump Sum PAC L.S. $ 2.000.00 SCHEDULE OF WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 11. Lump Sum Provide traffic control for the project for the lump sum price of Two Thousand Dollars and No Cents L.S. $ 2,000.00 Lump Sum 12. 3 EA. Furnish and install 6 -inch resilient wedge gate valve with box and cover complete and in place for the unit price of Eight Hundred Dollars and No Cents $ 800.00 $ 2,400.00 Per Each 13. 4 EA. Furnish and install 8 -inch resilient wedge gate valve with box and cover complete and in place for the unit price of One Thousand Dollars and No Cents $1,000.00 $ 4,000.00 Per Each 14. Lump Sum Excavation safety measures including adequate sheeting, shoring and bracing or equivalent methods for the protection of life and limb, which shall comply to applicable safety orders for the lump sum price of Two Thousand Dollars and No Cents L.S. $ 2,000.00 Lump Sum P -ld i Total Price in Written Words: Two Hundred Fourteen Thousand Three Hundred & Ninety -Five Dollars and No Cents • $ 214,395.00 Total Price 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. J Bidder's Name Steve Casada Construction Co. Bidder's Address 1426 So. Allec St. Anaheim, California 92805 Bidder's Telephone Number (714)991 -8350 Contractor's License No. & Classification 528559 "A" 4/30/96 Expiration Date -:� Date -&e Lza aA.#t" Authorized Signature & Title P -le • INSTRUCTIONS TO BIDDERS• Page 2 The following documents shall be completed, executed and received by the City Clerk in accord with the "NOTICE INVITING BIDS ". L 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 ReZister 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 accord 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. STEVE CASADA CONSTRUCTION CO. Contr's Lic. No. & Classification Bidder 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 accord 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 accord with State law. 1 7 1 11 1 Subcontractor Address Subcontract Work STEVE CASADA CONSTRUCTION CO. Bidder At CI.a.N/A 0'..A. Authorized Signature /Title • • Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, STEVE CASADA CONSTRUCTION CO. as bidder, and as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of THE EXPLORER INSURANCE COMPANY Dollars ($ 214.395.00), 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.4 - PHASE 1 C- 3004 -M 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 26TH day of JUNE 1995. (Attach acknowledgement of Attorney -in -Fact) S /I. JOHNSTON Notary Public 10/22/97 Commission Expires STEVE CASADA CONSTRUCTION CO. Bidder S /STEVE CASADA, OWNER Authorized Signature /Title THE EXPLORER INSURANCE COMPANY Surety By: S /DWIGHT REILLY Title:DWIGHT REILLY, ATTORNEY -IN-FACT 0 0 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 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 another person in any way or manner, any of the proceeds of the contracts sought by this bid. STEVE CASADA CONSTRUCTION CO. Bidder j� e./.dMe Authorized Signature/Title Subscribed and sworn to before me this d day of 19� My Commission Expires: Notary Public W.E. WILSON, X COMM. #1001934 NOTARY PUBLIC -CALIFORNIA ORANGE COUNTY MY �ffm Expires Aug. 22,1997 Page 6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No STEVE CASADA CONSTRUCTION CO. Bidder 1L.4 ®..,, Authorized Signature /Title NOTICE 0 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 the 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) WORKERS' COMPENSATION INSURANCE CERTIFICATION (page 17) 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. and (3) meeting Policyholders' Rating and Financial Size Category criteria in the paragraph above. Insurance Companies affording coverage and sureties issuing bonds 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 VII (or larger) in accord with the latest edition of Best_s�Keu Rating Guide: Property- Casualty except as modified by the Special Provisions. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction except as modified by the Special Provisions. 07,17%95 132:1 S 714 991 0643 STEVE CQSQDP CO„ P.04 BOND #137 27 08 PREMIUM INCLUDED ON PERFORMANCE BOND. BONDS EXECUTED IN DUPLICATE. PAYME LLIC)Nll_ KNOW ALI, MEN BY TI IIiS11 PNI-NEMS, That WIIP.REAS, the City Council of the City of Newport !leach, State of California, by motion adopted has awarded to„„ STEVE CASADA CONSTRUCTION CO. hereinafter designated as the "Principal ", a contract for GROUNN1 WRIER DEVELOPMENT PROIEQ -- 36•INCH WATER Tli NSMISS1ON� MAIN - ft AC ki NO, 4 - PHASE I _ NCONTRACI NO. C -2782 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, pnivisinm, or ulh+ r suppliest used in, %Ap+m, for +.r AN10 {he prrformmnr t,t Ih1, tv,14 111tn•1,,1 to t., ,hgt+l, +q' Ittr 11111' JV10 +n blrntr -lone I1111r1,on Ill any k6111, I111, 11111,11' tilt Ihb, 10,111,) %%-Ill J,i4r the 41,41114- to Ih1, 1,x11,++1 h1,u4n11111,r "lit 11111111 NOW, TillighFORE, We .5TBVE_,C ADA,_,CON$TfliTCTION CO. as Principal, and THE EXPLORER, INSURANCE COMPANY as Surely, arc lield firmly bound unto the City of Newport Beach, in the sum of TWO HUNDRED FOURTEEN THOUSAND 'laeaa FUND ED uTUV.'ry j+Iyl;_AND, NO /100 Dollars ($ 214,395.00 ) said sum being equal to IW% cut 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, exettdors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDI'11(.)N Or 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 allurney'r hr, M lq• fixed by the Court ;t,% n•+ptired by tilt' provilcinns cif Section 3250 of I111, t'ivil t',hir „i Iht' .44,01, 0l' t',tlti,nnL+. I 91,17,93 1':31 'J E ilk 99l 0643 STEVE CaSGDO CON 4.85 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 recluired by the provisions of Section 3297 et seq. of the Civil Code of the State of California. And said Surety, for value revived, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or 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 -14TH-.—.,— day of - JULY,_- 19 95 - STEVE CASADA CONSTRUCTION C0..(Sval) N,uic of Cnmr tur (Principal) Authorized Signature and lidr Auauttimd Signature snd'INtr �• THE ESPLORER INSURANCE COMPANY (Sea)) Name of Sully P. 0. BOX 85563. BREA. CA 92138 — AddmzaotSurely Si lure md'11W 14 Auttmrized Ate�_.nt -- DWIGHT REILLY, ATPORNKT —IN —FACT 60 E. NINTB STREET,OPLAND, CA 11786 nadnejnyml — -- — 'rrlcptum Number of ft hit STATE OF CALIFORNIA COUNTY OF sAN sERNARDINO On JULY 18, 1995 , before me, J. JOHNSTO14 Notary Public, personally appeared %%% personally known to me - OR DWIGHT REILLY _ proved to me on the basis of satisfactory evidence to be the oerson(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he/she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. J.JOHNSTON Cona(�f. #1007524 4EN and and official seal. Nufary Public Califirrnia Q wr (1P1fiGLCOURTY -� A..y Commission Fxo. 10/22/4 tary Public OPTIONAL Though the data below is not required by law, a 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) Pa'ner(s) _Limited _General ffi Anornev- In-Fact Truslee(s) _ Guatoian/Conservalor Other: SIGNER IS REPRESENTING: Name of Person(s) or Entity (ies) DESCRIPTION OF ATTACHED DOCUMENT BOND TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT PRINCIPAL SIGNER(S) OTHER THAN NAMED ABOVE Explorer Insurance CoAny HOME OFFICE: SAN OIEGO, CALIFORNIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That THE EXPLORER INSURANCE COMPANY, an Arizona Corporation, does hereby appoint: Dwight Reilly its true and lawful Attorney(s) -in -Fact, with full power and authority, to execute, on behalf of the Company, fidelity and surety bonds, undertakings, and other contracts of suretyship of a similar nature. This Power of Attorney is granted and is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board of Directors on the 22nd day of November, 1994, which said Resolution has not been amended or rescinded and of which the following is a true copy: "RESOLVED, that the Chairman of the Board, the President, an Executive Vice President or a Senior Vice President of the Company, and each of them, is hereby authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company, fidelity and surety bonds, undertakings_orr other contracts of suretyship of a similar nature; and to attach thereto the seal of the Company; provided however, that the absence of the seal shall not affect the validity of the instrument. FURTHER RESOLVED, that the signatures of such officers and the seal of the Company, and the signatures of any witnesses, the signatures and seal of any notary, and the signatures of any officers certifying the validity of the Power of Attorney, may be affixed by facsimile.' IN WITNESS WHEREOF, THE EXPLORER INSURANCE COMPANY has caused these presents to be signed by its duly authorized officers this 24th day of April 19 95• a STATE OF CALIFORNIA COUNTY OF SAN DIEGO SS: THE EXPLORER INSURANCE COMPANY On this 24th of April, 1995 before me personally appeared John L. Hannum, Senior Vice President of THE EXPLORER INSURANCE COMPANY, personally known to me to be the individual and officer who executed the within instrument, and acknowledged to me that he executed the same in his official capacity and that by his signature on the instrument the corporation on behalf of which he acted, executed the instrument. -- WITNESS my hand and official seal. OFRCIAL SEAL � FRANCIS FAFAUL NOTARY PUMJC•CAIFCRNIA r SAN DIEGO COUNTY Notar Pu c MY COMMISSION EXPIRES CERTIFICATE: AUGUST 11,1995 I. Alden F. Miller, III, Assistant Vice President of THE EXPLORER INSURANCE COMPANY, do hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a true copy, is still in full force and effect, and that this certificate may be signed by facsimile under the authority of the above quoted resolution. IN WITNESS WHEREOF, I have subscribed my name as Assistant Vice President, on this 18TH day of JIILY 1995, tNeuq THE EXPLORER INSURANCE COMPANY SEAL n 'qt *wa Alden F. Miller, III, Assistant Vice President EXP 37 07,17,95 13:33 a 714 991 0643 51EVE CASAOA CON P.06 BOND 1137 27 08 PREMIUM: $5,288.00 BONDS EXECUTED IN DUPLICATE. Page to j_Q.11'=l L PERFORMANCE BONN KNOW ALL MEN BY THESE, PRESN.NTS, ']'hat WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted has awarded to STEVE CASADA CONSTRUCTION CO., -- hereinafter designated as the "Principal ", a contract for­ VpROUNDWATE& DEVELOPMENT MQ EC'1 - 3G -INCH WA'ER TRANSMj SSION PROJECT - REACH NO.4 - MIMI:I CON'1'B�►CT NO�.«7$�___ _ _� 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 file 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, 1'IiFR1iVORTi, We, STEVE CASADA CONSTRUCTION CO. _ -_- -. as Principal THE E%PLORIi_g- INSURANCE COMPANY as Sure are held and firmly found unto tine City of Newport Beach, in the sum of THO HDND16 FOURTEEN THOUSAND THREE HUNDRED NINETY FIVE AND NO /100 – Ihnllnrs ($ 214,395.00— said sum being equal to 100% of the estimated amount of the contract, to be paid to 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. T1.18 CONDITION OF THIS OBLIGA110N 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, condition's and agreements in said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time anti 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 Iherc;n stipulated, then tits obligation shall become null and void; otherwise it shall remain to full force and virtue. I 07,17,95 13:34 E 714 991 0643 STEVE CASQDa CON 7.07 14 Page I I And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of lime, 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 WIlEKEOF, this instrument has been duly executed by the I Principal and Surety above named, on the 18TH day of JULY 1995 ASTEVE CASADA CONSTRUCTION CO. (Seal) Name of Contractor (Principal) Audloriwd Signature and Title Authorized Signalure and Titlr I THE EXPLORER INSURANCE C014PANY . (,Seal) Name of Surely P. 0. BOB 85563, SAN DIEGO, CA 92138 Addrers of Surely Signau a and 11 le of Authorized A ent '- DWIGHT REILLY, ATTORNEY -IN -FACT 60 E. NINTH STREET, UPLAND, CA 91786 Address of Agent — - -- Telephone Numbei of Agent 0 STATE OF CALIFORNIA ) COUNTY OF SAN BERNARDINO ) On JULY 18, 1995 before me, J. JOHNSTON Notary Public, personally appeared DWIGHT REILLY ffi personally known to me - OR - _ proved to me on the basis of satisfactory evidence to be the persons) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. J. JOHNSTON WIT nd and official seal. COMM. #1007524 D 9 ` bli No P Q ll[�- e�, ;•`,j, y ur.California 1 *_ ORANGE COUNTY Vl My Commission Fxp. 10/22/97 N tart' Public OPTIONAL Thouoh the data below is not required by law. V. 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) Panner(s) _Limited _General ffi Adornev -In -Fact Trustees) GuardiardConservalor Other: SIGNER IS REPRESENTING: Name of Person(s) or Entily(ies) DESCRIPTION OF ATTACHED DOCUMENT BOND TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT PRINCIPAL SIGNER(S) OTHER THAN NAMED ABOVE Se Explorer Insurance Con*ny HOME OFFICE: SAN DIEGO, CALIFORNIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That THE EXPLORER INSURANCE COMPANY, an Arizona Corporation, does hereby appoint: Dwight Reilly its true and lawful Attorney(s)-in -Fact, with full power and authority, to execute, on behalf of the Company, fidelity and surety bonds, undertakings, and other contracts of suretyship of a similar nature. This Power of Attorney is granted and is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board of Directors on the 22nd day of November, 1994, which said Resolution has not been amended or rescinded and of which the following is a true copy: "RESOLVED, that the Chairman of the Board, the President, an Executive Vice President or a Senior Vice President of the Company, and each of them, is hereby authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company, fidelity and surety bonds, undertakings._ or other contracts of suretyship of a similar nature; and to attach thereto the seal of the Company; provided however, that the absence of the seal shall not affect the validity of the instrument. FURTHER RESOLVED, that the signatures of such officers and the seal of the Company, and the signatures of any witnesses, the signatures and seal of any notary, and the signatures of any officers certifying the validity of the Power of Attorney, may be affixed by facsimile.' IN WITNESS WHEREOF, THE EXPLORER INSURANCE COMPANY has caused these presents to be signed by its duly authorized officers this 24th day of April 1995 a STATE OF CALIFORNIA SS: COUNTY OF SAN DIEGO THE EXPLORER INSURANCE COMPANY On this 24th of April, 1995 before me personally appeared John L. Hannum. Senior Vice President of THE EXPLORER INSURANCE COMPANY, personally known to me to be the individual and officer who executed the within instrument, and acknowledged to me that he executed the same in his official capacity and that by his signature on the instrument the corporation on behalf of which he acted, executed the instrument. WITNESS my hand and official seal. OFFICIALSEAL NCIS FAFAUL Y PUBL1CLAlFORNYt [02F DIEGO COUNTY Notar Pu 'c MMISSION EXPIRES CERTIFICATE: GUST 11, 1995 I, Alden F. Miller, III, Assistant Vice President of THE EXPLORER INSURANCE COMPANY, do hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a true copy, is still in full force and effect, and that this certificate may be signed by facsimile under the authority of the above quoted resolution. IN WITNESS WHEREOF, I have subscribed my name as Assistant Vice President, on this 18TH day of JDI•y 1995 . \Nauq THE EXPLORER INSURANCE COMPANY rbQ' °�rO,rY:'Ys SEAL n SOY• � �� Alden F. Miller, III, Assistant Vice President EXP 37 Ah Ah eERTIFIATE:bF,FNS,URANG ;' °! 7 -27- 5 PRODUCER COMPANIES AFFORDING COVERAGE SIGNER INSURANCE AGENCY, INC. COMPANY T'RANSAMERICA INSURANCE GROUP 736 -B EAST LINCOLN AVENUE LETTER ORANGE, CALIFORNIA 92665 COMPANY B INSURED COMPANY C STEVE CASADA LETTER COMPANY DBA: CASADA CONSTRUCTION 1426 ALLEC STREET LETTER COMPANY ANAHEIM, CALIFORNIA 92805 LETTER COVERAGES '' THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE. co TR TYPE OF INSURANCE POLICY NUMBER EFFECTIVE DATE EXPIRATION DATE ALL LIMITS IN THOUSANDS A GENERAL LIABILITY (OCCURENCE BASIS ONLY) GENERAL AGGREGATE $1,000,000 COMMERCIAL COMPREHENSIVE PRODUCTS/COMPLETED $1 , 000,000 OPERATIONS AGGREGATE OWNERS &CONTRACTORS 50 000 PROTECTIVE CONTRACTUAL FOR SPECIFIC 91444- 5- 1.1 -95 5 -11 -96 PERSONAL INJURY $ CONTRACT 9405358 PRODUCTS /COMPLETED OPERATION EACH OCCURENCE $1,000,000 XCU HAZARDS BROAD FORM PROPERTY DAMAGE SEVERABILITY OF INTEREST CLAUSE FIRE DAMAGE $ 50,000 P. I. WITH EMPLOYEE EXCLUSION (ANYONE FIRE) MEDICAL EXPENSES $ 1 , OOD REMOVED MARINE (ANY ONE PERSON) A AUTOMOBILE LIABILITY SINGLE EMIT $ 1,000,0 ANY AUTO ALL OWNED AUTOS 91444- 5 -11 -95 5 -11 -96 BODILY INJUR) $ SCHEDULED AUTOS 9405358 BODILY INJURY $ HIRED AUTOS (PER ACCIDENT) NON- OWNEDAUTOS PROPERTY $ GARAGE LIABILITY DAMAGE EXCESS LIABILITY EACH 7EMPLOYEE OGCURENCE UMBRELLA FORM OTHER THAN UMBRELLA FORM $ WORKERS' COMPENSATION EACH ACCIDENEMPLOYERS' & $ DISEASE- POLICDISEASE LIABILITY -EACH OTHER ADDITIONAL INSURED: CONSULTI G ENGINEE S & ALBA CO #RUCTION MOAGEMENT DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES /RESTRICTIONS /SPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH, BUT NOT LIMITED TO THE FOLLOWING CONTRACT: Groundwater Development Project 36 -Inch Water Transmission Main Reach No. 4 - Phase I PROJECT TITLE AND CONTRACT NUMBER GER'f'TFICATEHOLDER'1: `, .' ',; ,CANG)rI,LATION CITY OF NEWPORT BEACH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON - RENEWED, CANCELLED OR P.O. BOX 1768 COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE COMPANY AFFORDING COVERAGES ALL PROVIDE 30 DAYS MINIMUM ADVANCE NOTICE TO THE CITY OF 3300 NEWPORT BOULEVARD NEWPORT CH BY FIRST CL SMAIL. NEWPORT BEACH, CALIFORNIA 92658 -8915 t 7 ATTENTION: Michael L Sinacori .� %'V "l , i�L'✓ 7 -27 -95 AUTHORIZED REPRSENTATIVE ISSUE DATE Ll • Tf • : 0 A;1"K•Taya":-:lurrwFYn ME* ► s• • u ► It is agreed that: Page 13 With respect to such insurance as is afforded by the policy for Automobile Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or an behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage." 3. The limits of liability under this endorsement for the additional insureds named in Paragraph 1. of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit: [ ] Multiple Limits Bodily Injury Liability $ 1,000,000 per person Bodily Injury Liability $ 11000.000 per accident Property Damage Liability $ 1.000,000 [ ] 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. GROUNDWATER DEVELOPMENT PROJECT 5. Designated Contract: 36 -INCH WATER TRANSMISSION MAIN REACH NO. 4- PHASE 1 C- 3004 -M Project Title Contract No. This endorsement is effective JULY 27, 1995 at 12:01 A.M. and forms part of Policy No. 91444- 4905358 of TRANSAMERICA INSURANCE GROUP (Company Affording Coverage) Insured CASADA CONSRTUCTION Endorsement CG 2010 Issuing CompanyBIGNER INSURANCE AGENCY, INC. By L4,4- 7�1 (Authorized Representative) 0 0 CITY OF NEWPORT BEACH GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 14 With respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to theLmtts of the liability of the company affording coverage." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision contained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU" hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured(s) named in paragraph I of this endorsement shall be the limits indicated below written on an "Occurrence" basis: [ ] Commercial[ ] Comprehensive General Liability $ 1.000.000 each occurrence $ 11000,000 each occurrence The applicable limit of the Contractual Liability for the company affording coverage shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insured(s). The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to General Liability Insurance. 6. Should the policy be non - renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Utilities Department. GROUNDWATER DEVELOPMENT PROJECT 5. Designated Contract: 36 -INCH WATER TRANSMISSION MAIN REACH NO. 4 - PHASE 1 C- 3004 -M Project Title Contract No. This endorsement is effective JULY 27, 1995 at 12:01 A.M. and forms part of Policy No. 91444- 4905358 of TRANSAMERICA INSURNACE GROUP (Company Affording Coverage) Insured CASADA CONSTRUCTION —FndorsementNo.z CG 2.010 Issuing Company BIGNRR INSURANCE AGENCY, INC $y (Authorized Representative) POLICY NUMBER: 914445358 �MMERCIAL GENERAL LIABILITY CASAD NSTRUCTION THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - (FORM B) Thit endorsement modifies insurance provided under [tie following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: CITY OF NEWPORT BEACH AKM CONSULTING ENGINEERS ALBA CONSTRUCTION MANAGEMENT (If no entry appears above, information required to complete this endorsement will be shown In the Declara- tions as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown In the Schedule, but only with respect to liability arising out of "your work" for that Insured by or for you. CG 2010 0 CONTRACT • Page 15 THIS AGREEMENT, entered into this 11TH day of IULY,192L by and between the CITY OF NEWPORT BEACH, hereinafter "City," and STEVE CASADA CONSTRUCTION CO. . 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 MAIN REACH NO.4 - PHASE I C- 3004 -M Project Title 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 MAIN REACH NO.4 - PHASE I C- 3004 -M Project Title Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of Two Hundred Fouteen Thousand Three Hundred and Forty -Five & No/ 100 Dollars ($ 214,395.00) This compensation includes (1) any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and Endorsements(s) (f) Workers' Compensation Insurance Certification 9 0 (f) Plans and Special Provisions for GROUNDWATER DEVELOPMEN PROTECT - 36 -INCH WATER TRANSMISSION MAIN REACH NO.4 - PHASE I C- 3004 -M 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 JJan Debay, M or Pro Tem ATTEST: r it �ii1 Assistant City Attorney STEVE CASADA CONSTRUCTION CO. Name of Contractor (Principal) Authorized Signature and Title Authorized Signature and Title Page 16 +� s 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." STEVE CASADA CONSTRUCTION CO. Date Name of Contractor (Principal) Authorized Signature and Title GROUNDWATER DEVELOPMENT PROJECT 36 -INCH WATER TRANSMISSION MAIN - REACH NO.4 - PHASE I C- 3004 -M Title of Project Contract No. • • r 1 �J a • July 10, 1995 CITY COUNCIL AGENDA ITEM NO. 41 TO: Mayor & Members of the City Council FROM: Public Works Department SUBJECT: CONTRACT FOR CONSTRUCTION OF WATER PIPELINE REACH NO. 4 PIPELINE - PHASE I GROUNDWATER DEVELOPMENT PROJECT (CONTRACT No. C- 3004 -M) RECOMMENDATIONS: 1. Find that the lowest bidder, Steve Casada Construction Company can meet the requirements for completing the proposed contract work and declare them the "low bidder ". 2. Award Contract No. C- 3004 -M in the amount of $214,395 to Steve Casada Construction Company. 3. Authorize the Mayor and the City Clerk to execute the contract on behalf of the City. DISCUSSION: At 2:00 p.m. on June 28"', 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 Steve Casada Construction Company 2 Sully- Miller Contracting Company 3 Riverside Pipeline, Inc. 4 Savala Construction Company, Inc. 5 Vido Artukovich & Son, Inc. 6 G.R. McKervey, Inc. $ 214,395.00 $ 268,233.38 $ 274,000.00 $ 282,423.00 $ 291,117.08 $ 360,065.00 Six bids were received. The low bid was ($58,105) 21.3 % below the Engineer's Estimate of $272,500. The reduced cost is primarily due to the current competitive construction market and the fact the 'low bid" Contractor is currently doing work within the City. OS) Groundwater Development Project - Page 2 Reach No. 4. Phase I. Water Transmission Pipeline Award of Contract (C- 3004 -M) July 10'", 1995 THE LOW BIDDER: The low bidder, Steve Casada Construction Company, 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, including the City of Newport Beach. This firm has a solid reputation in the pipeline construction industry and has significant experience with similar water pipeline construction projects. Reference checks on the contractor's recent projects revealed a number of comments favorable to their ability to perform work in an efficient manner. The contractor has also completed projects for the City of Newport Beach in a satisfactory manner. The insurance policies and bidder's bond submitted by the contractor meet the City's requirements. Staff believes that the contractor will be able to complete the proposed work satisfactorily. In addition, On June 12'h, 1995, Council awarded this Contractor the Avocado Avenue Waterline Extension Project, Contract No. C -2942. Staff suspects that the 21 % savings was realized because • he is currently doing construction for the City. 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, together with two miles of existing leased pipeline. Some additional pipe replacement is required within the City's existing distribution system. The subject of this report is the project segment dealing with the first of two phases of construction of pipeline improvements within the City's existing distribution piping system. REACH NO. 4 PROJECT SEGMENT: The overall project plan calls for transmission pipelines to be • designed and constructed in segments. This portion of the overall project deals with the segment of pipeline that lies within the City's existing distribution system. It consists of approximately 5,000 linear feet of 36 -inch diameter pipeline, 1,600 linear feet of 16 -inch diameter pipeline and five pressure regulating stations. This project segment is referred to as Reach No. 4. The Reach No. 4 pipeline will run in 16'h Street from Monrovia Avenue to Superior Avenue; then in 15' street from Newport Boulevard to Dover Drive through parts of Costa Mesa. 0 0 Groundwater Development Project - Page 3 Reach No. 4, Phase I, Water Transmission Pipeline Award of Contract (C- 3004 -M) July 10' , 1995 • PROJECT SPLIT INTO PHASES: During design, it was determined that a portion of the project near Newport Harbor High School, (now referred to as Phase I), should be completed prior to the start of school this Fall. A revised schedule was recommended by the Public Works Director and the Newport Mesa Unified School District to minimize the affects of construction on student pedestrians and parent drivers near the school. To facilitate this schedule plan, the project was split into two separate phases which will be bid and constructed independently. The goal is to have the Phase I Contract completed before September, 1995. Refer to the attached vicinity map (Exhibit "A") for specific locations. This staff report addresses the approval of the Phase I plans and their advertisement for bids. The Phase I portion of the project provides for installation of approximately 1,370 linear feet of new 16 -inch diameter pipeline; 240 linear feet of 8 -inch water pipeline and relocation of approximately 100 feet of existing 12 -inch diameter water pipeline. Phase I will provide for future installation of a pressure regulating station and facilitate future relocation is of the existing 30 -inch diameter water pipeline to clear the way for a proposed storm drain construction project. PROJECT CONSTRUCTION MANAGEMENT: The project construction will be performed by this pipeline contractor under the supervision of a construction project manager and the City. The City previously approved a contract to retain ALBA Construction Management, Inc. to provide field construction management services and inspection services for all six different pipeline contracts related to the Groundwater Development Project. CONCLUSION: The contractor's bid price for the project totaled $214,395. This price is 21.3 % below the engineer's cost estimate of $272,500, Funds for the work were approved in the water capital projects • budgets in the previous four years and are available in the Water Enterprise Fund under Capital Project Account No. 7504- P500096A. The contract allows 100 calendar days to complete the Phase I work. The project specifications allow the contractor until September 1", 1995 to complete pipeline work within the 15th Street right -of -way. This schedule should reduce disruption to Newport Harbor High School during this phase of the Reach No. 4 construction project. r � Groundwater Development Project - Page 4 Reach No. 4, Phase I, Water Transmission Pipeline Award of Contract (C- 3004 -M) July 10'", 1995 The bid price is favorable in that it is well below the Engineer's Construction Cost Estimate. Staff believes the contractor can complete the project satisfactorily and recommends award of the contract to the successful bidder Steve Casada Construction Company of Anaheim, California. Respectfully submitted, Michael J. Sinacori, P.E. (Acting) Utilities Manager Attachments: Exhibit "A ": Project Vicinity Map Exhibit 'B ": Bid Summary h7JS:sdi List of Prior Relevant Council Actions: City Council January 25', 1993........ Approve and Certify Project EIR February 13", 1995...... Approve Reach No. 4 Pipeline Design Contract June 12". 1995 .............Approve Plans & Advertise Reach No. 4, Phase 1 Pipeline Contract • • I 0 0 0 EXHIBIT "A" VICINITY MAP N.T.S. E E CITY OF NEWPORT BEACH UTILITIES DEPARTMENT BID SUMMARY • Groundwater Development Project 36 -Inch TITLE Water Transmission Main -Reach #4 Phase I LOCATION City Clerk's Office -City Hall ENGINEER'S ESTIMATE $ 272.500.00 TIME CONTRACT NO C- 3004 -M CONTRACTOR Steve Casada Construction Co., Anaheim 2. Sully - Miller Contractors, Inc., Anaheim 3. Riverside Pipeline Inc., Riverside 4. Savala Construction Co., Inc., Irvine 5. Vido Artukovich & Son, Inc., South El Monte 6. G. R. McKervey, Inc., Irinve DATE AMOUNT $214,395.00 $268,233.38 $274,000.00 $282,423.00 $291,117.08 $360,065.00 2:00 Wednesday, June 28th, 1995 EXHIBIT "B" W W Q a N m W: \i I m' f` Q U Oi i m. y s U r W U V' Z. L V. N� K O c i 0 VI o .mo � O Ip � � O jp O n N E m N m u fiJ a 2 W Z P W U W Z W J 7 Z p P O Z a • Z I O Q Q Z o W F .. �_ Co m 0 M cc 0 cc Q 0 a0 a 0 � D W Z WL LL r 2 0 0 0 0 0 0 0 0 0 V' Z. L V. N� K O c i 0 VI o .mo � O Ip � � O jp O n N E m N m u fiJ a 2 W Z P W U W Z W J 7 Z p P O Z a O O O O O o 0 0 0 0 0 0 0 0 2 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O Z O O N O M vi p 0 0 0 0 vi m 0 O _- O O m m r N p 0 0 M O n n 0 m cs P m (D m m W m t0 r N N P N N 2 m w M N v� N r N vl P N V P Z Q w w N w N w w^ w w w w w w w m O G w N w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 v~i Z O O O O O O O O O O O O O O O f 0 0 P O �n of 0 0 0 0 0 �n m 0 U Z O m r N 0 0 of M O N O = w w w P a= > w w N N w w w w w w w w w 0 0 0 0 0 0 0 0 0 00000 F 0 �n 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 p Z z^ N 0 0 0 0 m 0 0 0 0 0 0 0 O 2 ^ O <p O O M O m O m O M O tp v m m w vi mw W Z a 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 p o 0 000000000000 0 w z m o n 0 o 0 o 0 ^ 0 p 0 0 0 O 0 m 0 o 0 m ¢ & w w w P O m W m m tO N m �/1 tD P m ZF m mC6 m m 0 0i6 m L/1 mrN N W n v W v m v r m n W y� Z m 0 m m ci O N M N m r m Cli w N w N P w f w w w w w a Q w w w w m N H w ty Z O U P P l0 W m VI M N W N l0 (O m m m m m �n Cp m M m m v r � Ol N of ai �c ai ni N m TD N w w O O O O O O o 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O Z O M 0 0 0 0 0 0 0 0 0 0 0 0 C O O r 0 0 0 0 N 0 0 0 0 0 0 0 m 0 o O m o N 0 0 Ln M M M o 0 o v o o N m P O In l0 IA V1 N N N P F Q w w w w w w w N N2 w O O o O O O O 0 0 0 0 0 0 0 0 0 N F O M O O o 0 0 0 0 0 0 0 0 0 3 Z o o^ r 0 Ln 0 o 0 o I o r w O m 0 �n 0 00 0 0 W 0 00 0 O O w w w M w w w w w w w F N w w w r 00 0000-0 O N 0 0 0 0 Z O O O O O O P O O O o 0 0 0 O ~ O m l0 m n n N P O M N M N M v 0 0 N N E O w w N m w w w n w w M w O m w a w w c O O O O O O m O O N 0 0 0 0 F O .0 0 0 0 m 0 000 0 N v� r O O W n w w p W w N m w w w w w J J W J J W J J lil J J W W J m— m ^^ m P^ Q^ O H > Z O u 3 U p w 3 m io c> > p O1 E i c Yj d o 0 E a m° a> w m U eL m W O Uy U d tg C C O> � y v o N N co W N W m m d m m W F- NI W 0 Nj W Q a m .F I f I N if i I AI ,I I U i LIW W EI WI= U N � r- 'I z H Z 0 F I U H QZ w ti o�� 2 m f < a 0 Q Oa CL 3: O w z Z W LL � 0 -I U P; zi L, C O - ils;°o P M � C O N ❑I M N YI H C U H E 1- 3 V n 2 wz = W7 0i f < LL Z z N Q U W W U il F Z W Z 0 o uU F w d r- 'I t • • • z z 0 O i a H Z m F Z 0 O K � 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Z o 0 o d o 0 00 o 0 d d 0 ° O O O O O O O O O /O O O 0 . w P O O N O N V1 N M N H N H H H H H ¢ HHHH H f H H w M H H u 2 > O O 0 0 0 0 0 0 0 0 0 0 0 0 > 0 0 0 0 0 0 0 0 0 0 0 0 0 0 c O o O P N N 0 0 0 0 0 0 0 0 0 0 O 0 O 0 o N N O W O O = Y Z O W v� 0 0 O � N N m of O N w 0 � 2� O H N t0 N P H C N H M N H H H H H H H H H H H l'J 0 0 0 0 0 0- 0 0 0 0 0 0 0 Z 0 O 0 O 0 o 0 0 0 0 0 0 0 N 0 0 0 0 0 0 0 0� 0 0 0 0 0 W ° Lj -.= O O M N O N O O O O O W P m o O 0 W o O O O N n 0 P 0 0 n Z H N N N H^ H H H H H H N a H H H H H N W H H O O O O O O M O 0 0 0 0 0 0 Y 0 0 0 0 0 0 0 0 0 0 0 0 0 NF o o --- 0 o 0 - 0 0 0 0 � � 0 0 0 0 0 0 0� 0 n o 0 0 0 = a0 vi 8 H H N N H H H H H H H H H O O O O O O O 0 0 0 w z 0 0 0 N o^ O W (O O N v� M w O N 11 of 0 0 N N E O H w w n N n m N H P m M H M N H n H H M H O '�. 2 w a H H w c O 0 O w O o O 0 O o O O W m O 0 O 0 N 0 O 0 0 0 0 �n 0 o ' O H O vt W to H O N of in n 0 W H N M H H H H H N H H H QQ yy�� NN Q QQ H e O L N > w > o > -y o O> U 0 N a 0 v t5 m m m Ew2 > m _ 0> 0 o 0 > ^ w 4 y O c > W ❑ ^� a 2 w w N W W N Im p n W m O N M< H t • • • q IN ' 21995 • June 12', 1995 CITY COUNCIL AGENDA ITEM NO. 33 TO: Mayor & Members of the City Council FROM: Utilities Department SUBJECT: CONTRACT FOR CONSTRUCTION OF WATER PIPELINE REACH NO. 4 PIPELINE - PHASE I GROUNDWATER DEVELOPMENT PROJECT (CONTRACT NO. C- 3004 -M) 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 two o'clock in the afternoon, (2:00 p.m.) on Wednesday, June 28"', 1995, at the office of the City Clerk. DISCUSSION & 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, together with two miles of existing leased pipeline. Some additional pipe replacement is required within the City's existing distribution system. The subject of this report is the project segment dealing with the first of two phases of construction of pipeline improvements within the City's existing distribution piping system. The overall project plan calls for transmission pipelines to be designed and constructed in segments. This portion of the overall project deals with the segment of pipeline that lies within the City's existing distribution system. It consists of approximately 5,000 linear feet of 36 -inch diameter pipeline, 1,600 linear feet of 16 -inch diameter pipeline and five pressure regulating stations. This project segment is referred to as Reach No. 4. The Reach No. 4 pipeline will run in 16'h Street from Monrovia Avenue to Superior Avenue; then in 15' street from Newport Boulevard to Dover Drive through parts of Costa Mesa. 01f) • • Groundwater Development Project - Page 2 Reach No. 4, Phase 1, Water Transmission Pipeline Authorization to Advertise Bids June 12'". 1995 PROJECT SPLIT INTO PHASES: On February 13', 1995, the City Council approved the Professional Services Agreement with AKM Consulting Engineers to prepare plans, specifications and the contract documents for Reach No. 4. During design, it was determined that a portion of the project near Newport Harbor High School, (now referred to as Phase I), should be completed prior to the start of school this Fall. A revised schedule was recommended by the Public Works Director and the Newport Mesa Unified School District to minimize the affects of construction on student pedestrians and parent drivers near the school. To facilitate this schedule plan, the project was split into two separate phases which will be bid and constructed independently. The goal is to have the Phase I Contract completed before September, 1995. Refer to the attached vicinity map (Exhibit 'A") for specific locations. This staff report addresses the approval of the Phase I plans and their advertisement for bids. The Phase I portion of the project provides for installation of approximately 1,370 linear feet of new 16 -inch diameter pipeline; 240 linear feet of 8 -inch water pipeline and relocation of approximately 100 feet of existing 12 -inch diameter water pipeline. Phase I will provide for future installation of a pressure regulating station and facilitate future relocation of the existing 30 -inch diameter water pipeline to clear a proposed storm drain reconstruction project. The design of Phase II of the Reach No. 4 pipeline should be completed by the end of June, 1995. Phase II work will be advertised for bids at that time. The construction on it should be underway by early Fall 1995, and will immediately follow the Phase I work. PROJECT COSTS: The Engineers' Estimate of construction costs for Phase I of Reach No. 4 is $272,500. These construction costs are distributed as indicated in the table below. Engineers' Cost Estimate Item Amount Install 1,371 linear feet of 16 -inch pipeline $ 184,700 Install 237 linear feet of 8 -inch pipeline 21,300 Relocate 100 linear feet of existing 12 -Inch water main 29,500 Pressure test, flush & disinfect pipelines 3.000 Construct tie -ins to existing pipelines 24,000 Provide traffic control, signage & delineation 10.000 Total Estimated Cost $272,500 0 0 Groundwater Development Project - Page 3 Reach No. 4, Phase I, Water Transmission Pipeline Authorization to Advertise Bids June 12`". 1995 STAFF RECOMMENDATION, SCHEDULE & FUNDING: Funds for the work were approved in the water capital projects budgets in the previous four years and are available in the Water Enterprise Fund under Capital Project Account No. 7504- P500096A. The contract allows 90 calendar days to complete the Phase I work. The project specifications allow the contractor until September 1s` to complete pipeline work within the 15' Street right -of -way. This schedule should reduce disruption to Newport Harbor High School during this phase of the Reach No. 4 construction project. If the City Council approves the award of the contract immediately after bids are received, the resulting completion for the Reach No. 4, Phase I Pipeline Construction Project should be September, 1995. Staff recommends approval to advertise for construction bids. Respectfully submitted, JEFF- SrArJEAp-T- Jeff Staneart, P.E. Utilities Director MI5: sdi Attachment: Exhibit "A ": Project Vicinity Map List of Prior Relevant Council Actions: City Council January 25'", 1993........ Approve and Certify Project EIR February 13`°, 1995...... Approve Reach No. 4 Pipeline Design Contract Ear 0 0 EXHIBIT "A" \e N"W T HAROM G 1 HIGH SCHOOL Reach No. 4, Phase �AwES.o J-.♦O r ISM, } 1 • a %� � • v SKr s ♦ a u 6 ° m � o S ,o �� � S .i ST. MICREWa CHURCH 1• -0 w i D • B6UB. ltJ .( . i i I n u w v e T a n ..m ♦ W b� s N HAVEN PL. �_ t t � �._. {, k e t t w la w IT Is Iv zo zl °a 3o s zz a z♦ a za n Lis L E., >� CLAY m .'9C. It 0 m IS Ie ❑ it la I♦ la 2 l a ♦ I a l a I T I B y s b ti B b ♦ q � 4 � 8 0 u o a 6 e VICINITY MAP N.T.S.