Loading...
HomeMy WebLinkAboutC-3004(N) - 36-Inch Water Transmission Main, Reach No. 4 - Phase II, GroundwaterNOTICE EWITING BIDS Sealed bids maybe 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 o.nL on 29th day of Octobe r, 1996, at which time such bids shall be opened and read for: — GROUNDWATER DEVELOPMENT PROJECT _ 36 -INCH WATER TRANSMISSION MAIN - REACH NO. 4 - PHASE 11 Title of Project G3004 -N Contract No. $ 2,160,000 - scHEDULE "A" $ 1.425.000 - SCHEDULE "B" Engineer's Estimate Approved by the Public Works Department this 30th day of September, 1996 Prospective bidders may obtain a set of contract documents at no cost 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 1. Sinacori at (714) 644 -3011. -- Project Manager CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT GROUNDWATER DEVELOPMENT PROJECT 36 -INCH WATER TRANSMISSION MAIN REACH NO.4 - PHASE II CONTRACT NO. C- 3004 -N 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 -N 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 "A" WORK ITEMS ITEM APPROXIMATE UNIT TOTAL ' NO. QUANTITY DESCRIPTION PRICE AMOUNT 1 1. Lump Sum Mobilization, demobilization and ' clean-up for the lump sum price of i-we'-%+y iho"S4�d Dollars and ' -7.0 C-) Cents L.S. $ U ODU.00 Lump Sum 2. 2639 L.F. Furnish and install 36 -inch water main in 16th Street complete and in place between stations 9 +84 - ' 36 +23 for the unit price of +wy koN 61.-&d +k :, 4een Dollars and �Pi ✓'O Cents $j-5,0v $56'L010 . 00 Per Lineal Foot ' Select Pipe Material Below D.I.P. >C_ C.M.L.C.S.P. ' P -1a 1 SCHEDULE "A" WORK ITEMS ITEM APPROXIMATE UNIT TOTAL ' NO. QUANTITY DESCRIPTION PRICE AMOUNT ' 3. 105 L.F. Furnish and install 24 -inch water main in Monrovia Avenue complete and in place for the unit price of ' fives Dollars and Terra Cents $ 550. DU$ 5 -750.00 ' Per Lineal Foot Select Pipe Material Below D.I.P. t > C.M.L.C.S.P. 4. 85 L.F. Furnish and install 16 -inch water ' main in Monrovia Avenue complete and in place for the unit price of ' one hNH drecl n;ne#�j Dollars and 8r0 Cents $_L9 0. ao $ 16,150 0 0 Per Lineal Foot ' 5. 107 L.F. Furnish and install 12 -inch water main and connection to CNB /MCWD intertie in Monrovia Avenue complete and in place for the unit price of O h r d rG d -63 Dollars and 2�e ✓Q cents $!'�'o.va $I`►1280.0v Per Lineal Foot 6. Lump Sum Remove and replace existing 14 -inch water line in Monrovia Avenue complete and in place for the lump ' sum price of 4 welvP +hOUSahca Dollars and PirU Cents L.S. $ 1Z,000.00 Lump Sum ' P -lb i SCHEDULE "A" WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT ' 7. Lump Sum Abandonment of existing 24 -inch RCSCP in Monrovia Avenue for the lump sum price of ' +kree, - -kou5uhd Dollars and hero Cents L.S. $3.000.00 Lump Sum 8. 1 EA. 12 -inch pressure reducing station ' at Monrovia Avenue for the unit price of +k•� +y-h ne +ko"Sn�d Dollars and GAO Cents 39 vao $-19 voo. 0 u Each 9. 6 EA. Remove and replace crossing of MCWD A.C. waterlines with PVC material for the unit price of ' OhG +kOUSc4AcA Dollars and ' eYO Cents 1000,00 $ 000,00 Each ' 10. 1 EA. Fumish and install 36 -inch Class 150 butterfly valve for the unit price of 4h;r +24 - +wo 4kaNs4H 61 Dollars and -Z GvU Cents $3Z. 0001 $ Z 000.00 Each 11. 1 EA. Furnish and install 30 -inch Class ' 150 butterfly valve for the unit price of h;nG +eeh 4kou5a -,ai Dollars ' and G ro Cents 1$ 9, 06 0 $—L2 000- 0 O Each ' P -lc 1 I I Each P -1 d • SCHEDULE "A" WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 12. 2 EA. Furnish and install 24 -inch Class 150 butterfly valves for the unit price of 5evev,+P.P.v, +hoinSc4nd Dollars and Zero Cents $1-7,000 $3Li,000.00 Each 13. 5 EA. Furnish and install 16 -inch Class 150 butterfly valves for the unit price of 4- houSc.,eA Dollars and CrCJ Cents $7-0,o00 $ IOO, ov0. 00 Each 14. 11 EA. Furnish and install 12 -inch Class 150 butterfly valves for the unit price of + w o + k O IASCIi d Dollars and AevO Cents $Z,0oo.oa$ Z�uoo• 00 Each ' 15. 2 EA. Furnish and install 4 -inch combination air release and vacuum valve assemblies for the unit price of 41i .A ee r 4 kc L.sa.,d Dollars and of v Cents $13,000 -oo U, Ooo. o0 Each 16. 1 EA. Furnish and install 12 -inch blow - off assembly for the unit price of ' h;nB +Bev, +kouSc;4 od Dollars and ' -ePU Cents $19,000 $ )9.000.00 1 I I Each P -1 d Each 19. 87 L.F. Furnish and install 12 -inch Pomona Avenue pressure reducing station lateral complete and in place for the unit price of + w o k u H 01 re of 5. k, 1-y Dollars and Zercj Cents $Z6U.00 $ZZ,6 Lo. oo Per Lineal Foot SCHEDULE "A" WORK ITEMS ' intertie metering facility complete ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT and 17. 173 L.F. Furnish and install 30 -inch water -Z ero Cents Z 000 $28,000,00 main in 16th Street complete and 21. 58 L.F. Construct 12 -inch Pomona Avenue in place between stations 36 +23 water main complete and in place - 37 +96.00 for the unit price of + w o h U„ B r e d fo +v Dollars tiu^dved seve� Dollars z.evo Cents $Z- 40,00$ 1?)09 Z,0.00 and Per Lineal Foot Zero Cents $`±�o•oo $ 8 1 310.00 Per Lineal Foot • Select Pipe Material Below D.I.P. x C.M.L.C.S.P. 18. 3 EA. Furnish and install electrolysis test ' stations for the unit price of i wo +hou54wd Dollars and ' �efo Cents $7-,000.00$6,000.00 Each 19. 87 L.F. Furnish and install 12 -inch Pomona Avenue pressure reducing station lateral complete and in place for the unit price of + w o k u H 01 re of 5. k, 1-y Dollars and Zercj Cents $Z6U.00 $ZZ,6 Lo. oo Per Lineal Foot 20. 1 EA. Construct 12 -inch CNB /MCWD ' intertie metering facility complete and in place for the unit price of +we�ty- e;�In+ +hoAsa"dDollars and -Z ero Cents Z 000 $28,000,00 Each 21. 58 L.F. Construct 12 -inch Pomona Avenue water main complete and in place for the unit price of + w o h U„ B r e d fo +v Dollars and z.evo Cents $Z- 40,00$ 1?)09 Z,0.00 Per Lineal Foot ' P -le SCHEDULE "A" WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 22. 1 EA. Construct 8 -inch pressure reducing station complete and in place for the unit price of 4'we,4-4-5ever +i+o"so- dDollars and Eevo Cents $L-I, 000 $Zi,yao.00 Each 23. Lump Sum Remove existing CNB /MCWD emergency intertie at Pomona Avenue for the lump sum price of +wcj +kouS4hO1 Dollars and Cents L.S. $1�4 000 . U U Lump Sum 24. 29,800 S.F. Pavement replacement in 16th Street, including traffic control and restriping for the unit price of L + w y Dollars and 7-er0 Cents $Z.00 $89,600 uo Per Square Foot 25. 48,300 S.F. Pavement resurfacing in 16th Street, including traffic control and restriping for the unit price of e r o Dollars and se�,er. +y Cents $O.-7U $550910.00 Per Square Foot ' 26. 1499 L.F. Construct 36 -inch and 30 -inch water mains between stations 10 +04.00 - 25 +03 in 15th Street, Kings Place and Cliff Drive complete and in place for the unit price of + w o h H K d ved +wehty Dollars . and 1 -ZerU Cents SZZU.00 $ Z`'1 780,00 Per Lineal Foot Select Pipe Material Below D.I.P. C.M.L.C.S.P. ' I P -if 1 SCHEDULE "A" WORK ITEMS ITEM APPROXIMATE UNIT TOTAL ' NO. QUANTITY DESCRIPTION PRICE AMOUNT 27. 120 L.F. Remove and replace of interfering ' 6 -inch A.C. waterline with PVC material for the unit price of ' + y Dollars and e -a Cents $ 50.00 $60.00,11 Per Lineal Foot 28. 62 L.F. Remove and reconstruct 8 -inch sewer main and sewer laterals in Kings Place complete and in place for the unit price of 0 h e h. h of re 01 Dollars ' and Cents $ 100.00 $ 6,7-oo.oc) Per Lineal Foot 29. 3 EA. Remove and reconstruct 48 -inch sewer manhole in Kings Place complete and in place for the ' unit price of +h.ee, +hoLA SGrd Dollars and ' er o Cents $ 3000.00$ 01, 000.0 0 Each 30. 11,800 S.F. Pavement replacement in 15th Street and Kings Place, including ' traffic control and restriping for the unit price of + w o Dollars and zzP.ra Cents $ Z -00 $7.2k,.600. 00 Per Square Foot ' 31. 20,800 S.F. Pavement replacement in Cliff Drive, . including traffic control for ' the unit price of + w a Dollars ' and :zP. ✓U Cents $Z.o0 $L1 1400.01 Per Square Foot P -1g I P -1h I SCHEDULE "A" WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 32. 42,100 S.F. Pavement resurfacing in Cliff Drive r including traffic control and restriping for the unit price of Zz Fi r U Dollars and 5eveH +9 Cents $2.-10 $ 7,9, Lt-7a 00 Per Square Foot 33. 28 EA. Remodeling of existing sewer laterals in accord with CMSD requirements rcomplete and in place for the unit price of +I,ree htihd.ed n;Ae, +-�, Dollars r and Sero Cents $ 3`IG.uo $ 1 0, gZO.00 Each 34. 50 EA. Potholing of existing utilities and connections not previously verified during the project design phase r for the unit price of +h.BC ham., eeol Dollars and zevo Cents $330.0v $)6,500.00 Each 35. Lump Sum Provide traffic control for pipeline work complete and in place for the lump sum price of + y --CivE +14oU5Q" Dollars and Cents L.S. $ OOo . 0 0 ' Lump Sum 36. Lump Sum Pressure test, disinfect and flush new water main complete in place for the ' lump sum price of F�,,r +ho�.SG�ril Dollars and �er0 Cents L.S. $4-f-t go o -0U Lump Sum r I P -1h I 1 SCHEDULE "A" WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 37. 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 with applicable safety orders for the lump sum price of e �eve� )hoUSa�d Dollars and -Z Cents L.S. $ I I � cx)o. 0 Lump Sum Subtotal Price in Written Words for Schedule "A" (subtotal of Bid Items 1 through 37 without Deducts): ore, n,,ii:or seve�hw�d�ed e:SN +y + ho u_5C4" i +'�1 er, kg ^deej Dollars se, .e +ee and ZerU Cents $ I�18U�31-1 .UU Subtotal Price 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 for Schedule "A ". ' DEDUCT - List Bid Items affected and amount: TOTAL DEDUCT Item No. DEDUCT AMOUNT IN VV V,ITTEN WORDS AMOUNT c7tC //,, Dollars $ Z,00 0:�5 and Cents ' dy(O ,moo/ Dollars $ /odrOOd and Cents Dollars $ and ' Cents TOTAL DEDUCT ' TOTAL OF DE CTS: AMOUNT Dollars �c1od as and Cents ' P -1i 0 Total Price in Written Words for Schedule "A" (subtotal of Bid Items 1 through 37 Less total of Deducts): Dollars and 1i _Cents $ � Total Price P -lj Select Pipe Material Below D.I.P. _ cL C.M.L.C.S.P. 40. 105 L.F. Furnish and install 24 -inch water main in Monrovia Avenue complete and in place for the unit price of oA r e d Dollars and �e ✓D Cents $ rtSU,00 $ rj1 . OO Per Lineal Foot Select Pipe Material Below D.I.P. _ C.M.L.C.S. P. ' 41. 85 L.F. Furnish and install 16 -inch water main in Monrovia Avenue complete and in place for the unit price of ' One, k" d ✓ e of n ; Ae.4 v Dollars and ' '.P. ✓G Cents $120.0c) $ 10SQ. 00 Per Lineal Foot 1 P -1k SCHEDULE "B" WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 38. Lump Sum Mobilization, demobilization and ' clean-up in 16th Street for the lump sum price of -(4e8r tiousa�d Dollars ' and Z (5,-C) Cents L.S. $15,000, O o Lump Sum 39. 2639 L.F. Furnish and install 36 -inch water main in 16th Street complete and in place between stations 9 +84- 36+23 for the unit price of 4wo kwhCAred t �jdNf�j Dollars and Cents $ LZO.00 $ rj 0 5 0.06 M Per Lineal Foot Select Pipe Material Below D.I.P. _ cL C.M.L.C.S.P. 40. 105 L.F. Furnish and install 24 -inch water main in Monrovia Avenue complete and in place for the unit price of oA r e d Dollars and �e ✓D Cents $ rtSU,00 $ rj1 . OO Per Lineal Foot Select Pipe Material Below D.I.P. _ C.M.L.C.S. P. ' 41. 85 L.F. Furnish and install 16 -inch water main in Monrovia Avenue complete and in place for the unit price of ' One, k" d ✓ e of n ; Ae.4 v Dollars and ' '.P. ✓G Cents $120.0c) $ 10SQ. 00 Per Lineal Foot 1 P -1k Lump Sum 45. 1 EA. 12 -inch pressure reducing station SCHEDULE 'B" WORK ITEMS 4k;rtY -LAe- -ihoL -SrA" Dollars ITEM APPROXIMATE UNIT TOTAL Ze✓o Cents '1,() 0 $-39-,.o Q 0. Q a NO. QUANTITY DESCRIPTION PRICE AMOUNT • 42. 107 L.F. Furnish and install 12 -inch water main in Monrovia Avenue complete and in place for the unit price of one hundred {or +y Dollars ' and Cents $14o.00 $ I'4f9yo,Uo ' Per Lineal Foot 43. Lump Sum Remove and replace existing 14 -inch water line in Monrovia Avenue ' complete and in place for the lump sum price of +welye� 4HoI.Sa.vA Dollars and �f rU Cents L.S. $ IZ,oOo.cuo Lump Sum 44. Lump Sum Abandonment of existing 24 -inch RCSCP in Monrovia Avenue for the lump sum price of three, 4hou5cAnd Dollars and ' Z e Cents L.S. $ 3,000. v o Lump Sum Each 46. 5 EA. Remove and replace of crossing ' of MCWD A.C. waterlines with PVC material for the unit price of ' pre 4 h o U Sa h of Dollars and Cents $ 1. 000 $ 000,00 Each ' P -11 45. 1 EA. 12 -inch pressure reducing station at Monrovia Avenue for the unit price of 4k;rtY -LAe- -ihoL -SrA" Dollars ' 4 and Ze✓o Cents '1,() 0 $-39-,.o Q 0. Q a ' P -11 0 0 SCHEDULE 'B" WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 47. 1 EA. Furnish and install 30 -inch Class 150 butterfly valve for the unit price of n ne +eeh +AoUS4�d Dollars and e o Cents Ig oJo $ IG,0o0.00 Each 48. 2 EA. Furnish and install 24 -inch Class 150 butterfly valves for the unit price of Sever +eeh 4kOL-S4,4 eA Dollars and 7, ev o Cents 1-7 oo0 $ 3'iYoao.a0 Each 49. 5 EA. Furnish and install 16 -inch Class 150 butterfly valves for the unit price of -f w e V%f 4 +ka LA"" d Dollars and 2 e,v O Cents Z.0 000 $ jU 0o O. U o Each 50. 11 EA. Furnish and install 12 -inch Class 150 butterfly valves for the unit price of + w o In 4 L4SQ h G� Dollars and 7-G V d Cents $ Z, o0 o $ ZZ, oori. o c) Each 51. 1 EA. Furnish and install 4 -inch combination air release and vacuum valve assembly for the unit price of 4 k;r +ee v% +hUUSA.d Dollars and �e �o Cents 1 000 $ 13 000.00 Each P -1m Each P -1n SCHEDULE "B" WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 52. 1 EA. Furnish and install 12 -inch blow - ' off assembly for the unit price of h ;nP, +P,eh +IwtiS4�oi Dollars ' and Cents $190y00.00$ I9,000.00 Each ' 53. 173 L.F. Furnish and install 30 -inch water main in 16th Street complete and in place between stations ' 36 +22.66 - 37 +96.00 for the unit price of ' _Ctlu✓ hu�drecl 56V8! }X Dollars and Cents $Lt70,00 Per Lineal Foot Select Pipe Material Below D.I.P. ' _x C.M.L.C.S.P. 54. 2 EA. Furnish and install electrolysis test stations for the unit price of -f wCU I Dollars and �Lc�y Cents $7,,000.00$ L1,000.00 Each 55. 87 L.F. Furnish and install 12 -inch ' Pomona Avenue pressure reducing station lateral complete and in place for the unit price of • , +wo h�,AcArej S ;x +Y Dollars and era Cents $260,00 $ ZZ, 67,0.cj0 ' Per Lineal Foot 56. 1 EA. Construct 12 -inch CNB /MCWD intertie metering facility complete and in place for the unit price of iko�Uu dDollars and z' e -0 Cents L cxo o $ Z 000 .00 Each P -1n n -1 Per Square Foot P -lo SCHEDULE "B" WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 57. 58 L.F. Construct 12 -inch Pomona Avenue ' water main complete and in place for the unit price of + wo huwdecd 45of 4 Dollars and dery Cents $7,40.v0 $ 13, C ZO. uo ' 58. 1 EA. Per Lineal Foot Construct 8 -inch pressure reducing station complete and in place for ' the unit price of + we N1 y - Sever, h louso"d Dollars and ' 5�e�o Cents Z-7$ +6oU $_Z- 1.u0U.po Each ' 59. Lump Sum Remove of existing CNB /MCWD emergency intertie at Pomona Avenue for the lump sum price of ' fwo 4koUSG�,c) Dollars and Ttc�o Cents L.S. $1,1200100 Lump Sum 60. 29,800 S.F. Pavement replacement in 16th Street, including traffic control and ' restriping for the unit price of + Dollars and ' �cw Cents $Z-aG $S9,600.00 Per Square Foot ' 61. 48,300 S.F. Pavement resurfacing in 16th Street, including traffic control and restriping for the unit price of er o Dollars and Cents 0-1 $33 8 lo.aCu n -1 Per Square Foot P -lo 1 SCHEDULE 'B" WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 62. 28 EA. Remodeling of existing sewer laterals ' in accord with CMSD requirements complete and in place for the unit price of +knee k,,,,clreod n;nG +v Dollars and Cents $5go.o� $ lo,gz (J. 00 ' Each 63. 40 EA. Potholing of existing utilities and connections not previously verified during the project design phase for the unit price of fkreC k.,- o(reol +k:i'Fx Dollars and -Z ero Cents $650,00 $13 ZOO.oc) Each 64. Lump Sum Provide traffic control for pipeline work complete and in place for the lump sum price of +k;o-fy-f,rf° 41,O,.50r,01 Dollars and 1 Z'ev y Cents L.S. $35 UaU. uo Lump Sum ' 65. Lump Sum Pressure test, disinfect and flush new water main complete in place for the lump sum price of TOU ✓ h o L. coi d Dollars ' and fie. ✓o Cents L.S. $34 000 - 0 C) ' Lump Sum 66. 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 with applicable safety ' orders for the lump sum price of c, Ie, veL, 4L,oUSuv,Gl Dollars ' and �e ✓ y Cents L.S. $ 1 1 � UUO . 00 Lump Sum ' P -lp 1 F u 1 F-1 J 1 TOTAL OF DEDUCTS: TOTAL DEDUCT AMOUNT Do ars $ and Cents Total Price in Written Words for Schedule "B" (subtotal of Bid Items 38 through 66 Less total of Deducts): Dollars and Cents P -1q Total Price ' Subtotal Price in Written Words for Schedule "B" without Deducts): (subtotal of Bid Items 38 through 66 one. m;Il;o+% +wo hN„a.eot +ko�sc.,,d G'c9h4 h,. „drec( 4--0 -+y Dollars and ' -,e V, c) Cents $ 10 Zc1 aLto.o0 Subtotal Price 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 for Schedule "B ". ' DEDUCT - List Bid Items affected and amount: �I'OTAL DEDUCT Item No. DEDUCT AMOUNT IN WRITTEN WORDS AMOUNT ' —31— $ and Cents Dollars $ and Cents Dollars $ and Cents F u 1 F-1 J 1 TOTAL OF DEDUCTS: TOTAL DEDUCT AMOUNT Do ars $ and Cents Total Price in Written Words for Schedule "B" (subtotal of Bid Items 38 through 66 Less total of Deducts): Dollars and Cents P -1q Total Price 1 1 1� 1 F • • Total Price in Written Words for Schedule "A" (subtotal of Bid Items 1 through 37 Less Total of Deducts): Dollars and Cents 0 Total Price Total Price in Written Words for Schedule "B" (subtotal of Bid Items 38 through 66 Less Total of Deducts): Dollars and Cents 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. Murray Company Bidder's Name ' Bidder's Address 2919 E. Victoria St Rancho Dominguez, CA 90221 Bidder's Telephone Number 310- 637 -1500 Contractor's License No. & Classification 162382 10/31/97 ' C36,C16,C34, 2, 4, Expiration Date C20,A,C38 ' 10/29/96 �,- Date orized Sinat itle evan Steff ice President [1 n it J P -Ir I. 11 E J J 1 • 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 ". 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 reserves the exclusive right, in its sole discretion to award either Bid Schedule "A" or Bid Schedule "B" as contained in the proposal based primarily on the lowest overall cost and in the best interest of the City. The City may reject any or all bids, waive any informality in any bid and make the award in the best interest of the City. 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 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. 162382 - C36,C16 .C,B C34,C42,C4 Murra mpan C20,A � 7 Contr's Lic. No. & Classification Wdder 10/29/96 Date Kevan StefVY /Vice President t 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 0 Page 3 DESIGNATION OF SUBCONTRACTOR 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. 7 Subcontractor Address / Subcontract Work 1 Murray Company Bidder 1- /Vice President • 1:109101:4 :Y. tilr•la] E Page 4 KNOW ALL MEN BY THESE PRESENTS, That we, MURRAY COMPANY as bidder, and LIBERTY MUTUAL INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT OF THE TOTAL AMOUNT. BID IN Dollars ( 10% ). lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOWG OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of GROUNDWATER DEVELOPMENT PROJECT 36-INCH WATER TRANSWSSIO _ MAIN REACH NO.4 - PHASE II C- 3004 -N Title of Project Contract No. 1 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 22ND _ day of October, 1996. (Attach acknowledgement of MURRAY COMP Attorney -in -Fact) J Bidder Notary Public or ized Si gna a /Tie fey/Viice President Commiccion Expires I r q CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT No. 59G7 State of Cu County of On > D�� /9 /s before me, �,c IL DA DA / MEE TITLE OF OFFICER - E.O., -JANE DOE, NOTARY PUBLIC' personally appeared PcJGZ/� . Gf E'� � , NAME(S) Of SIGNERS) personally known to me - OR - ❑ pr a asia bf- evidence t ) whose name( is /are subscribed to the within instrument and ac- knowledged to me that he /sfge/they executed the same in his /11,6r /ttil it authorized capacity(ie`Sj and that by hisftlisf /they SHERtr KAY OUEUM signature(<on the instrument the person(, Commission #1074618 Z -s Notary Public — California or the entity upon behalf of which the tOSm.Ex Angeles es erson cted, executed the instrument. my Comm. Expires Oct Ocf 9.1�WD � p ( WITNESS my hand and official seal. 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 EkCOR ORATE FICF_R TITLES) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENT! ASS) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNERS) OTHER THAN NAMED A E 01993 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 91309 -7184 +1- V CAUFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of ORANGE On 10 -22 -96 before me, JERI SUMNER, NOTARY PUBLTC GrE rrrE rm.6 Or af'NCER . E(:.'JAAE DOE. NoTARr R+.NC' personally appeared JANINA BEAUDRY NN+QISI of 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), or the entity upon behalf of which the JERI SUMNER person(s) acted, executed the instrument. COMM. i 10344183 5 Q-,-, Notary Public - Collfomia LosANCELESCGUra1r WITNESS m hand and official seal. y Comm. Explres JUL 31. 1998 Y -�1 t Q t :��)t , sr %.TUAE of •OT.PT OPTIONAL Thaugn Me Cata below is rot required try law. it may prove valuable to dersars relying an me document anC doula crev!nt fraudulent rea=vIrtent at trus form. CAPACITY CLAIMED BY SIGNER ❑ PARTNER(S) ❑ UMMM ❑ GENERAL ® ATTORNEY4N.FACT ❑ TRUSTES(s) ❑ GUAPMWVC0f4SERVATOR ❑ OTHER: SIGNER IS REPRESENTING: we Cr rvwplpp vt or119i1M DESCRIPTION OF ATTACHED DOCUMENT TrTLE OR TYPE OF DOCUMENT NUMBER OF PAGES SIGNER(S) OTHER THAN NAMED ABOVE eo• 1133 W94 4M MO NATIONAL NOTARY ASSCCIAriam . eRJe P�, ^". P O 90.. r e. • Camp+ P.n. CA 91709• r r e' THIS POWER OF ATTORNEY IS NOT Y ID UNLESS IT IS PRINTED ON RED BACKCVUND. 088082 This Power of Attorney limits the act of those named herein, and they have no authority to bind the Company except in the f ' manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON, MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That..Liberty Mutual Insurance Company (the "Company'), a Massachusetts mutual insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth does hereby name nd , constitute a appoint, MICHAEL D. PARIZINO ROBERT M._ MINOT, JOHN .M. GARRETT., JAMS W. MOILANEN, MARGARETA T. HIERL,.JANINA BEAUDRY, JUDITH K. CUNNINGHAM, MECHELLE HUA, ALL OF THE CITY OF SANTA ANA, STATE OF CALIFORNIA ................... :.................................................... ....................... ................................................ ......... ......:....................... each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seat, acknowledge and deliver, for and on its behalf as surety and as its act and deed any and all undertakings, bonds, recogni an s-aa[[��dd 41.r�lety obligations in the penal sum not exceeding SEVENTY-FIVE MILLION " " " " " "'t "' " """ "" " " "" DOLLARS ($ 79,13 ,WO" ) each, and the execution of such bonds or undertakings, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By -law and Authorization: ARTICLE XVI - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer or other official of the company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the company by their signature and execution of any such instruments and to attach thereto the seal of the company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys -in -fact: Pursuant to Article XVI, Section 5 of the By -laws, Assistant Secretary Garnet W. Elliott is hereby authorized to appoint such attorneys -in -fact as may be necessary to act in behalf of the company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. That the By -law and the Authorization above set forth are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this instrument has been subscribed by its authorized officer and the corporate seal of the said Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 21 st day of April , 19 _96._. LIBERTY MUTUAL INSURANCE COMPANY By Garnet W. Elliott, Assistant Secretary COMMONWEALTH OF PENNSYLVANIA as COUNTY OF MONTGOMERY On this 21st day of Aril A.D. 195 , before me, a Notary Public, personally came the individual, known to me to be the therein descyidual and officer of Liberty Mutual Insurance Company who executedthe preceding instrument, and he acknowled- ged that he executed thgsam"e adli"Olat the seal affixed to the said preceding instrument is the corporate seal of said company; and that said corporate seal and his signature e(&fe was duly affixed and subscribed to the Said instrument by authority and direction. of the said company. IN TESTIMO44:WgtREOF, I hf¢ set my hand and affix my official seat at Plymou Meeting, P the day first above written. Notary Public % ,,�. "i:. °r' }ir� ___ - .._ CEITT KATE I, the undersigne3;4WIftarit'Wretary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and e'tlrr6c'f copy, is in full force and effect on the date of this certificate; and .1 do further certify that the officer who executed the said power of attorney was one of the officers specially authorized by the chairman or the president to appoint any attorney -in -tact as provided in Article XVI, Section 5 of the By -laws of Liberty Mutual Insurance Company. This certificate may be signed by facsimile under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company wherever appearing upon a certified copy of any power of attomey issued by the company, shall be valid and binding upon the company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this 22ND day of OCTOBER 1g 96 Assistant Secretary THIS POWER OF ATTORNEY MAY NOT BE USED TO EXECUTE ANY BOND WITH AN INCEPTION DATE AFTER June 30 '19 _97 • 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. Murray qo y ' Bidder' / ' orized Signature e Kevan Steffey/ ice President ' Subscribed and sworn to before me SHERRI KAY OUELLETTE ' � ��/ this da of fiL yJ�✓ 1996. y Commission California -: NoTary Publics county Los Angeles County My Comm. Expires Oct 9.19999 My Commission Expires: otary Public 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) Persm to Contact Telephone No 1996 LA County Dept. Pub.Wks. Ron Price 818- 458 -3104 Hollyhills Storm Drain 1997 Nielsen Dillingham Armando Escobar 213- 343 -6585 ' Cal State Univ. L.A. 1996 Amelco Steve Steiner 310 - 327 -3070 ' Cal State L.B. 1995 EA Engineering Steve Rival 510 - 283 -7077 ' Norton AFB t 1 Murray Comp a_ ' Bidder orized Si re /Title ' Kevan S1; fey /Vice President n II 1I June 16, 1998 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Murray Company 2919 East Victoria Street Rancho Dominguez, CA 90221 (714) 6443005 Subject: Contract No. 3004N - 36 -Inch Water Transmission Replacement - Cross Town Pipeline On April 27, 1998, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. The Notice of Completion was recorded by the Orange County Recorder on May 12, 1998, Reference No. 19980292387. The Surety for the contract is Liberty Mutual Insurance Company, and the bond number is 24002759. Sincerely, l/'-7j- LaVonne M. Harkless, CMC /AAE City Clerk LH:cf cc: Public Works Department encl. 3300 Newport Boulevard, Newport Beach • • Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, MURRAY COMPANY, as bidder, and LIBERTY MUTUAL INSURANCE COMPANY, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT OF THE TOTAL AMOUNT BID IN Dollars (IOL/oL 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 II C- 3004 -N 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 22ND day of October, 1996. (Attach acknowledgement of Attorney -in -Fact) Notary Public Commission Expires MURRAY COMPANY Bidder S /KEVAN STEFFEY, VICE PRESIDENT Authorized Signature /Title LIBERTY MUTUAL INSURANCE COMPANY Surety By: S1 ANINA BEAUDRY Title:IANINA BEAUDRY, ATTORNEY -IN -FACT 0 EXECUTED IN FOUR COUNTERPARTS KNOW ALL MEN BY THESE PRESENTS, That BOND 0.: 24002759 Page 8 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted November 12, 1996 has awarded to MURRAY COMPANY, hereinafter designated as the 'Principal ", a contract for Groundwater Development Proiect 36 -Inch Water_ Transmission Main Reach No. 4 - Phase H. Contract No. C- 3004-N in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We MURRAY COMPANY, as Principal, and LIBERTY MUTUAL INSURANCE COMPANY. as Surety, are held firmly bound unto the City of Newport Beach, in the sum of One Million Five Hundred Eighty Thousand Three Hundred Seventeen & No /100 Dollars ($1.580.317.00), said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions or other supplies, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 9 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 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 22 day of November, 1996. . Authorized Signature and Title LIBERTY MUTUAL INSURANCE COMPANY (Seal) Name of Surety 505 SOUTH MAIN STREET, SUITE 830 ORANGE, CALIFORNIA 92668 Ad of urety Signs and Title of Authorized Agg JANINA EAUDRY, ATTORNEY -IN -F T 1551 N. TUSTIN AVENUE, SUITE 1000 Address of Agent SANTA ANA, CALIFORNIA 92705 (714) 953 -9521 Telephone Number of Agent CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of 4C County of L On � ///.)/, reo before me, DATE _ "ME, TITLE OF OFFICER - E.G., 'JANE DOE, NOTARY PUBLIC- No. 5807 personally appeared NAM )OFSIGNER(S) personally known to me - OR - ❑ pr to1T87f U-pWTSM(s) whose name"�_is /atk subscribed to the within instrument and ac- knowledged to me that he /sbee tl*y executed the same in his /H4;40kiIr authorized capacity(ies4-, and that by his /I:PWLh i[ signature(* -on the instrument the person(*, SHERRIKAYOUELLEM or the entity upon behalf of which the commission #1074618 -� Nolory public — conomia 5 person(s< acted, executed the instrument. Los Angeles County My Comm. ExPires Oct o-1 W PQWqrMrqrMW WITNESS my hand and offi ' I seal. 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 ACID PORATE FFICER Tm.E(s) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME PERSON(S) ORE IES) DESCRIPTION OF ATTACHED DOCUMENT TI LE OR TYPE OF DOCUMENT R NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED A OVE 01993 NATIONAL NOTARY ASSOCIATION - 8236 Rsmmet Ave., P.O. Box 7184 - Canoga Perk, CA 91388.7184 • i CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of ORANGE On 11 -22 -96 before me, JERI SUMNER, NOTARY PUBLIC DATE NAME TITLE OF OFFCER . EG.. •JANE DOE. NOTARY PUOLC' personally appeared JANINA BEAUDRY N"W(5) of SIGNER(S) ® personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are 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), JERISUMNER or the entity upon behalf of which the Comm. # 10344&7 Q100MV Notary PJAc— CoAfomb persons) acted, executed the instrument. LOS ANGELS COUNTY Comm. Eg*es JUL 31.1941f WITNESS my hand and official seal. siCNAruRE OF %CTARY 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) ❑ GUAROW41CONSEWATOR ❑ OTHER: SIGNER IS REPRESENTING: MA&E of PowXysl OR awmrpm DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 60.1133 3/41 01993 NATIONAL NOTARY ASSOCIATION - 8236 Rammal AYa.. P O. Box 11164 - Canoga PaA. CA 91709 -T 16A • EXECUTED IN FOUR COUNTERPARTS KNOW ALL MEN BY THESE PRESENTS, That r BOND NO.: 24002759 Page 10 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted November 12. 1996, has awarded to MURRAY COMPANY. hereinafter designated as the 'Principal', a contract for Groundwater Development Protect - 36 -Inch Water_ Transmission Main Reach No. 4 - Phase IL _ _ Contract No. C- 3004 -N 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, MURRAY COMPANY, as Principal, and LIBERTY MUTUAL INSURANCE COMPANY, as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of One Million Five Hundred Eighty Thousand Three Hundred Seventeen & No /100 Dollars ($1,580,317.00). 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. 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 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. As a part of the obligation secured hereby, and in addition to the fact amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, in the event it is required by bringing any action in law or equity to enforce the obligations of this Bond. • Page 11 And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for six (6) months following the date of formal acceptance of the Project by the City. 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 ?2 day of November, 1996. Authorized Signature and Title LIBERTY MUTUAL INSURANCE COMPANY (Seal) Name of Surety 505 SOUTH MAIN STREET, SUITE 830 ORANGE, CALIFORNIA 92668 A ess of Surety Si and Title of Authorized Agent J A BEAUDRY, ATTORNEY -IN -FACT 1551 N. TUSTIN AVENUE, SUITE 1000 Address of Agent SANTA ANA, CALIFORNIA 92705 (714) 953 -9521 Telephone Number of Agent CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of 1� //Y,�7 G� County of /Z)s e tA' c?/ S On / before me, DATE 7 P441ir, TI ME OF OFFICER - E.G., 'JANE DOE, NOTARY PUBLIC- personally appeared personally known to me - OR - ❑ --� SHERRI AY OUELLERE commission #1074618 Z Z Notary Public — Conlomla yZ Los Angeles County My Comm. Expires Oct 9119W No. 5907 e whose name(.- is /av* subscribed to the within instrument and ac- knowledged to me that hots�e /t!N executed the same in his /ftc//tj3p� abthorized capacity(o:k), and that by his /b4v/t�r signature(*,on the instrument the person(s) _ or the entity upon behalf of which the personk<acted, executed the instrument. WITNESS my hand and official seal. 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 El �CORPO TEOFFICF nTLE(s) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OFF PERSON(3) ORE ) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES TDATE OF DOCUMENT 0!2!�r- AGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION -8236 Remmet Ave., P.O. Box 7184 - Canoga Perk, CA 91309 -7184 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of ORANCE On 11 -22 -96 before me, JERI SUMNER, NOTARY PUBLIC DATE NAME TITLE OF 0" CER - E.G..'JANE GCE. NOTARY Pusuc, personally appeared JANINA BEAUDRY NAYEISI OF 51GNERISI x❑ 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), JERISUMNER or the entity upon behalf of which the COMM. ! 1hdeA7 •"� e, ND1GIyRJbll�— COftG1nIG person(s) acted, executed the instrument. LOS ANGELES COUNTY My COMM- E>¢JUe4 JUL 31.1998 WITNESS my hand and official seal. SIGNA�JRE CF VGTApY 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 Tmcysl ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUAROW�/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME O/ PfMopll OR EMRYtim DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 00.1133 3/94 01 993 NATIONAL NOTARY ASSOCIATICN - 023E R4r•1 Av*.. P O. Bat 7194 - Canoga Put. CA 91309.7184 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: Recorded in the County of orange, California IIIIIII IIIIIIIIII IIIIIIIIIIIIIII IIIIIIIIIIIIIII IIIIIIIIII IIII�III erk /RNooFeer City Clerk City of Newport Beach 19980292387 3;24pm 05/12/98 3300 Newport Boulevard 005 29006226 29 57 Newport Beach, CA 92663 N12 1 6.00 0.00 0.00 0.00 0.00 0.00 "Exempt trom recording tees pursuant to Government Code Section 6103" NOTICE OF COMPLETION i NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Murray Company of Rancho Dominguez, California, as Contractor, entered into a Contract on November 12, 1996. Said Contract set forth certain improvements, as follows: 36 -Inch Water Transmission Replacement - Cross Town Pipeline (C- 3004N). Work on said Contract was completed on September 26, 1997, and was found to be acceptable on April 27, 1998 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Liberty Mutual Insurance Company._ m Public WorWCS Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to ,Qthe best of my knowledge. Executed on �If 1 � (°I °1 at Newport Beach, California. BY�_J ►' i City Cle f CtTr COUNCIL _ LL VPCRT BEACH PR -j April 27, 1998 ;APR 2 7 !II CITY COUNCIL AGENDA RPP_RD_VED I ITEM NO. 13 TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: COMPLETION AND ACCEPTANCE OF 36 -INCH WATER TRANSMISSION REPLACEMENT — CROSS TOWN PIPELINE, CONTRACT NO. 3004 -N RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City 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 portions of the Civil Code. DISCUSSION: . The contract for the construction of the 36 -inch Water Transmission Replacement — Cross Town Pipeline, Contract No. C- 3004 -N has been completed to the satisfaction of the Public Works Department. The Contractor was Murray Company of Rancho Dominguez, California. The Bid Price was .................... ............................... $1,580,317.00 Amount of change orders .......... ............................... $84,593.91 Deduction for work not completed ............................. ($113,938.62) Net contract change ................ ............................... ($29,344.71) Final Contract Amount ............ ............................... $1,550,972.29 A total of 18 change orders were issued to complete the project. The major contract change centered around the deletion of several hundred feet of transmission main which was determined to be not necessary (change order 10 and 11) or extremely difficult to complete due to changed field conditions (change order 5). In addition, change order 18 was executed to assist in a settlement between the contractor and a valve supplier. The valve specified was not entirely compatible with certain pipeline components. The valves supplied leaked and required that seven of the eleven newly installed 12 -inch butterfly valves be • removed and replaced. Attached is a summary of the change orders. .� SUBJECT: COMPLETETION A D ACCEPTANCE OF 36 -INCH WATER TRANSMI aION MAIN REPLACEMENT — CROSS TOWN PIPELINE, CONTRACT NO. 3004 -N April 27, 1998 Page:2 The original contract completion was scheduled in June 1997. The additional work and modifications to the contract adjusted the contractors completion date to late September. The delay for processing the notice of completion was due to the dispute between the contractor and the valve supplier that was recently settled. PROJECT DESCRIPTION: This project consists of furnishing and installing approximately 4000 feet of 36 -inch steel transmission mains, modifications of existing emergency interties with the Mesa Consolidated Water District, and two (2) pressure reducing stations which included 30 -inch, 24 -inch, 16 -inch and 12 -inch connecting piping,. The work is located on 16th Street between Monrovia Avenue and Superior Avenue in the Cities of Newport Beach and Costa Mesa; and 15th Street, Kings Place and Cliff Drive in the City of Newport Beach, See Exhibit "B" To get the groundwater from the 16th Street reservoir and pump station into the City's water distribution system, a number of water transmission mains were needed to be replaced with larger diameter pipelines. Also, there are some large diameter pipelines within the City's system that are over 60 years old and need lining or replacement. Historically, upgrading, maintenance and replacement of • these elements of the existing water transmission system have been improved as a part of the City's ongoing CIP. The 16th Street water line increased the capacity and upgraded an aging waterline between Monrovia Avenue and Superior Avenue. The 15th Street, Kings Place, Cliff Drive waterline replaced a section of 30 -inch water main that was installed around 1935. A portion of the old line was in a confined area between two houses and went down a steep slope. The new alignment placed the waterline in public streets. Respectfullytted, PUBLIC WORKS DEPARTMENT Don Webb. Director By4.4— Mich e J. in E. S Utilities Engineer Attachments: Exhibit "A ": Change Order Summary • Exhibit T ": Vicinity Map f: \groups\pubworks \council \98\apr -27 \reach 4.doc 0 U § ) \ \ § / § \ _ / \ \ E / Q \ u � � � I* & �� t #/ � � ( § \ § 0 ) \ U < \ c / \ \ { b j u j u 2 e u 2 u e u \ ;\ _ §7i 7 2 \\z no ( \ § ) ) � LLJ \ \ § - k § a \ - - • - \ , � ] } - / - - / 7 L C� W W a. 3� U O zo M U � 6 � o yp �li� d R W O W C7 z d x U r N � 0 V 0 N a. p 3 W z O • u y E c E •= O •`; F c $ > ¢ •� h A d C ti � oc o 5 � o• v o U C u v N A a z w � Q 3 3 ¢ N b z Q N M N b � F- Q W QO ^_ o a ti W 7 o M O U V J � Q z r N M T V f' 6�9 6�9 6N9 6�9 69 M O O Q 6'f bn N 00 N Q v ¢ d9 � H9 '7 M M A b C N t" N O O F N to b O C O Q aF .° bo `o `o o` o` 3 U 3 3 F z a p C C C C y 0.— C ,6 > H ;t4 ot: H a _ La O W 6Y z ¢ E ¢ p ¢ u a3 F z O Fz U r N � 0 V 0 N a. p 3 W z O • u 4 � • 0 AM t x w l STOP NOTICE CALIFORNIA CIVIL CODE SECTION 3103 RECEIVED NOTICE TO: City of Newn_nrt Reach, Attn• Construction Funds Disbursing Officer 3300 NemWrt Blvd., NemWrt Reach, CA 92658-8915 . .10 (Name of Construction Lender, Public Body or Owner) (If Private Job -file with responsible officer or person at office or branch of inistering the ERK construction funds or with the owner - CIVIL CODE SECTIONS 3156 -3175) CITY p�EwpORT 8ffACF� (If Public Job -file with office of controller, auditor, or other public disbursing officer whose duty i is t make payments under provisions of the contract - CIVIL CODE SECTION 3179 -3214) Prime Contractor: Sub Contractor (if any): None Owner or Public Body: City of Neavp_ort Reach Improvement known as: Dover Cliff 1 15th & Newport Blvd., (Name and address of project or work of improvement) in the City of Newport Beach, County of Orange Slate of California. INDUSTRIAL ASPHALT, a Claimant, 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- Murray Company, The kind of labor, service, equipment, or materials furnished or agreed to be furnished by claimant ASPHALTIC CONCRETE &_RELATED ITEMS Total value of labor, service, equipment or materials agreed to be furnished .............$ 33404.99 Total value of labor, service, equipment or materials actually furnished ...................$ 33,604.99 Credit for materials returned, if any ............................... ..............................$ NONE Amount paid on account, if any .................................... ............................... $ ONE Amount due after deducting all just credits and offsets ........................................ $__3,604.99 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 $ :3.604 -99 and in addition thereto sums sufficient to cover interest, court costs and reasonable cost of litigation, as provided by law. A bond (CIVIL CODE SECTION 3083) IS NOT attached. (Bond required with Stop Notice served on construction lender on private jobs - bond not required on public jobs or on Stop Notice served on owner on private jobs.) Date: November 20, 1997 Name of Claimant: TNDTTSTRTAI. ASPHALT P-0. Box 2950 d — r E ►ii � 4 _ \ c By: )andy Oenbacher, Credit Administrator W c g l t l VERIFICATION 045000 C_ &13 E3 I, the undersigned, state: I am the CREDIT ADMINISTRATOR ( "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 declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed ow _ November2(1 ...1492, at Los Angeles, State of California. i Signature of Claimant of 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 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. STOP NOTICE CALIFORNIA CIVIL CODE SECTION 3103 RECEIVED NOTICE TO: City of Newport Beach, Attn: Construction i'tinds Disbursing Officer 3300 Nemqind Blvd-, Nemqllad Reach, CA 926-59-8915 (Name of Construction Lender, Public Body or Owner) ZI P2 :44 (If Private Job -file with responsible officer or person at office or branch of een.odd roistering the construction funds or with the owner - CIVIL CODE SECTIONS 3156 -3175) Y O E WP 11 BCLER (If Public Job -file with office of controller, auditor, or other public disbursing officer whose duty t Is t make payments under provisions of the contract - CIVIL CODE SECTION 3179 -3214) Prime Contractor: Murray Company Sub Contractor (if any): None Owner or Public Body: City of Newnnrt Beach Improvement known as: Dover Cliff / 15th & Nemport Blvd., (Name and address of project or work of improvement) in the City of Newport Beach, County of Orange State of California. INDUSTRIAL ASPHALT, a Claimant, 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: Murray Company _ . The kind of labor, service, equipment, or materials furnished or agreed to be furnished by claimant ASPHALTIC CONCRETE & RELATED ITEMS. Total value of labor, service, equipment or materials agreed to be furnished .............$ 33,604.99 Total value of labor, service, equipment or materials actually furnished ...................$ 33,604.99 Credit for materials returned, if any .............................. ............................... $ NOW Amount paid on account, if any ..................................... ..............................$ NONF, Amount due after deducting all just credits and offsets .......... ..............................$ 33,604.99 YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project to claimant's demand in the amount of $ 33,60499 and in addition thereto sums sufficient to cover interest, court 6Y THE CITY C ✓!i�..il aTY OF NEWPORT BEACH November 12, 1996 i NOV 1 2 CITY COUNCIL AGENDA • ITEM NO. 7 • TO: MAYOR & MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: AWARD OF CONTRACT.(CONTRACT NO. 3004 -N) 36 - INCH WATER TRANSMISSION MAIN - REACH NO.4 - PHASE II RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Find that the Murray Company of Rancho Dominguez, submitted the "lowest responsible bid," and they can meet the requirements for completing the proposed contract work and declare them the "low bidder'. 3. Award Contract No. 3004 -N to the Murray Company of Rancho Dominguez in the amount of $1,580,317, authorize the Mayor and the City Clerk to execute the contract on behalf of the City, and authorize a 10% contingency for change orders, materials, testing and added work. DISCUSSION: At 2:00 p.m., on October 29, 1996, the City Clerk opened and read bids for the subject project. A summary of the results is listed below and a more detailed itemized bid summary is attached as Exhibit "A ": Rank Contractor /Bidder Total Bid Price low Murray Company, Rancho Dominguez $1,580,317 2 Calfon Construction, Inc., Bloomington $1,702,388 3 Albert W. Davies, Inc., Rancho Cucamonga $1,916,000 4 Colich & Sons, Gardena $2,031,020 5 C. P. Construction Co., Inc., Ontario $2,114,682 6 ARB, Inc., Paramount $2,125,897 Six (6) bids were received. The low responsible bid was $1,580,317 and is below the $1,600,000 provided in the 1996/97 Capital Improvement Program (CIP) Budget for this project. The low bidder, Murray Company of Rancho Dominguez, is a qualified general contractor licensed to do business in California. This company has successfully completed pipeline construction projects for other public water agencies and • municipalities in Southern California. This firm has a significant amount of experience with similar pipeline construction projects. The insurance policies and bidder's bond submitted by the contractor meet the City's requirements. Page 2 Reach No.Phase II Pipeline Construction Award of Contract (C- 3004 -N) November 12, 1996 The "bid proposal" called for a subtotal of all bid items to be filled in prior to the • addition of any deducts. Also, a place to fill -in any last minute deducts for material discounts was provided. The final line on the "bid proposal" is the "bid total" less any deducts. The low bidder, Murray Company, failed to fill -in the "bid total ", although he listed deducts of $200,000. The "second low bidder", Calfon Construction, Inc., has written a letter to the City protesting the bid based on the above information. In addition, Calfon also cites that two of the bidders, Murray Company and Colich & Sons, had submitted bids after the 2:00 p.m. deadline. Staff did not accept any bid after the 2:00 p.m. deadline, as witnessed by the City Clerk's office. Based on the language in the "bid proposal ", the City Council could reject the bid of Murray Company as non - responsive for not completing "bid proposal ". However, the City Attorney has advised staff that the Council has the authority to waive the failure to fill -in the "bid total" lines as a minor irregularity since the low bidder has agreed that his bid total, as calculated by staff, is correct and there was no competitive advantage gained by the apparent low bidder. 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 pipeline work for Los Angeles County, Department of Public Works, Amelco and Nielsen Dillingham. Reports that the contractor performed the work on time and in a neat, workman -like manner were encouraging. PROJECT DESCRIPTION: • The Reach No. 4 - Phase II pipeline route lies primarily in public streets in the Cities of Newport Beach and Costa Mesa. This project provides for construction of approximately 5,000 linear feet of 36 -inch diameter pipeline (see Exhibit "B "). This project consists of furnishing and installing 36 -inch, 30 -inch and 24 -inch steel transmission mains, two (2) pressure reducing stations, and modifications of existing emergency interties with the Mesa Consolidated Water District. The work is located on 16th Street between Monrovia Avenue and Superior Avenue in the Cities of Newport Beach and Costa Mesa; and 15th Street, Kings Place and Cliff Drive in the City of Newport Beach. To get the groundwater from the 16th Street reservoir and pump station into the City's water distribution system, a number of water transmission mains will need to be replaced with larger diameter pipelines. Also, there are some large diameter pipelines within the City's system that are over 60 years old and need lining or replacement. Historically, upgrading, maintenance and replacement of these elements of the existing water transmission system have been improved as a part of the City's ongoing CIP. The 16th Street water line increases the capacity and upgrades an aging waterline between Monrovia Avenue and Superior Avenue. The 15th Street, Kings Place, Cliff Drive waterline replaces a section of 30 -inch water main that was installed around 1935. A portion of the old line is in a confined area between two houses and goes down a steep slope. The new alignment will place all of the waterline in public streets. The Reach No. 4 - Phase II pipeline and other • upgrades to the City's existing transmission system have been programmed as a part of the present and future CIP's. Page 3 • Reach No. 4•ase II Pipeline Construction Award of Contract (C- 3004 -N) November 12, 1996 . PROJECT COSTS & SCHEDULE: The contractor's bid price for the project totaled $1,580,317. This price is below the $1,600,000 provided in the 1996/97 CIP Budget for this project. The time allowed for completion of the project is 210 calendar days, and the anticipated completion date is the beginning of July 1997. CONCLUSION: Award of the contract at this time will allow the contractor to complete the work within the confines of the project schedule and will allow the City to continue its plans to complete this project in a timely fashion. Staff believes the contractor can complete the project satisfactorily and recommends award of the contract to the successful bidder, Murray Company of Rancho Dominguez, California. The funds needed for completing this project are available in the following accounts: 16th Street Water Transmission Main 7504- C5500096 $1,596,500 Street, Alley & Bikeway Improvements 7013- C5100017 $25,000 Water Wells and Transmission Pipelines 7504- C5500094 116,849 • Total (Includes 10% Contingency) $1,738,349 Respectfully submitted, PUBLIC WORKS DEPARTMENT Don Webb, Director By: MJS:cja Attachments: Exhibit'A`: Bid Summary Exhibit "B ": Vicinity Map • N O a N W_ F J_ 5 U W m W aQ 3a wW Z a u. Y r� cc F 0 U U J m d W m O O O 4 U O W Co mFom W a � w ° .. r W Z W Z A m U W W W Z ; O Z s F U W L An 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O °0 . iO SN „ 4 ° NO I gW SN SO oO g ° o 0 0° g 0 °°°8O 0 0 0 ° 80 °� 0 S N N SS mmSmaaS g o //�ZOF � O M N � Ip Xp 1 N m A N b M N N N vl N O N O i i Q T N A p VN 1 N N N H N N p H N N N N m N m N P M N N N N N O N m O Vl N H N N H i S S S 000 S 00000 S O S 0800008888 S pp S 0 0 U F00000§8§0§88888 Z O W N m M 0 VI C 0 M N 0 N N O T O {O O N Q O g O g O iri M N C N O N N C m N m N N O O N O O O O O O O O O N W S M N N N p H N N H N N N H N N N p N M N N N N N N N N O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O C? C! O O O O O O O O S O O O O O 0 0 0 0 0 0 O O O O O O 7 n m m m P T N m PO T $ p S P N O m 8 0 p8 N N m< 8 0 0 8 0 m m N 8 p vi p T 8 Of O N O S P A N p vI W N O T N N m A m N vI A n M N N m O O n O b P W W 0 0 0 m V W N N g o 9$888800000000008080800008 0 0 0 0 0 0 0 0 0 0 0 0 0 0- N $800808800 °OS °o, t W A =09 O S S$ g S S vi G 1Z 00 O T O n O �i M T N O O p W Q S S O O p t' = m N p M p p r N n m N Vl N M P P N M m W s NI N O y O N N M N H yI W N m T N n T N N N N N N N N N N N N O O T P M Q N M M M N H N N N H N N N N 0000000000000000000000000000000000000 O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O N 0 0 0 m n A m O O O M m m N m M m b m N m m m 0 N p ry P 0 0 0 0 0 O m J m n M b vl m ^ O W M n m p 0 m M N O m M A M m p M b m p 10 M O m W A n O M m O n A m IJ W b M � b m p m M O M N p O m ry N M O O C p� O W O p 6 p O N b O N n P A P N p n N A A W P P P n N m P T N 2 N N O O S O O O O O 0 0 O 0 S S S S S S S U O . 0 0 0 0 . 0 0 0 0 0 0 0 0 O O W n O O O M N N O O O O . C N 0 0 W n N n M 0 V M M W N w O N W b m 0 0 0 0 O O 2 n m m M 0 W O m n p M b N M b N N Z V J_ N N N N p Ip T N A T p p W m N N N O N A p N N N N N A N m N N p N N M N N N N N N N N N. N N H N N N N b N N N N H 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 0 0 0 0 0 0 0 0 0 0 0 O O O° O° 0 0 0 0 0 0 0 0 0 0 ° ° 0 00000QQ0000QQ0000OOO p0m o°O°0OOO000O0 O OOOO o S02SSSSZmW SSS W W p at LQ 5 S m W M M m O b N P O O H N N p N T N O m N N M H N N N NN yI N 0000000000000000808080080888088088000 0 0 0 o n 0 0 0 ° ° O O O O O O Q 0 0 p O O 3 S 0 8 8 8 8 N O O O O O O i N m A O N M N N N m N A N O J N N N N N N N N N N N N N 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 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0° ° 0 0 0 0 0 0 0 0 0 n000000000000000 O0p 8 S 0 S 8 S 0 0Sp8pSpSp8 0 8 S m n N p 0 0 0 0 0 M 0 m N O O N M m 0 A O P I/I m P N p 0 0 0 0 ° r O O W W � � W N O W O N O N M m O m n A N N n b m p n n P P P W O O O O E Q N W N N N N N H N N M N N N M N N N N N N i N W S S S O O O O O O O O O O N O O O O N O O O O O p p p O °° O ° 0 0 N N Q O N S W W] N O O S S S V N N M N O N N N M T P O S O W O N H H H N N O M O N VI p- m O N H N A N M A N N N N N N O O O N N NQ H H N M M M IJ {{�� J LLLL J LLLL J J J y1 Q y] W W Q y] Q y] W eN YI LLLL J �LLy J QN Y1 Iy J W J N M J �y J ��yy J N M N W W FFF O O Z O-- O- -- b- - N uI > L 5 Q 3; 'J VNI W N N Q N Q Q 0 C g Q O d Z L Q U L O f Cfjj F f C W 0 0 0; t d d g LL LL I,= d > ry O O p W N N o d y Iy • ry \ O X m 6' 6 d T d' m P 6 6 6 OC C F L W W F - CI Y Yf m 0 t7 Y N n d!] N N N N N N N N N N Cl W Cl V l7 n O Xm W • • F- -1 N LL N W 4! a �r W m rx O CL 3 W Z LL O M • N W_ F J_ Z W i Q a W Y 3 U J m n Z O Q J jyj � J r F W E F Z N Z W < N � K W W W Z 0 Z w w LL a m_ 2 Ah J a t Z Z J O s Q z z J 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 gS g 0m 0M 0 °1N °m S m m m S 0 S S o o � n S 00 0 ni � m � O n O N N H N O 0 n S pS m m m P V m m 0 T N n a P O P m m N N N O N N N N M N m N m N A N D VN I ym � y '.0 C H N H H N N H N M N N PNM N N N N H N H N N N N ^ m So°0°S S S °S °S S °0°°°S 00m 000m °o 0 S °o 0< o o 0 0 o m o S 0 o 0 v2 - m o o o o o 00 o 0 00 886 $ 5 2N a SM 0o 0 M T m n �vN mN m N N N A HO N0 P a P a m 0 M "w H H N N N n N P N N O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 5 0 0 0 0 0 0 0 0 0 O O O P O N m o 0 O O 0 0 0 0 0 0 ROME j np�P M 1 P O T D S N O m A 0 O N om f m 0 0 0 0 p OCO A 0 N a P m T m a p j (U m H r a M N O N - N N N P A a N - N N H N H N N N N N N H TN N N H H H N N N O S S S S S S S S 0 0 0 0 0 0 0 0 0 0 0 OO Nm i O O O O n 0 0 0 0 0 O O m a p N o 0 0 o O m A 0 O N O N m O N O O P N O 0 O O 9 d O A O m S O N m A N N m O O 0 0 0 O a m P O P O P O N U a N m N N N N N M N 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 0N 0 0 0 0 0 o S 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O o O ^ 0 0 000 p 0 p p p p p N N p p g O S N S p O p p 0 O d O 0 0 S $ O m m o W o N o N M m o M N m N M N N 0 T 0 M O t_ < N N N N N H N H N N N H M N N N N H m ^ N N N N W N 1 V O O O S S o o 0 0 0 0 0 0 S S 00 O o S 000 O o v p 0 0 0 0 l0 0 0 0 0 0 O � S M N N O O S S S O O O O O O o O O S S S S O 0 O 0 O O O O o"mv O 0 N N tl O 0 O 0 O m o O 0 O sl W Z O N O O O O O O N V O P H N m N O m N N N N M P O O O y W N H N A N N A N N M N N N O O N M M N M m NO N QQ W W� LL 6 LLLL QQ J aW J N LL LL 1J L e aa J J W J W J J Ym 1 VL l W Q A m 8 m m O ^ P^ m N N N N ^ a � > > N N < < Zm w < O L C Y QI = O m .S O a 'S d m N W d E C t VL.r C @1 U O In O ¢ B o c LL 4 LL LL > O 1A C j C C- Q1 Q1 r 3 C O U W m m m m m .� m m 6_ 6 i 1/1 r N e t ydj L U m O m m N a N m O m N N O d N N N- tp m N Q p N ry i¢ a m_ 2 0 LJ -�j rMrod iG� 5 k ;� � nroy�rtyr lcollcoo .'lfJYWd __J y� 610 N77DYYrd LU i •4r PROS _y 0 b MA G L X W • 0 0 �w w CL 'A N Q pW LU 4 \ CL O � Q z 4r � -�j rMrod iG� 5 k ;� � nroy�rtyr lcollcoo .'lfJYWd __J y� 610 N77DYYrd LU i •4r PROS _y 0 b MA G L X W • 0 0 THE NEWPORT BEACH r COSTAMM Daily P1018L on Dear Advertiser: Client Reference # (? 300 `f ^' Daily Pilot Reference # W 00 Enclosed please find clipping of your ad from the first publication, beginning 1D °Z'qtp If you need to make any changes or corrections, please call me at your earliest convenience. 00 The cost of this publication will be $ Thanks for your cooperation and patronage. i male koTiCE 1 mrn nevti area ,Sealed bids -may be re- celved �at thee 0 (tic0 of the SaClerk. "I Newport Sincerely, Boulevard, Post Office Box 1768, Newport Beach, Call. fornia 9;658 -8915 until 2:00 o'clock. P•M. on 29th day-of October, 1998, at which time bids shall be d an op ened end read for. ivit GROUNDWATER EVEL- D OPMENT PROJECT 36• ting INCH WATER TRANSMIS• SION MAIN- ,REACjH NO. A Manager - .PHASE II Contract No. C- 3809 -N Legal Advertising Department ,1000 -. SCHEDULE 57,42UW - SCHEDULE Mh #By of Septsgber, . 1104011feei. J. Slneuerl, P.E., Nt1llttes Eny1neM Proipe( bidders B(ay obtaM tl set of contract doaumsnts at no cost. at .ou ot8ce of the Public Works Department, 330o Newport BOUlevard, Post Office Box 1768, Newport E 'California 92M 330 West Bay Street, Ttr/) �RG33Y1 Costa Mesa, CA 92627 ass, u�1 }, *�, (714) 642 -4321 _ FAX (714) 631 -5902 i r -I 12-11-96 COMPANIES AFFORDING COVERAGE PRODUCER LIBERTY MUTUAL INSURANCE GROUP �R A LIBERTY MUTUAL FIRE INSURANCE CO. 4510 E. PACIFIC COAST HIGHWAY, SUITE 600 LONG BEACH CA 90804 COMPANY B LIBERTY MUTUAL INSURANCE CO.' LErrER INSURED COMPANY C Q j LETTER �( MURRAY COMPANY, ETAL COMPANY 2919 EAST VICTORIA STREET LETTER RANCHO DOMINGUEZ CA 90221 COMPANY E LETTER THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED ED BELOW NAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TEAM 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 ALLTHE TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED, DCMNDED OR ALTERED BY THIS CERTIFICATE, CD I TYPE OF TNSURANCB POLICY NUMBER FFFECrIVE DAZE EXPIRATION DATE_ ALL LIMTTS IN THOUSANDS A (OCCCUREN E BASIS ONLY) I GENERAL AGGREGATE 1 $ 2 , OOO , ( TB2 -161- PRODUDTSr"PLETED $1,000, X COMMERCIAL COMPREHENSIVE 037066 -036 -1 -96 4 -1 -97 I 14 OPERATIONS aGG IiFGATE OWNERS & CONTRACTORS PROTECTIVE CONTRACTUAL FOR SPECIFIC I PERSONAL INJURY $ 1 000 s a CONTRACT I X PRODUCTSICOMPLETED OPERATION i EACH OCCURENCE $ 1,000, XCU HAZARDS BROAD FORM PROPERTY DAMAGE SEVERABWIY OFINTERESTCLAU6EI FIRE DAMAGE $ 50, P. I. WITH EMPLOYEE EXCLUSION (ANYONE FIRE) MEDICAL EXPENSES $ REMOVED MARINE (ANY ONE PERSON) 5, AUTOMOBILE LIABIUM COMBINED SINGLE LIMIT $ 1,000, ANYAVTO + BODILY INJURY $ ALL OWNED AUTOS AS2 -161 - I I (PERPERSOM SCHEDULEDAUTOS 037066 -066 ( 4 -1 -96 4 -1 -97 BODILY INJURY HIRED AUTOS 1 (PER ACCIDENT) $ NON -OWNED AUTOS 1 PROPERTY $ GARAGE LIABILITY DAMAGE EXCESS LIABILITY EACH AGGREGATE B aca1RENCE x UMBRELLA FORM 1111-161— OTHER THAN UMSRELLAFORM 037066 -076 4 -1 -96 4 -1 -97 STATUTmn $10,000 $ 10,000 WORKERS' COMPENSATION I $ 1,000 - EACH ACCIDENT A & WC2 -161- $ 1,000 DISEASE- POLICY uMLr EMFWYERS'LIABUZry 037066 =016 4 -1 -96 4 -1 -97 s 1,000 DISEASE-EACH EMPLOYEE -- -- [THIS CERTIFICATE VOIDS SUPERCEDESICERTIFICA E ISSUED 11 3 25-96 DESCRIPTION OF OPERATK) NSILOCATONSNEHIClEVRE5TRICTIONS !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: Sroundwater Development Prokil 3&Lnch Water Trartankslo" MakReach No 4 Phase I7 Contract C 3000 -N PROJECT TITLE AND CONTRACT NVWrJt o' CITY OF NEWPORT BEACH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON-RENEWED, CANCELLED OR P.O. BOX 1768 COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE COMPANY AFFORDING 3300 NEWPORT BOULEVARD COVERAGE SHALL PROVIDE SD DAYS MINIMUM ADVANCE NOTICE TO THE CRY OF NEWPORT BEACH, CALIFORNIA 92658 -8915 ATTENTION: MIKESINACORI NEWPORT BEACH BY FlP> T CLASS MAIL Lu, TAU.& 11 qL'_ . JHN.23.199 / 1td:04HM L1bLRIY MUIUHL L.H. . 4 ADDITIONAL INSUREDS CONTINUED: 1. City of Newport Beach 2. City of Costa Mesa 3. Mesa Consolidated Water District 4. Costa Mesa Sanitary District 5. DUE Engineering 6. AKM Engineering 7. ASL Consulting Engrs. nv.n1 r..,, ;FIN. 23. 1997 10: 04HM L1bL ff I r rU I Ur iL L.. U. Certificate of Insurance T716 �ERTtkTC, TL' IS ]SSIIPD wS A MATrBR OF nnON ONLY AND CONPBRS NO RIGHTS UPON YOU CSRTtFfGATE HOLDER. iH[5 CPJRTFICAt'S f9 NOT AN rNSURANCE POLICY ANDOOEi.S NOTAMTIND, D, OR ALTER T14E COVERAGE AFFORDRD BY THE POLICIPS L3TBD BELOW. This is to Certlty that MURRAY COMPANY, ETAL 2919 E. VICTORIA STREET Name and LIBERTY RANCHO DOMINGUEZ CA 90221 address of a rr T rr T�e Insured. 1�1U 1 lJ IB, at the Issue date of this certificate, Insured by the Company under The pollcy(as) listed below. The Insurance afforded by the listed poikICyy((IIesi is subject to all their terms; e=lusions ertd Conditions and Is not altered by arty requirement, term Or condition of any contract or other docmmnent whh reaped to which ihle eerbfieate may bo IAwpd II the ceryocatB expiration date Is conlinuoue or Extended term, you will be noafled if coverage Is terminated or reduced before the cwnlfleete wplieaon date. SPECIAL NOTICE-OHIO: ANY PERSON WWHHO. WITH INTENT TO DEFRAUD OR KNOWING THAT HE IS FACILITATING A FRAUD AGAINST AN INSURER, 13UGMITS AN APPLICATION OR FlLE3 A CLAIM CONTANNO A FALSE OR DECEPTIVE STATEMENT IB GUILTY OF INSURANCE FRAUM NOTICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBER OF DAYS IR ENTERED BELOW.] BEFORE THE STATED EXPIRATION DATE THE COMPANY WILL NOT CANCEL OR REDUCE THE INSURANCE AFFORDED Liberty Mutual Group NOTICE THE ABOVE POULIEa UNTIL S S LEAST ED DAYS _ n �•�/�y /� NOTICE OF SU CEIUTION HAS BEEN MAILED TO: G ,v` • —MtiMr''w UNIV. OF SOUTHERN CALIFORNIA ACCOUNTS PAYABLE GINA C. DIRECTO CERTIFICATE P O BOX 77W7 HOLDER UNIVERSITY PARK AUTHORIZED REPRESENTATIVE LOS ANGELES, CA 90007 J LONG BEACH (310) 965 -0633 1 -23 -97 OFFICE PHONE NUMBER GATE ISSUED ThiA m ffk to iS a "Ied by LMSRTY MUT UAI. CRnt rp •...•.....ra EXP. DATE • ❑ CONTINUOUS TYPE OF POLICY ❑ EXTENDED POLICY NUMBER LIMIT OF LIABILITY ® POLICY TERM I WORKERS COVERAGE AFFORDED UNDER WC EMPLOYERS UABILIT7 COMPENSATION LAW OF THE FOLLOWING STATES. BWRV Injury BY Accident 4-1 -97 WC2 -161- 037066.016 CA $1,000,000 Each Aceldent Bodily Injury By Disease $1,000,000 Policy Limit Bodily Injury By Disease $1,000,000 Each o _ Gen Aggregate Other Tian ProduttsrCon�lelad Ope GENERAL LIABILITY $2,000.000 PrOducts CorrQlated OperallOne Aggregate OCCURRENCE 4-1-97 T82- 161 - 037066-036 $1,000,000 ❑ CLAIMS MADE Bodily Injury and Pmoarri Damage L7ebility Par $1,000,000 Cmurrenco Personal and Advertising Injury REMO DATE Per perBON $1,000,000 Organuatlon Other FIRE LEGAL LIABILITY Other MEDICAL PAYMENTS $$50,000 PER FIRE $5,000 PER PERSON AUTOMOBILE Each Accident - Single Limit LIABILITY $1,000,000 B.I. and P.D. Combined Each Person ® OWNED 4-1-97 AS2- 161 - 037066 -066 Each Accident or Occurrence ® NON -OWNED ® HIRED Each Accident or Occurrence (OTHER 4-157 THt- 161-037066 -076 $10,000,000 UMBRELL EXCESS BILILLA ION FLOATER LNSTY INST 4-1 -97 MM- 191.0.37066-046 $500,000 ADDITIONAL COMMENTS ADDITIONAL INSUREO(S): PACIFIC ENTERPRISES AND SUBSIDIARIES, USC AND MP (PLEASE SEE ATTATCHED LIST FOR ADDITIONAL INSUREDS) RE SILVER LAKE OUTLET RELOCATION AND NEW DISTRIBUTION MAIN PROJECT; USC Joe wo-131 PURCHASE ORDER / 01ACIP VOIDS AND SUPERSEDES CERTIFICATE ISSUED laao-ea II the ceryocatB expiration date Is conlinuoue or Extended term, you will be noafled if coverage Is terminated or reduced before the cwnlfleete wplieaon date. SPECIAL NOTICE-OHIO: ANY PERSON WWHHO. WITH INTENT TO DEFRAUD OR KNOWING THAT HE IS FACILITATING A FRAUD AGAINST AN INSURER, 13UGMITS AN APPLICATION OR FlLE3 A CLAIM CONTANNO A FALSE OR DECEPTIVE STATEMENT IB GUILTY OF INSURANCE FRAUM NOTICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBER OF DAYS IR ENTERED BELOW.] BEFORE THE STATED EXPIRATION DATE THE COMPANY WILL NOT CANCEL OR REDUCE THE INSURANCE AFFORDED Liberty Mutual Group NOTICE THE ABOVE POULIEa UNTIL S S LEAST ED DAYS _ n �•�/�y /� NOTICE OF SU CEIUTION HAS BEEN MAILED TO: G ,v` • —MtiMr''w UNIV. OF SOUTHERN CALIFORNIA ACCOUNTS PAYABLE GINA C. DIRECTO CERTIFICATE P O BOX 77W7 HOLDER UNIVERSITY PARK AUTHORIZED REPRESENTATIVE LOS ANGELES, CA 90007 J LONG BEACH (310) 965 -0633 1 -23 -97 OFFICE PHONE NUMBER GATE ISSUED ThiA m ffk to iS a "Ied by LMSRTY MUT UAI. CRnt rp •...•.....ra A NOTICE INCITING 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 p.m. on 29th day of October, 1996, at which time such bids shall be opened and read for: GROUNDWATER DEVELOPMENT PROJECT ATER TRANSMISSION MAIN - REACH NO. 4 Title of Project C- 3004 -N Contract No. $ 2,160,000 - SCHEDULE "A ". S 1,425.000 - SCHEDULE "B" Engineer's Estimate '� \LIFORN% Approved by the Public Works Department this 30th day of September, 1996 Prospective bidders may obtain a set of contract documents at no cost 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 1. Sinacori at (714) 644 -3011. Project Manager 0 a. , L "I CITY OP NEWPQRT BEACH PUBLIC WORKS DEPARTMENT GROUNDWATER DEVELOPMENT PROJECT 36 -INCH WATER TRANSMISSION MAIN REACH NO.4 - PHASE II CONTRACT NO. C- 3004 -N 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 -N 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 "A" WORK ITEMS ITEM APPROXIMATE NO. QUANTITY DESCRIPTION UNIT PRICE TOTAL AMOUNT 1. Lump Sum Mobilization, demobilization and clean-up for the lump sum price of Twenty Thousand Dollars and Zero Cents L.S. $ 20.000.00 Lump Sum 2. 2639 L.F. Furnish and install 36 -inch water main in 16th Street complete and in place between stations 9 +84 - 36 +23 for the unit price of Two Hundred Thirteen Dollars and Zero Cents $ 213.00 $ 562.107.00 Per Lineal Foot Select Pipe Material Below D.I.P. X C.M.L.C.S.P. P -la ITEM APPROXIMATE NO. QUANTITY SCHEDI<ILE "A" WORK ITEMS UNIT TOTAL DESCRIPTION PRICE AMOUNT 3. 105 L.F. Furnish and install 24 -inch water main in Monrovia Avenue complete and in place for the unit price of Five Hundred Fifty Dollars and Zero Cents $ 550.00 $ 57.750.00 Per Lineal Foot Select Pipe Material Below D.I.P. X C.M.L.C.S.P. 4. 85 L.F. Furnish and install 16 -inch water main in Monrovia Avenue complete and in place for the unit price of One Hundred Ninety Dollars and Zero Cents $ 190. 0 $16,150.00 Per Lineal Foot 5. 107 L.F. Furnish and install 12 -inch water main and connection to CNB /MCWD intertie in Monrovia Avenue complete and in place for the unit price of One Hundred Forty Dollars and Zero Cents $140.00 $14.980.00 Per Lineal Foot 6. Lump Sum Remove and replace existing 14 -inch water line in Monrovia Avenue complete and in place for the lump sum price of Twelve Thousand Dollars and Zero Cents L.S. Lump Sum P -lb 111 11 SCHEDULE ',A" WORK ITEMS ITEM APPROXIMATE NO. QUANTITY DESCRIPTION UNIT PRICE TOTAL AMOUNT 7. Lump Sum Abandonment of existing 24 -inch RCSCP in Monrovia Avenue for the lump sum price of Three Thousand Dollars and Zero Cents L.S. $ 3.000.00 Lump Sum 8. 1 EA. 12 -inch pressure reducing station at Monrovia Avenue for the unit price of Thirty -Nine Thousand Dollars and Zero Cents $ 39.000.00 $ 39.000.00 Each 9. 6 EA. Remove and replace crossing of MCWD A.C. waterlines with PVC material for the unit price of One Thousand Dollars and Zero Cents $1.000.00 $ 6.000.00 Each 10. 1 EA. Furnish and install 36 -inch Class 150 butterfly valve for the unit price of Thirty -Two Thousand Dollars and Zero Cents $ 32.000.00 $ 32.000.00 Each 11. 1 EA. Furnish and install 30 -inch Class 150 butterfly valve for the unit price of Nineteen Thousand Dollars and Zero Cents $19.000.00 $19.000.00 Each P -lc SCHEDULE "A" WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 12. 2 EA. Furnish and install 24 -inch Class 150 butterfly valves for the unit price of Seventeen Thousand Dollars and Zero Cents $17,000.00 $ 34,000.00 Each 13. 5 EA. Furnish and install 16 -inch Class 150 butterfly valves for the unit price of Twenty Thousand Dollars and Zero Cents $ 20,000.00 $100.000.00 Each 14. 11 EA. Furnish and install 12 -inch Class 150 butterfly valves for the unit price of Two Thousand Dollars and Zero Cents $ X00.00 $ 22.000.00 Each 15. 2 EA. Furnish and install 4 -inch combination air release and vacuum valve assemblies for the unit price of Thirteen Thousand Dollars and Zero Cents $13,000.00 $ 26,000.00 Each 16. 1 EA. Furnish and install 12 -inch blow - off assembly for the unit price of Nineteen Thousand Dollars and Zero Cents $1 0 $19.000.00 Each P -ld SCHEDULE "A" WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 17. 173 L.F. Furnish and install 30 -inch water main in 16th Street complete and in place between stations 36 +23 - 37 +96.00 for the unit price of Four Hundred Seventy Dollars and Zero Cents $ 470.00 $ 81310.00 Per Lineal Foot Select Pipe Material Below D.I.P. X C.M.L.C.S.P. 18. 3 EA. Furnish and install electrolysis test stations for the unit price of Two Thousand Dollars and Zero Cents $ 2.000.00 $ 6,000.00 Each 19. 87 L.F. Furnish and install 12 -inch Pomona Avenue pressure reducing station lateral complete and in place for the unit price of Two Hundred Sixty Dollars and Zero Cents $ 260.00 $ 22.620.00 Per Lineal Foot 20. 1 EA. Construct 12 -inch CNB /MCWD intertie metering facility complete and in place for the unit price of Twenty -Eight Thousand Dollars and Zero Cents $28, 00.00 $ 28,000.00 Each 21. 58 L.F. Construct 12 -inch Pomona Avenue water main complete and in place for the unit price of Two Hundred Forty Dollars and Zero Cents $ 240.00 $13.920.00 Per Lineal Foot P -le SCHEDULE "A" WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 22. 1 EA. Construct 8 -inch pressure reducing station complete and in place for the unit price of Twenty -Seven Thousand Dollars and Zero Cents $ 27, 0 $ 27.000.00 Each 23. Lump Sum Remove existing CNB /MCWD emergency intertie at Pomona Avenue for the lump sum price of Two Thousand Dollars and Zero Cents L.S. $ 2.000.00 Lump Sum 24. 29,800 S.F. Pavement replacement in 16th Street, including traffic control and restriping for the unit price of Two Dollars and Zero Cents $ 2.00 $ 59.600.00 Per Square Foot 25. 48,300 S.F. Pavement resurfacing in 16th Street, including traffic control and restriping for the unit price of Zero Dollars and Seventy Cents $0 70 $ 33,810.00 Per Square Foot 26. 1499 L.F. Construct 36 -inch and 30 -inch water mains between stations 10 +04.00 - 25 +03 in 15th Street, Kings Place and Cliff Drive complete and in place for the unit price of Two Hundred Twenty Dollars and Zero Cents $ 220.00 $ 329.780.00 Per Lineal Foot Select Pipe Material Below D.I.P. X C.M.L.C.S.P. P -if 0 SCHEDULE "A" WORK ITEMS ITEM APPROXIMATE NO. QUANTITY DESCRIPTION UNIT PRICE TOTAL AMOUNT 27. 120 L.F. Remove and replace of interfering 6 -inch A.C. waterline with PVC material for the unit price of Fib Dollars and Zero Cents $ 50.00 $ 6.000.00 Per Lineal Foot 28. 62 L.F. Remove and reconstruct 8 -inch sewer main and sewer laterals in Kings Place complete and in place for the unit price of One Hundred Dollars and Zero Cents $100.00 $ 6.200.00 Per Lineal Foot 29. 3 EA. Remove and reconstruct 48 -inch sewer manhole in Kings Place complete and in place for the unit price of Three Thousand Dollars and Zero Cents $ 3,000.00 $ 9.000.00 Each 30. 11,800 S.F. Pavement replacement in 15th Street and Kings Place, including traffic control and restriping for the unit price of Two Dollars and Zero Cents $ 2.00 $ 23.600.00 Per Square Foot 31. 20,800 S.F. Pavement replacement in Cliff Drive, including traffic control for the unit price of Two Dollars and Zero Cents $ 2.00 $ 41.600.00 Per Square Foot P -lg SCHEDULE "A" WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 32. 42,100 S.F. Pavement resurfacing in Cliff Drive including traffic control and restriping for the unit price of Zero Dollars and Seventy Cents $ 0.7 $ 29.470.00 Per Square Foot 33. 28 EA. Remodeling of existing sewer laterals in accord with CMSD requirements complete and in place for the unit price of Three Hundred Ninety Dollars and Zero Cents $ 390.00 $10,920.00 Each 34. 50 EA. Potholing of existing utilities and connections not previously verified during the project design phase for the unit price of Three Hundred Thirty Dollars and Zero Cents $ 330.00 $16,500.00 Each 35. Lump Sum Provide traffic control for pipeline work complete and in place for the lump sum price of Thirty -Five Thousand Dollars and Zero Cents L.S. $ 35.00100 Lump Sum 36. Lump Sum Pressure test, disinfect and flush new water main complete in place for the lump sum price of Four Thousand Dollars and Zero Cents L.S. $ 4,000.00 Lump Sum P -1h SCHEDULE "A" WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 37. 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 with applicable safety orders for the lump sum price of Eleven Thousand Dollars and Zero Cents L.S. $11,000.00 Lump Sum Subtotal Price in Written Words for Schedule "A" (subtotal of Bid Items 1 through 37 without Deducts): One Million Seven Hundred Ei_hty Thousand Three Hundred Seventeen Dollars and Zero Cents $1 780317.00 Subtotal Price 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 for Schedule "A ". DEDUCT - List Bid Items affected and amount: TOTAL DEDUCT Item No. DEDUCT AMOUNT IN WRITTEN WORDS AMOUNT 2 One Hundred Thousand Dollars $100.000.00 and Zero Cents 26 One Hundred Thousand Dollars $100.000.00 and Zero Cents Dollars $ and Cents TOTAL DEDUCT TOTAL OF DEDUCTS: AMOUNT Two Hundred Thousand Dollars $ 20 .000.00 and Zero Cents P -li E Total Price in Written Words for Schedule "A" (subtotal of Bid Items 1 through 37 Less total of Deducts): *One Million Five Hundred Eighty Thousand Three Hundred Seventeen Dollars and Zero Cents $1.580,317.00 Total Price P -lj SCHEDULE 'B" WORK ITEMS ITEM APPROXIMATE NO. QUANTITY DESCRIPTION UNIT PRICE TOTAL AMOUNT 38. Lump Sum Mobilization, demobilization and clean -up in 16th Street for the lump sum price of Fifteen Thousand Dollars and Zero Cents L.S. $15,000.00 Lump Sum 39. 2639 L.F. Furnish and install 36 -inch water main in 16th Street complete and in place between stations 9 +84- 36+23 for the unit price of Two Hundred Twenty Dollars and Zero Cents $ 220.00 $ 580,580.00 Per Lineal Foot Select Pipe Material Below D.I.P. X C.M.L.C.S.P. 40. 105 L.F. Furnish and install 24 -inch water main in Monrovia Avenue complete and in place for the unit price of Five Hundred Fifty Dollars and Zero Cents $ 550.00 $ 57,750.00 Per Lineal Foot Select Pipe Material Below D.I.P. X C.M.L.C.S. P. 41. 85 L.F. Furnish and install 16 -inch water main in Monrovia Avenue complete and in place for the unit price of One Hundred Ninety Dollars and Zero Cents $ 190-00 $16,150.00 Per Lineal Foot P -lk SCHEDULE 'B" WORK ITEMS ITEM APPROXIMATE UNIT NO. QUANTITY DESCRIPTION PRICE TOTAL AMOUNT 42. 107 L.F. Furnish and install 12 -inch water main in Monrovia Avenue complete and in place for the unit price of One Hundred Forty Dollars and Zero Cents $140.00 $14.980.00 Per Lineal Foot 43. Lump Sum Remove and replace existing 14 -inch water line in Monrovia Avenue complete and in place for the lump sum price of Twelve Thousand Dollars and Zero Cents L.S. $12,000.00 Lump Sum 44. Lump Sum Abandonment of existing 24 -inch RCSCP in Monrovia Avenue for the lump sum price of Three Thousand Dollars and Zero Cents L.S. $ 3.000.00 Lump Sum 45. 1 EA. 12 -inch pressure reducing station at Monrovia Avenue for the unit price of Thirty-Nine Thousand Dollars and Zero Cents $ 39.000.00 $ 39.000.00 Each 46. 5 EA. Remove and replace of crossing of MCWD A.C. waterlines with PVC material for the unit price of One Thousand Dollars and Zero Cents $10, 00.00 $ 5,000.00 Each P -11 0 SCHEDULE 'B" WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 47. 1 EA. Furnish and install 30 -inch Class 150 butterfly valve for the unit price of Nineteen Thousand Dollars and Zero Cents $19 $19.000.00 Each 48. 2 EA. Furnish and install 24 -inch Class 150 butterfly valves for the unit price of Seventeen Thousand Dollars and Zero Cents $17 $ 34.000.00 Each 49. 5 EA. Furnish and install 16 -inch Class 150 butterfly valves for the unit price of Twenty Thousand Dollars and Zero Cents $ Q000.00 $100.000.00 Each 50. 11 EA. Furnish and install 12 -inch Class 150 butterfly valves for the unit price of Two Thousand Dollars and Zero Cents $ 2.000.00 $ 22.000.00 Each 51. 1 EA. Furnish and install 4 -inch combination air release and vacuum valve assembly for the unit price of Thirteen Thousand Dollars and Zero Cents $13.000.00 $13.000.00 Each P -lm SCHEDULE 'B" WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 52. 1 EA. Furnish and install 12 -inch blow - off assembly for the unit price of Nineteen Thousand Dollars and Zero Cents $19 $19.000.00 Each 53. 173 L.F. Furnish and install. 30 -inch water main in 16th Street complete and in place between stations 36 +22.66 - 37 +96.00 for the unit price of Four Hundred Seventy Dollars and Zero Cents $ 470. 0 $ 81.310.00 Per Lineal Foot Select Pipe Material Below D.I.P. X C.M.L.C.S.P. 54. 2 EA. Furnish and install electrolysis test stations for the unit price of Two Thousand Dollars and Zero Cents $ 2.0 0.00 $ 4.000.00 Each 55. 87 L.F. Furnish and install 12 -inch Pomona Avenue pressure reducing station lateral complete and in place for the unit price of Two Hundred Sixty Dollars and Zero Cents $ 260.00 $ 22.620.00 Per Lineal Foot 56. 1 EA. Construct 12 -inch CNB /MCWD intertie metering facility complete and in place for the unit price of Twenty -Eight Thousand Dollars and Zero Cents $ 28.000.00 $ 28.000.00 Each P -ln • SCHEDULE "B" WORK ITEMS .J ITEM APPROXIMATE UNIT NO. QUANTITY DESCRIPTION PRICE TOTAL AMOUNT 57. 58 L.F. Construct 12 -inch Pomona Avenue water main complete and in place for the unit price of Two Hundred Forty Dollars and Zero Cents $ 240.00 $13,920.00 Per Lineal Foot 58. 1 EA. Construct 8 -inch pressure reducing station complete and in place for the unit price of Twenty -Seven Thousand Dollars and Zero Cents $ 27,000.00 $ 27.000.00 Each 59. Lump Sum Remove of existing CNB /MCWD emergency intertie at Pomona Avenue for the lump sum price of Two Thousand Dollars and Zero Cents L.S. $2,000.00 Lump Sum 60. 29,800 S.F. Pavement replacement in 16th Street, including traffic control and restriping for the unit price of Two Dollars and Zero Cents $ 2.00 $ 59.600.00 Per Square Foot 61. 48,300 S.F. Pavement resurfacing in 16th Street, including traffic control and restriping for the unit price of Zero Dollars and Seventy Cents $ 0.70 $ 33.810.00 Per Square Foot P -lo SCHEDULE 'B" WORK ITEMS is ITEM APPROXIMATE UNIT NO. QUANTITY DESCRIPTION PRICE TOTAL AMOUNT 62. 28 EA. Remodeling of existing sewer laterals in accord with CMSD requirements complete and in place for the unit price of Three Hundred Ninety Dollars and Zero Cents $ 390.00 $10,920.00 Each 63. 40 EA. Potholing of existing utilities and connections not previously verified during the project design phase for the unit price of Three Hundred Thirty Dollars and Zero Cents $ 330.00 $13200.00 Each 64. Lump Sum Provide traffic control for pipeline work complete and in place for the lump sum price of Thirty -Five Thousand Dollars and Zero Cents L.S. $ 35,000.00 Lump Sum 65. Lump Sum Pressure test, disinfect and flush new water main complete in place for the lump sum price of Four Thousand Dollars and Zero Cents L.S. $ 4.000.00 Lump Sum 66. 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 with applicable safety orders for the lump sum price of Eleven Thousand Dollars and Zero Cents L.S. $ 11.000.00 Lump Sum P -1p • Subtotal Price in Written Words for Schetiule'B" (subtotal of Bid Items 38 through 66 without Deducts): One Million Two Hundred Ninety -Six Thousand Eight Hundred Forty Dollars and Zero Cents $1.296.840.00 Subtotal Price 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 for Schedule 'B ". DEDUCT - List Bid Items affected and amount: Item No. DEDUCT AMOUNT IN WRITTEN WORDS 39 Dollars and Cents TOTAL OF DEDUCTS: Dollars and Cents Dollars and Cents Dollars and Cents TOTAL DEDUCT AMOUNT TOTAL DEDUCT AMOUNT Total Price in Written Words for Schedule "B" (subtotal of Bid Items 38 through 66 Less total of Deducts): Dollars and Cents $1,296.840.00 Total Price P -lq Total Price in Written Words for Schedule "A" (subtotal of Bid Items 1 through 37 Less Total of Deducts): Dollars and Cents $ Total Price Total Price in Written Words for Schedule "B" (subtotal of Bid Items 38 through 66 Less Total of Deducts): Dollars and Cents $ 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. Bidder's Name MURRAY COMPANY Bidder's Address 2919 E. VICTORIA ST. RANCHO DOMINGUEZ, CA 90221 Bidder's Telephone Number (310) 637 -1500 Contractor's License No. & Classification 162382 10/31/97 Expiration Date C36, C16, C34, C42, C4, C20, A, C38 10/29/96 S/KEVAN STEFFEY, SEC./TREAS, Date Authorized Signature /Title P -lr 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 ". 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 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. 16238%0°2 C36, C16, C34, C42, C4, C20, A, C38 MURRAY COMPANY Contr's Lic. No., Classification Bidder 10/29/96 S /KEVAN STEFFEY, VICE 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 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. Subcontractor Address Subcontract Work 1. NONE G� 7 8. 9. Iff 11 1 MURRAY COMPANY Bidder S /KEVAN STEFFEY, VICE PRESIDENT Authorized Signature /Title Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, MURRAY COMPANY. as bidder, and LIBERTY MUTUAL INSURANCE COMPANY. as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT OF THE TOTAL AMOUNT BID IN Dollars (IQ L/ob Iawful 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 II C- 3004 -N 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 22ND day of October, 1996. (Attach acknowledgement of Attorney -in -Fact) Notary Public Commission Expires MURRAY COMPANY Bidder S /KEVAN STEFFEY, VICE PRESIDENT Authorized Signature /Title LIBERTY MUTUAL INSURANCE COMPANY Surety By: S/1ANINA BEAUDRY Title:JANINA BEAUDRY, ATTORNEY -IN -FACT 0 NON - COLLUSION AFFIDAVIT 0 Page 5 The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such 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. MURRAY COMPANY Bidder S /KEVAN STEFFEY, VICE PRESIDENT Authorized Signature /Title Subscribed and sworn to before me this 28th day of October, 1996. My Commission Expires: 10/09/96 S /SHERRI KAY OUELLETTE Notary Public, #1074618 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 Perform d (Detail) Person to Contact Telephone No 1996 LA County Dept Pub Wks Ron Price ( 1188) 458-3104 Hollyhills Storm Drain 1997 Nielsen Dillingham Armando Escobar (213) 343 -6585 Cal State Univ. L.A. 1996 Amelco Steve Steiner (310) 327 -3070 Cal State L B 1995 EA Engineering Steve Rival (510) 283_7077 Norton AFB MURRAY COMPANY Bidder S /KEVAN STEFFET, VICE PRESIDENT Authorized Signature /Title • Page 7 NOTICE TO SUCCESSFUL BIDDER 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) WORKERS' COMPENSATION INSURANCE CERTIFICATION (page 15) CONTRACT (pages 16 & 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 Key Rating Guide: Property - Casualty except as modified by the Special Provisions. The Worker's Compensation Insurance Certification shall be executed and delivered to the Engineer along with a Certificate of Insurance for Worker's Compensation prior to the City's execution of the Contract. 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. 4 t EXECUTED IN FOUR COUNTERPARTS BOND NO.: 24002759 Page :• KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted November 12. 1996 has awarded to MURRAY COMPANY. hereinafter designated as the "Principal', a contract for Groundwater Development Project 36 -Inch Water Transmission Main Reach No. 4 - Phase H. Contract No. C- 3004-N in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We MURRAY COMPANY. as Principal, and LIBERTY MUTUAL INSURANCE COMPANY, as Surety, are held firmly bound unto the City of Newport Beach, in the sum of One Million Five Hundred Eightyhty Thousand Three Hundred Seventeen & No /100 Dollars ($1,580.317.00), said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions or other supplies, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. MM The bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this bond as required by the provisions of Section 3247 et seq. of the Civil Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or 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 22 day of November, 1996. . Authorized Signature and Title LIBERTY MUTUAL INSURANCE COMPANY (Seal) Name of Surety 505 SOUTH MAIN STREET, SUITE 830 ORANGE, CALIFORNIA 92668 Ad of urety Signa and Title of Authorized A JANINAYBEAUDRY, ATTORNEY-IN-$ T 1551 N. TUSTIN AVENUE, SUITE 1000 Address of Agent SANTA ANA, CALIFORNIA 92705 (714) 953 -9521 Telephone Number of Agent CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT State of C-E-/ ) eL, County of /.LLB On & j4le�' s/o before me, DATE Y _ rUAME, TITLE OF OFFICER - E.G., -JANE DOE, NOTARY PUBLIC' personally appeared 4personally known to me - OR - ❑ proved In me anAfte_hail �f - a � to rsM(s) whose namet.is /xlp subscribed to the within instrument and ac- No. 5807 knowledged to me that he /shefil Qy executed the same in his /I4#t'F<ir authorized capacity(iesq, and that by his /h�eWt*t signature(s) -on the instrument the person(*, SHERRIKAYOUELLEM or the entity upon behalf of which the commis 'on #1074618 .� NotaryPublie— conornla person(s� acted, executed the instrument. Los Angeles county My Comm. F,<pires Oct 93;-99 WITNESS my hand and offal seal. 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 CO PORATE, FFICER TRLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME PERSON(S)ORE IES) DESCRIPTION OF ATTACHED DOCUMENT TI-111 F OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED A OVE 01993 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 91309-7184 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of ORANGE On 11 -22 -96 before me, JERI SUMNER, NOTARY PUBLIC DATE NAME nrA OF OFFICER - E.G.. 'JANE 006. NOTAr1Y PUBLIC personally appeared JANINA BEAUDRY N E(S) OF SIGNERS) ® 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 signatures) on the instrument the person(s), JERISUMNER or the entity upon behalf of which the ON COMM. f 1034483 Notary Ptblic— California person(s) acted, executed the instrument. LOS ANGELS COUNN Comm. Expires JUi 31.1948 WITNESS my hand and official seal. SIGN IUPE OF VOTARY 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 forth. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER Tm.Etsi ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME or PERscmm on EN7r7Yt1Est DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 80 -1133 3/94 01993 NATIONAL NOTARY ASSOCIATION • 8236 RammAt Av *.. P O. Box 7164. CAn99A Pah. CA 91309' 71 EA EXECUTED IN FOUR COUNTERPARTS BOND NO.: 24002759 Page 10 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted November 12. 1996, has awarded to MURRAY COMPANY. hereinafter designated as the "Principal', a contract for Groundwater Development Proiect - 36 -Inch Water—Transmission Main Reach No. 4 - Phase II Contract No. 04-N 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, MURRAY COMPANY, as Principal, and LIBERTY MUTUAL INSURANCE COMPANY. as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of One Million Five Hundred Ei"h#y Thousand Three Hundred Seventeen & No /100 Dollars ($1.580.317.00). 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. 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 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. As a part of the obligation secured hereby, and in addition to the fact amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, in the event it is required by bringing any action in law or equity to enforce the obligations of this Bond. Page 11 And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for six (6) months following the date of formal acceptance of the Project by the City. 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 ?2 day of November, 1996. Authorized Signature and Title LIBERTY MUTUAL INSURANCE COMPANY (Seal) Name of Surety 505 SOUTH MAIN STREET, SUITE 830 ORANGE, CALIFORNIA 92668 of Surety Si and Title of Authorized Agent t/ JANTNA BEAUDRY, ATTORNEY -IN -FACT 1551 N. TUSTIN AVENUE, SUITE 1000 Address of Agent SANTA ANA, CALIFORNIA 92705 (714) 953 -9521 Telephone Number of Agent ilio CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of li X 14 Y- a, //� 1 " County of /,/_j -r e c 1, On // before me, GATE )4KSF4 TITLE OF OFFICER - E.G.,'JANE DOE, NOTARY PUBLIC' No. 5907 personally appeared A -e I / S= � 1 R , M NOF -9IG Lpersonally known to me - OR - ❑ e 11 ) whose name(4_is /as* subscribed to the within instrument and ac- knowledged to me that he9<e/ executed the same in capacity(+, E signature(3jon tt RI KAY OUELLETM or the entity ul mission #1071618 Public— California personKacted, Angeles County jN70fary m. Expires Oct 9,1;'99 Il his /ftx_/tbe4L authorized nd that by his /bkt /ftg�,r e instrument the person(s`' )on behalf of which the executed the instrument. WITNESS my hand and official seal. 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 �POTEOd CORFFI � TRLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENn ) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT 012.r_ 4& rJ� GNE�THAN NAMED ABO�/E 01993 NATIONAL NOTARY ASSOCIATION - 9236 Remmet Ave., P.O. Box 7184 - Canoga Perk, CA 91309.7184 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of ORANGE On 11 -22 -96 before me, JERI SUMNER, NOTARY PUBLIC DATE NANE. TITLE OF OFFICER • E.G.. -JANE DOE. NOTARY PU6UC personally appeared JANINA BEAUDRY wMCSI OF SCM.P(SI 0 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), JERISUMNER or the entity upon behalf of which the QM" :0MM. / 103"83 Notary Public- Californlo person(s) acted, executed the instrument. LOS ANGELES COUNly My Comm. ExlDirea JUG S 1. 1998 WITNESS my hand and official seal. (-�C)l � L wP N SIGNA JRE OF %CTAPY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying an the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TrtLB(s) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAWcONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: MAW OF PCRSOF931 OR ENIT"(W11) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 80.1133 3/9e Ot99D NATIONAL NOTARY ASSOCIATION - 8236 Remmet Ave- P O. Box 7 16A • Csroga Pad, CA 91709'7164 U) 0 L THIS POWER OF ATTORNEY IS NOT UNLESS IT IS PRINTED ON RED BACKGPWD. 279159 This Power of Attorney limits the act of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON, MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company'), a Massachusetts mutual insurance company, pursuant to and by authority of the By -law and Authorization hereinafter set forth, does hereby name, constitute and appoint, MICHAEL D. PARIZINO, ROBERT M. MINOT, JOHN M. GARRETT, JAMES W. MOILANEN, JANINA BEAUDRY, JUDITH K. CUNNINGHAM, MECHELLE HUA, LOURDES LANDA, ALL OF THE CITY OF TUSTIN, STATE OF CALIFORNIA ............................................. ............................... ............................................................................ ............................... ............................................................................ ............................... each individually if there be more than one named, its true and lawful attorney -in -tact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the ponal sum not exceeding SEVENTY -FIVE MILLION""" *"""*'•`*"`•** *•"` DOLLARS 1$ 75,000,000 " " "" I each, and the execution of such bonds or undertakings, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By -law and Authorization: ARTICLE XVI - Execution of Contracts: Section 5. Surety Bonds and Undertakings Any officer or other official of the company authorized toy that purpose in writing by the chairman or the president, and subject to such y limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the c company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the t0 company by their signature and execution of any such instruments and to attach thereto the seal of the company. When so executed such pl instruments shall be as binding as if signed by the president and attested by the secretary. 7 I By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys -in -fact: > Pursuant to Article XVI, Section 5 of the By -laws, Assistant Secretary Garnet W. Elliott is hereby authorized to appoint such attorneys -in -tact �p as may be necessary to act in behalf of the company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, ,^3 bonds, recognizances and other surety obligations. to d That the By -law and the Authorization above set forth are true copies thereof and are now in full force and effect. 02) i- IN WITNESS WHEREOF, this instrument has been subscribed by Its authorized officer and the corporate seal of the said Liberty Mutual Insurance CW Company has been affixed theretp in Plymouth Meeting, Pennsylvania this 21 sst day of April '19 5 E-Iii LIBERTY MUTUAL INSURANCE COMPANY t7, d By r C Garnet W. Elliott, Assistant Secretary o Y COMMONWEALTH OF PENNSYLVANIA ss ,2% COUNTY OF MONTGOMERY D T v On this 21 St day of April A.D, 19 95 , before me, a Notary Public, personally came the individual, known to > y me to be the therein desc„fibed_' idual and officer of Liberty Mutual Insurance Company who executed the preceding instrument, and he acknowled- G t ged that he executed;";sar6e arl I the seal affixed to the said preceding instrument is the corporate seal of said company; and that said corporate Z n seal and his signatu�,�c6erlpe{ft et_Q was duly affixed and subscribed to the said instrument by authority and direction of the said company. q t, IN TESTIMO�IY;Vl71EREOF, 1 �1;y set my hand and affix my official seal at Plymou Meeting, P/) the day and year first above written. -;at Notary Public � CERT1ftCATE I, the undersigne8; 3s5l;taVit'retary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and c 6cl copy, is in full force and effect on the date of this certificate: and I do further certify that the officer who executed the said power of attorney was one of the officers specially authorized by the chairman or the president to appoint any attorney -in -fact as provided in Article XVI, Section 5 of the By -laws of Liberty Mutual Insurance Company. This certificate may be signed by facsimile under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of-any assistant. secretary of the company wherever appearing upon a certified copy of any power of attorney issued by the company, shall be valid and binding upon the company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, 1 have hereunto subscribed my name and affixed the corporate seal of the said company, this 22ND day of NOVEMBER 19 96 Assistant Secretary THIS POWER OF ATTORNEY MAY NOT BE USED TO EXECUTE ANY BOND WITH AN INCEPTION DATE AFTER June 30 , 15 _ -97. W N d C .y 7 a c O vy yW C 0 a a° O� ry c 3� a °E M N LO oc 'v 3 > 00 R r E CM � C aCD 00 Or V) C— r llE(.-bb-177o 13:37 uF1t.ruty l,�uvoirtuu,�uv revised . 7, .��F mu®t William A. Sadler 213 - 599 -4000, COWAN=AF ORUMCOVERAGF- Alexander & Alexander of CA., Inc. � A Gerling America Insurance Company 801 S. Figueroa St., Ste 700 Los Angeles, Ca. 90017 � H Hartford Fire Ins. Co. UIED CALFON CONSTRUCTION INC. CIOMTANYC Zenith Insurance Company Ms. Karen Davis LLTM P.O. Box 7 � D AIU Insurance Company Rialto, Ca. 92377 COMPANY$ LETMR M s la raul l�e�u��rOLLO6a OF w'Japtluwal"Raw K"Esew atwvT MAW 09 M 7 eoM1 Dterp17TNE►aL7�P Tema 0 i lTs ro1•o l T N -- .I 3 1 .- oera.rnm Dr DrfAA DOaiAtiOFOY�TA1rs.e.awRDTa�,►m CJiT OF MUCH w OA ON MEN" OF""Mm MIneD mObA+A Mm WrIK on@OrLwww TO 7141 POLLMM COYMUCF ww SEE ATTACHED LIST 0177 NBMPOATBBACH a�DUa�wraFTleAeoveD [aDwwmrauaeswwwweww® erwma�al P.M. I7N mY61A0e KOlASOABDI�TN[et011VInOM DA7f Tna OOlwiwv AFADAwIC eo�wMac awu rwewa ao DAN wvwwir AwAwx pODOtTO TIQ QT'/ O► "w BOULEVARD 1RalOwtaiAOlat lileC CLfiCWL BRAMCALRORtaA 92MW15 A TOTAL P.03 DEC 6 196 14:29 PAGE.003 OPItrSVlANCS Npl `DAB " - DATE Aii.IRitT 1NT11OU3A?= "�° Uh 8020550GLP 2/24/96 2/24/97 eawl aAml�D.+e %2,000 $1,000 a mwrAAarwla PeleaWaeLaalr 31, 000 �„arsTnc 31,000 �� s so wlarla.umrDerAOe ora+.n.®TaAUae r. L wwrLoree Maxus= ►n s 5 am fJA3J%Xff 72UENJZ8306 2/24/96 2/24/97 ° S 1,000 m AIL Alms mr i AUM 1M D Aube IwAt$TV LJABM= BE9321444 2/24/96 2/24/97 0 AmumaTE ROW TINT UNWI LLA sala� Z041996701 x SUNU S 5,000 S 5,000 COWfMATM 2/24/96 2/24/97 $ o >cAa.aocoer► t $1,000 onrrrLCrow�r IaRf LiAHn1TY S 1, UUU I DGEA964 MISOL&ME -- .I 3 1 .- oera.rnm Dr DrfAA DOaiAtiOFOY�TA1rs.e.awRDTa�,►m CJiT OF MUCH w OA ON MEN" OF""Mm MIneD mObA+A Mm WrIK on@OrLwww TO 7141 POLLMM COYMUCF ww SEE ATTACHED LIST 0177 NBMPOATBBACH a�DUa�wraFTleAeoveD [aDwwmrauaeswwwweww® erwma�al P.M. I7N mY61A0e KOlASOABDI�TN[et011VInOM DA7f Tna OOlwiwv AFADAwIC eo�wMac awu rwewa ao DAN wvwwir AwAwx pODOtTO TIQ QT'/ O► "w BOULEVARD 1RalOwtaiAOlat lileC CLfiCWL BRAMCALRORtaA 92MW15 A TOTAL P.03 DEC 6 196 14:29 PAGE.003 Page 13 Re i i i T MOTNE LIABILaY rNSURANCF END019,5EMEN T It is agreed that: 1. With respect to such insurance as is afforded by the policy for Automobile Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or at 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 $ 11000,000 per person Bodily Jnjury Liability $ 1,000,000 per accident Property Damage Liability $ 1.000.000 [X] Combined Single Limit Bodily Injury Liability $ 11000,000 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 shalt provide 30 days advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: GROUNDWATER DEVELOPMENT PROJECT 36 -INCH WATETJ TRANSbdISSION MAIN REACH NO 4- PHASE 11 C- 3004 -N Project Title Convact No. This endorsement is effective — 11 -25 -96 at 12:01 A.M: and fors part of Policy No.AS2- 161 - 037066 -06& LIBERTY MUTUAL FIRE INSURANCE CO. (Company Affording Coverage) Insured MURRAY CO. Endorsement No. Issuing Company LIBERTY MUTUAL FIRE INSURANCE*O. 'd )ub WAI` & (A4&odzcd1 Rcoresentative) 4 Page 14 t CITY OF NEWPORT BEACH GENERAL LIABIPt'v INsugANCE ENDORSEMENT b14Yt ^'�9� It is agreed tltalliUit.e; 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 9sly 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: "rte insurance afforded by the policy appplies separately to each innued against whom claim is made or suit is brought, except with respect to theyaitb of the liability of the company affording coverage." 3. The insurance afforded by the policy for Contractual Liability lnsurrnee (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assmned by the named insured under the indemnification or hold harmless provision contained in the written contract, designated below, between the named insured and the City of Newport Beach. . 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU" hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured(s) named in paragraph I of this endorsement shall be the limits indicated below written on an "Occurrence" basis: [X] Commercial[ ] Comprehensive General Liability g 1,000,000 each occurrence 5 1,000 000 each occurrence The applicable limit of the Contractual Liability for the company affording coverage shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insured(s). The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one omurence 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 Lssuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department 7. Designated Contract GROUNDWATER DEMOPMENP PROJECI 24 21NCH Bi AM TRANSMISSIQN MAIN REACH NO 4 ERASE C 3004 N Project Title Contract No. This endorsement is effective 11 -25 -96 at 12:01 A.M. and forms part of Policy No. TB2- 161- 037066 -W6 LIBERTY MUTUAL FIRE INSURANCE CO. MURRAY COMPANY Issuing Company LIBERTY MUTUAL FIRE (Company Affording Coverage) Endorsement No. /'%} INSURANW CO. , 712( /,1!/gZ6 (Auto zed Repmentstive) iz M UL4 � N Received " � N �O e628�'CZ9Z��Z�� It r Page 15 WORKERS' COMPENSATION INSURANCE CERTIFICATION "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self - insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." Date MURRAY COMPANY Name of Contractor (Principal) GROUNDWATER DEVELOPMENT PROJECT 36 -INCH WATER TRANSMISSION MAIN REACH NO.4 - PHASE II C- 3004 -N Title of Project Contract No. I 1 I LIBERTY INS CO OF AMERICA Liberty Im Co of Americo Liberty Mutual Insurance Cw%ire ies Gary L Countryman, Chairman & CEO 175 RerslA�92i 1e7 1: 1995: Stork AM6 # 317' PROPERTY CASUALTY EDITIp ' ANNUAL STATEMENT' DATA FOR BARS 1991-1995 � CaNani Name Reht6 UM Nerve Ra6n3 33 3,561 1 BAlanee Wet ... ... ow,*, #10337 N Group ASfibation 11 0.5 79.1 204 1890855 90.5 5.0 4.5 1,560,809 330,047 3,743360 626,061 16.7 -911M 114,692 25,1 W 14,813 Liberty MutuM W w rrae Comwriks A- A. P '. - 151 18 79.5 198 '1,124243 909 10 41 932,632 .. 191,612. •', 327,605 " 375,635 998 A4.740, pmda: k•. 0 :.. 'S2 85, .707 ,209. 1,1883/2 .878' .5,J '. 25.='980X26 :�207A77. .315,891 .,.. 954,621;.988.., x&9262 91 0.1 80.7 P�; 'N 13 ',787 -205,;. ]1e5X5] _., pll.dw ORiw Best's Mocb A & 49X8.1 82.1 A '�: p 900 01 79.1 20.5;:12148% 636: '100 "431' : :.98&869 ,126816 .,W54059.' Net .'.94973.' '{ A :.. Mtiling Address Raring/ freer :.793 J7.7 231X70.:60 Shed Stocks M Total 392319.,339:': Uri Al 2p.... Polity p5ecf Net Bus Undn-. Nat PNW 2X11 174.S,85B,910a'g293'z786X65 Derr.: Began Bus; $6uc1.: Mktg MR '_ 7Mnb MNM%eA#M#RT,.am4!64r :"s Term antl Other Atlmitted Loss berried 00w Total howm, premiums Psemwms Net xnOng Mvestram '235, 16,482390 d3A; .. SPWAAY & Gets Mvest BMWs Assets Res. Preen. Llab. Wbil m Surpus Written WsiWen Re keome AN: 1912: Mu0r.:08md E41ec0re Dee ASYN (5000) hrcdne (1000) phone # isc year ( %) ( %) ( %> 1 %) ( %) 1 %) (1D00) (sD00) Dow) (sC00) ( %) (50001 y-e% (r000j 356077 AMB k NAIC # - _.,....�. Ot!%9! -w Aa40oAmc WAS#s'G#p 321%gWPesAM#5?25%AW M0za13A%lENwa4468% x... .. -,. ..... . -, .- ._e .... .... ..:.... .... RIY%9M 169%;U &0 %;X39 %:R39% ...:.. ..... ...- ,,..- .,.......... .. .. iN 34% LINSURA 118EibYMUIVAi INSURNcyE CE Liberty Mu A- LEUNGTON NATIONAL INS CORP 17.1 216 1 &821594 90.0 48 51 16,124,565 2,697,029 7,029,472 6,136127 81.6 - 925,325 1,111,931 23125 Leaingfon Natiaai Ins Corp Liberty Moo Nwm. Caaanies A- 92 131 63.6 234 20.116859 (NO Group AK urwr) 9.1 5.7 17,329,587 2,787,072 6,318,729 6,069,116 61.7 - 1,162,184 1,115,723 - 28,911 116,004 Gary G Contryma0 Chairmen &CEO .. C , Brian J. FmeU,, Pwr�esident 2214more, g3 343 102 25.5 2.893 9.1 2le 66.5 1.096 1,199 1.019 7,099 100.0 tJ1 15) 621 :v MO 2L2�2 Rk -1 1% 171 26.9 551 3,157 7.6 25.1 67.4 1.323 1,834 7,938 7,938 1000 U4 750 Sq q MD: 1990'. Stab 86.5 94 6.0 17,378,345 3,044,419 6,503,992 5,858,980 194 - 629455 1045,964 238,607 320,716 14 A MR-1 95 323 20.4 47.4 4,8W 59 194 7V 1,696 3 D8 9,914 9,914 100.0 364 202 565 93 7.3 17,106477 3,388315 4/0.7272117 W 051241% 450,521 MA: Cmml : Orea Commxue Lines, Pe l tires A N PAIR #11519 NAIC #37940_., -L 116 21,647,059 ..�.. - 104 8.8 17,149,978 4,491,080 6,077,885 5,385,322 83.9 -616414 1,31,879 469,607 151,167 . 17�Dd IRB %9 X89.0 '43.8 "1,520,.221 %, AAk PNskal 12.9 %, 9*01.0% PmWSmes X59.1 %; M 25 W82 %;G]2 %; FL 5.1% . 114-3 91 2$ 03 .:J.M, 339 233 1b9S 4136: .:. 3,339 .515 500 AS "� ' 01aA ) NA-3 b 18 .. 852 121 ' :8,912. 40S, 328 - 26,5 . ".. 35,02 SAIL .'. 2,986 2585' 289 -694 $32 -168 Wm N: MOGro f C415c.1L1 Mg/ 4, !3 .]8'.x751: 217 ]D909 NA . 3D3 253 '5834 5,076 3,536 4,264 31.0 ;n -15,60 553 d17 Liberty Mo w hauarlm GampaAio, ' 4 94 30 '715 245 ILM 4&4 :323 192 . 7,036 9.823 -::, 3,569 321 -629 574 951 ; -0A 43- 423AN,, 110,061. NY: i990Y U5B9Wds .ABSry OaamMwMX Siad.MMlsle :. >i ,. „ `95 43 ;;u2L6 .2374 ,ir IM1« '5,7!1,.336 133 .'.,4M 4108. _.5,]91•. :� 4,236 : 6,843 34.1 . 209 649 847 W 12.,912 21117b1300, ,.. AMB #11037 c; ..w.:,9WC 137806 Mph.. W"- p#ROWiierMm6%e4e359 %,Qalniie 335 %.'6mrWfSi29.9 %.NghsrO7% .. - Y :,}lilsptl3NNaN(100.0 %. 14&613 .113,992)8&1 •1921'',' 34033 36474 LIBERTY INS CO OF AMERICA Liberty Im Co of Americo Liberty Mutual Insurance Cw%ire ies Gary L Countryman, Chairman & CEO 175 RerslA�92i 1e7 1: 1995: Stork AM6 # 317' 95 95 82,681 28907 81, 993 13874' 74,538 26,246 72120 38270 72908 3%744 It LIBERTY MUTUAL FIRE INS GO RR -2 9511DO.D 3,595 1 .., ... IWO 33 3,561 1 � - ... ... ... #10337 N OW247% 11 0.5 79.1 204 1890855 90.5 5.0 4.5 1,560,809 330,047 3,743360 626,061 16.7 -911M 114,692 25,1 W 14,813 Liberty MutuM W w rrae Comwriks A- A. P '. - 151 18 79.5 198 '1,124243 909 10 41 932,632 .. 191,612. •', 327,605 " 375,635 998 A4.740, pmda: k•. 0 :.. 'S2 85, .707 ,209. 1,1883/2 .878' .5,J '. 25.='980X26 :�207A77. .315,891 .,.. 954,621;.988.., x&9262 91 0.1 80.7 P�; 'N 13 ',787 -205,;. ]1e5X5] _., ?� 30.1 ,2.2',976X83 :20&968`,^158.IBB A 3002953..771: 49X8.1 82.1 A '�: p 900 01 79.1 20.5;:12148% 636: '100 "431' : :.98&869 ,126816 .,W54059.' 308239 369 .'.94973.' '{ A :.. ,, 8 '. 9S'. 11 :.793 J7.7 231X70.:60 X101 003 "3A 2400 .}4$7&976 - +x 392319.,339:': -36w 2p.... 3112&193 Reap#Ihu ST#lei 'Gm 321%. P*PM1A8oLeb225 %'rfMF4pgM13A %9lmmana b5,% 768 R*#m wer toas% iv!0% 4.9 '33'1322&525 2766. 982. 2X11 174.S,85B,910a'g293'z786X65 9I38701fi0829 101,466 '_ 7Mnb MNM%eA#M#RT,.am4!64r :"s 92 138675, a _23814687,165 .. ',81fi ^;.: 95 95 82,681 28907 81, 993 13874' 74,538 26,246 72120 38270 72908 3%744 It LIBERTY MUTUAL FIRE INS GO Liberty WI.W ormwo,K.e Cos A P 11 0.5 79.1 204 1890855 90.5 5.0 4.5 1,560,809 330,047 3,743360 626,061 16.7 -911M 114,692 25,1 W 14,813 Liberty MutuM W w rrae Comwriks A- p 92 12.5 65.7 21.8 2,024,838 85.6 9.4 4.9 1,676.216 A8,622 316 &079 591034 18.0 . 116170 113X06 40 230114 Gary L Can Wan, Chumun &CEO 5 Airin A- p 93 21 171 20.6 2,037,911 85,9 9.8 43 1,663,581 374331 3,338814 511589 I7.1 -01138 106X72 25,927 34424 8 MA 01' 7 9 91 0.1 80.7 19.1 2,09&701 823 99 18 1,674879 413829 35,83857 51 1732 16.7 - 59,955 108,328 51,812 47165 MA 19 A Mufti* Lines A 9 95 13 82.1 162 2182, 962 804 101 9b 1869,107 513,8% 3,L39,955 520,581 16.6 40,940 109915 54,691 57A21 617 -357 -95W AN #02282 NN #23035 gy 02/28795 Reml Lift Wa9ms'Cm 32.7 %,P,iv Pm AMO U22.5 %, APhy5d 13.4 %, AN Oft 7.2% P6,60 d St#ttNY 137 %' N%CA 101 %; PA 61 %: F60S y W -y3 i •a- 'yy -.v. .. .: ...., .,T..; .v f�'e . ., 'CavrR �., SR '. .. - IIDERTT MUTING NSURAM44C0: L3a41'9AWM1 %W1AMn 0>t.o;:r A• p:;,. 91 73 768 219 14587307' 898' 4.9 '33'1322&525 2766. 982. 2X11 174.S,85B,910a'g293'z786X65 9I38701fi0829 101,466 '_ 7Mnb MNM%eA#M#RT,.am4!64r :"s 92 138675, _23814687,165 .. ',81fi ^;.: 93, '+61 141495,15 2138,150' 2,$00 ;169 .1,461890.$!9 ,. - 976869 8835,63 -- 77202 1/8,316 rGMyL�"' 6A2aFmsnfCBO 175 •'- 9M 15''158 '235, 16,482390 d3A; .. 9b 6b 1(312. 102 2670,086. 2X50397 4801916 AV •698,956•' . $24712'.14%208 240721 ;'. '. `:Pgb4SN D2117 A P ;: MB ;OS •. 767 ,299 16,937,730 627- ^�.. 99 )1 13,% 2936 2974X14, 2212005 4703935, - :.753, ;w25,I3 -- ,,.823994. °350,393 354AIL AN: 1912: Mu0r.:08md '_. - „ • MAM61eIM ,8: p' +IS :I8 .839 171 17965,993 07.4:',;lOfi 95, 13,984830 3983]63 YA3TA78 {X2469: 113 - 609,835' .%15,609 351366 356077 61735T4Y00 A71®t02283.:y::c,,..- ..MBIC.II - _.,....�. Ot!%9! -w Aa40oAmc WAS#s'G#p 321%gWPesAM#5?25%AW M0za13A%lENwa4468% x... .. -,. ..... . -, .- ._e .... .... ..:.... .... RIY%9M 169%;U &0 %;X39 %:R39% ...:.. ..... ...- ,,..- .,.......... .. .. iN 34% LINSURA 118EibYMUIVAi INSURNcyE CE Liberty Mu A- 11 13 17.1 216 1 &821594 90.0 48 51 16,124,565 2,697,029 7,029,472 6,136127 81.6 - 925,325 1,111,931 23125 149.211 Liberty Moo Nwm. Caaanies A- 92 131 63.6 234 20.116859 852 9.1 5.7 17,329,587 2,787,072 6,318,729 6,069,116 61.7 - 1,162,184 1,115,723 - 28,911 116,004 Gary G Contryma0 Chairmen &CEO .. C 575 Sirr,, 93 1.5 15.9 22.5 20422,161 86.5 94 6.0 17,378,345 3,044,419 6,503,992 5,858,980 194 - 629455 1045,964 238,607 320,716 Boston, MA 02117 A 94 04 16.9 20.1 20493,791 83.0 93 7.3 17,106477 3,388315 6.072.601 5,307263 78.8 -W,109 1,036211 465,251 450,521 MA: Cmml : Orea Commxue Lines, Pe l tires A 95 1.9 805 116 21,647,059 ME 104 8.8 17,149,978 4,491,080 6,077,885 5,385,322 83.9 -616414 1,31,879 469,607 151,167 617 - 3579500 AMS #00060 %9 02126195 Ri6O irw, Wk S 34.9 %.R ®Pees Aan lib 21A %, AAk PNskal 12.9 %, 9*01.0% PmWSmes X59.1 %; M 25 W82 %;G]2 %; FL 5.1% . JIs :•983 r ,,:" , y.,,s. 'v«AS4. 5^'' t&`;. "� LWMA31'MOR115MESTW/tCfRP'.. LMerty NatlaMtlniGON A• YI• 98 491,710 938 ,-.: 02 SD 108899 &All '!85168 ,173820'-948 - 12%5' 31151 .17,141 7921 Liberty Mo w hauarlm GampaAio, A I2 -0A' 913. BS ",5335,67 951 ; -0A 43- 423AN,, 110,061. 166847 "1s&RS ".5,&2 S18.. 34553 .32,764 241751 S6axtANa&PmMnIA'CEO `. 825 NE *AWTMh ShK S,Me200D A W 12.,912 '75,'- 565,233 951.';0.1 _ 42 +42&177,•,'.141.056 14&613 .113,992)8&1 •1921'',' 34033 36474 26,1% Pa WM OR 97232$193. ,.'., A. ' '9� -: +- 935. 64 . 605274 948 ' 5,9 -- 45 5,455,52. ..15%5,22 - 16%671 - '769, %2,: 893 ' •4,558 37,121 31318 25,867 CR :L963:Sbds Okmct WakenCary :;, A' 96 . 1.9 92A 17 616245 95,5, IA 4.7- ,629 117A16: 11 , 174352 ;1179512 . 911 40% ' 3%652 31.110 361840 5032393800 AM #01814, „ _- -,,, T111C 111939 %� W" Rtcow Iaa wive O71tm97.1 %, ck"A &N 281,1%OWO.1% '- .... ,. .; .'. -. pn%4dl %WS0A818%;D96X;Y57.9 , . %;005,08% .. • . LIBERTY SOMERN X15 CO, W.0 L3berry Southern Ins Co., h,c (ND Group AM7atinn) Robes N. Welsh, P,msi,1ent p.0 Box 16668 Mock, AL 36616 93 143 10.9 146 2885 639 326 35 2,09 828 5043 Use 57.3 -324 51 -261 -267 ILL: 1989: Snick RR -1 95 693 38 275 1,972 654 299 43 1,347 625 21916 1.815 622 495 83 19 10 205344 -5315 AMB #11509 NAIC 934975 1 MUM 416 - Cad 9047- 555- BESTjor the latest Best's Ratings. - 1996 BEsE's KEY RAYING GUIDE - PROPERTY- CASUALTY Page 16 CONTRACT THIS AGREEMENT, entered into this 12th day of November, 1996, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and MURRAY COMPANY, 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 II C- 3004 -N 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 MAIN REACH NO.4 - PHASE II C- 3004 -N Title of Project Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of One Million Five Hundred Eighty Thousand Three Hundred Seventeen & No(100 Dollars ($1,580,317.001. 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 Page 17 (f) Plans and Special Provisions for GROUNDWATER DEVELOPMENT PEiOjECT 36 -INCH WATER TRANSMISSION MAIN REACH NO. 4 - PHASE 11 C- 3004 -N Title of Project Contract No. (g) This Contract. 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. ATTEST: LaVuoou• Harkless, City Clerk APP V TO FORM: 1 Robin Claus , Assistant City Attorney V CITY OF NEWPORT BEACH a municipal corporation C' MURRAY COMPANY Authorized Signature and Title I % -�'. 1'. 6 ADDITIONAL INSURED LIST FOR PROJECT: JOB GWDP -24" WATER TRANSMISSION MAIN REACH NOS. 3A & 3B CONTRACT NO. C- 3004 -W CITY OF NEWPORT BEACH CITY OF FOUNTAIN VALLEY FIRST AMERICAN BAPTIST CHURCH DMC ENGINEERING ASL CONSULTING ENGINEERS 0 11 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 ARB Inc. 14409 Paramount Boulevard Paramount, California 90723 Gentlemen: (714) 644 -3005 July 6, 1998 Thank you for your courtesy in submitting a bid for the Groundwater Development Project (36 -Inch Water Transmission Main Reach No. 4) - Phase II (Contract No. 3004 -N) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, J` 7 LaVonne M. Harkiess, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach Page 4 11-H-0000-M-19) ► KNOW ALL MEN BY THESE PRESENTS, That we, ARB, INC. as bidder, and LIBERTY MUTUAL INSURANCE COMPANY . as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of _TEN PERCENT OF THE TOTAL AMOUNT BTD Dollars ( 107 OF BM 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 II C- 3004 -N 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.. Jn 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 14TH day of October, 1996. (Attach acknowledgement of ARB, INC. Attorney -in -Fact) Bidder Scott E. Summers �J- Vice President Notary Public Authorize V%a re /Title LIBERTY MUTU INSURANCE COMPANY Commu «ion Expires Surety By._ i ANd LAURA L. PLAISANT Title. ATTORNEY —IN —FACT BID BOND (Continued) STATE OF CALIFORNIA ) ss. COUNTY OF ) On this day of , 19 , before me, a Notary Public in and for said County, residing therein, duly commissioned and sworn, personally appeared , known to me to be the Attorney -in -Fact of the , (Corporation) a corporation, of , (City) (State) and acknowledged to me that he executed the attached bond to the city of Garden Grove as such Attorney -in -Fact and as the free act and deed of said corporation, and that said bond was executed on behalf of said corporation by authority of its board of directors. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, the day and year in this certificate first above written. (Acknowledgment by Non - resident Agent as Attorney -in -Fact must be attached) Notary Public in and for said County and State My Commission expires: Approved as to form: ty Attorney Date d:\ GMU\ PGiA \OR}(E \uNIM \)0334U9$NSPC.1)9 -- 09/94 — 8 — CALIFORNIA ALL -PURPO E ACKNOWLEDGMENT • State of California County of San Francisco r On OCTOBER 14, 1996 before me, KATHLEEN EARLE DATE NAME. TITLE OF OFFICER - E.G.. JANE DOE. personally appeared LAURA L. PLAISANT NAME(S) OF SIGNER(S) ❑X 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), or the entity upon behalf of which the person(s) acted, executed the instrument. *9q EEN EARLE •IO�itlfl 1.If, CALIFORNIA 7A000N1r � WITNESS my hand and official seal. p,u Ou. 71. 199R 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) THE SURETY COMPANY DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE THIS POWER OF ATTORNEY IS NOT V1* UNLESS IT IS PRINTED ON RED BACKGWD. 306359 Y, This Power of Attorney limits the act of those named herein, and they have no authority to bind the Company except In the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company "), a Massachusetts mutual insurance company, pursuant to and by authority of the By -law and Authorization hereinafter set forth, does hereby name, constitute and appoint, KATHERINE MARIE TIBERI, DAVID ARTHUR WEISE, STEVEN N. PASSERINE, MICHAEL B. McGOWAN, LAURA L. PLAISANT, KATHLEEN EARLE, ALL OF THE CITY OF SAN FRANCISCO, STATE OF CALIFORNIA................................................................ ............................... ............................................................................ ............................... ............................................................................. ............................... ............................................................................ ............................... each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, aand all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding FIFTY MILLION" """""" *'** " """'* DOLLARS ($ 50,000,000 — ) each, and the execution of such bonds or undertakings, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By -law and Authorization: ARTICLE XVI - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer or other official of the company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fad, as may be necessary to act in behalf of the company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the company by their signature and execution of any such instruments and to attach thereto the seal of the company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. By the following instrument the chairman or the president has authorized the officer or other official named thereinto appoint attorneys -in -fact: Pursuant to Article XVI, Section 5 of the By -laws, Assistant Secretary Garnet W. Elliott is hereby authorized to appoint such attorneys -in -fact as may be necessary to act in behalf of the company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. . That the By -law and the Authorization above set forth are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this instrument has been subscribed by its authorized officer and the corporate seal of the said Liberty Mutual Insurance Company has been affixed tftereW in Plymouth Meeting, Pennsylvania this 21 st day of April -.19 _95 LIBERTY MUTUAL INSURANCE COMPANY By r Garnet W. Elliott, Assistant Secretary COMMONWEALTH OF PENNSYLVANIA $s COUNTY OF MONTGOMERY On this 21 at day of April , A.D. 19 95 , before me, a Notary Public, personally came the individual, known to me to be the therein desc' idual and officer of Liberty Mutual Insurance Company who executed the preceding instrument, and he acknowled- ged that he executed ar6e a the seal affixed to the said preceding instrument is the corporate seal of said company; and that said corporate seal and his signatu ?'C{was duly affixed and subscribed to the said instrument by authority and direction of the said company. IN TESTIMO REOF, 1 se set my hand and affix my official seal at Plymou Meeting, P the day and year first above written. OF tip,, q i Notary Public !'v �nf "!SYLVR�1P{u„ I, the undersigne , - XtarlF retary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and c c copy, is in full force and effect on the date of this certificate; and I do further certify that the officer who executed the said power of attorney was one of the officers specially authorized by the chairman or the president to appoint any attorney -in -fact as provided in Article XVI, Section 5 of the By -laws of Liberty Mutual Insurance Company. This certificate may be signed by facsimile under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company wherever appearing upon a certified copy of any power of attorney issued by the company, shall be valid and binding upon the company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this 14TH day of OCTOBER 1996 Assistant Secretary THIS POWER OF ATTORNEY MAY NOT BE USED TO EXECUTE ANY BOND WITH AN INCEPTION DATE AFTER December 31, —,Is 97 V f\ i A f'U'•AD M 7 M-4w 1 F Aim hC fi � O 4 p 0 M4 Z -RXHZO O Z O p 3M00 Ym IU m0 Z O ZJ O A ow M mw yL N p0 j� P O w J o ol i r R m P r r 0 J H m • � d m z F w w �rogn N 0 Q W 4S o j D 0O lA 3 �5 C W n N , �3 O C 7 rt 0 O C W 11 Q _ A i 4 4S CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 ARB Inc. 14409 Paramount Boulevard Paramount, California 90723 Gentlemen: (714) 644 -3005 July 6, 1998 Thank you for your courtesy in submitting a bid for the Groundwater Development Project (36 -Inch Water Transmission Main Reach No. 4) - Phase II (Contract No. 3004 -N) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, U 6r ,a_ LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 C.P. Constructin Company, Inc. Post Office Box 1206 Ontario, California 91762 Gentlemen: (714) 644 -3005 July 6,1998 Thank you for your courtesy in submitting a bid for the Groundwater Development Project (36 -Inch Water Transmission Main Reach No. 4) - Phase II (Contract No. 3004 -N) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Colich & Sons 547 West 1401h Street Gardena, California 90248 Gentlemen: (714) 6443005 July 6, 1998 Thank you for your courtesy in submitting a bid for the Groundwater Development Project (36 -Inch Water Transmission Main Reach No. 4) - Phase II (Contract No. 3004 -N) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Albert W. Davies, Inc. 8737 Helms Avenue Rancho Cucamonga, California 91730 Gentlemen: (714) 644 -3005 July 6, 1998 Thank you for your courtesy in submitting a bid for the Groundwater Development Project (36 -Inch Water Transmission Main Reach No. 4) - Phase II (Contract No. 3004 -N) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, 4 LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Calfon Construction, Inc. Post Office Box 7 Rialto, California 92377 Gentlemen: (714) 6443005 July 6, 1998 Thank you for your courtesy in submitting a bid for the Groundwater Development Project (36 -Inch Water Transmission Main Reach No. 4) - Phase II (Contract No. 3004 -N) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach March 11, 1996 CITY COUNCIL AGENDA TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: REJECTION OF BIDS GROUNDWATER DEVELOPMENT PROJECT 36 -INCH WATER TRANSMISSION MAIN - REACH CONTRACT NO. 3004 -N 1:7�LK�3i�1�4!�►Ei7:V1iL�]�b� titlivi MAR I ( ;Tl (p 1. Reject all bids for Contract No. 3004 -N that were received and opened on February 14, 1996. 2. Recommend that Staff review the subject project and re -bid it at a later time and'request Staff to include portions of this project within the 15th Street Rehabilitation and Storm Drain Construction Project (C- 2661). 3. Authorize the Mayor and the City Clerk to execute an amendment to the Professional Services Agreement (C-3004- H) with AKM Consulting Engineers for $55,957.00 to revise the plans and specifications. DISCUSSION: At 2:00 p.m. on February 14, 1996, 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 "B ": Rank Contractor /Bidder Total Bid Price low C. P. Construction Company, Inc. $ 2,772,649.00 2 Albert W. Davies, Inc. $ 2,877,004.00 3 Calfon Construction, Inc. $ 2,925,367.00 4 Fleming Engineering, Inc. $ 3,532,755.00 Four (4) bids were received. The low bid was $2,772,649 which was 32% over the Engineer's Estimate of $2,100,000. Staff believes because of the large discrepancy between the bids received and the funds available, that the bids should be rejected and the project scope re- examined. The following are a few reasons why the bids exceeded the Engineer's Estimate by such a large amount: pavement replacement costs were higher than anticipated; higher costs for materials; numerous connections to existing water mains; several other bid openings of other construction projects on the same day; and an extremely short construction period to accommodate construction prior to the summer of 1996. Staff will review the subject project relative to reducing costs, including replacing valve vault structures with buried valves, providing an alternative bid item for steel or ductile iron pipe and eliminating portions of 30- inch water main replacement at 15th Street and Santa Ana Avenue. In • Groundwater Development Project - Page 2 Reach No. 4, Phase II, Water Transmission Pipeline Rejection of Bids (C- 3004 -N) March 11, 1996 i Staff will review the subject project relative to reducing costs, including replacing valve vault structures with buried valves, providing an alternative bid item for steel or ductile iron pipe and eliminating portions of 30- inch water main replacement at 15th Street and Santa Ana Avenue. In addition, a portion of this project will be included within the 15th Street Rehabilitation and Storm Drain Construction Project (C -2661) to meet the intended construction schedule of the summer of 1996 and to hopefully reduce costs. REACH NO. 4 PROJECT SEGMENT: The overall Groundwater Development 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, relocation of the existing 30 -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 16th Street from Monrovia Avenue to Superior Avenue; then in 15th street from Irvine Avenue to Cliff Drive. A portion of this project within 16th Street will be in Costa Mesa. PROJECT SPLIT INTO PHASES: To facilitate this overall project schedule and to minimize impacts to the community, the project was split into two (2) separate phases. Phase I was completed last summer, which was work in and around the high school. Phase II of the project was to be completed by October, 1996 and the remaining portions near the high school would have been completed this summer, again to minimize impacts to the community. Refer to the attached vicinity map (Exhibit "A ") for specific locations. The Phase II portion of the project provides for installation of approximately 4,300 linear feet of new 36 -inch diameter pipeline; relocation of various water facilities required for Mesa Consolidated Water District; installation of five new pressure reducing stations and relocation of the existing 30 -inch diameter water pipeline to clear the way for a proposed 15th Street storm drain construction project scheduled for construction this summer. CONCLUSION: The contractor's bid price for the project totaled $2,772,649. This price is 32% over the engineer's cost estimate of $2,100,000. • Groundwa 'Aevelopment Project - Page 3 Reach No. 4, Phase II, Water Transmission Pipeline Rejection of Bids (C- 3004 -N) March 11, 1996 Staff recommends rejection of all bids, and after re- evaluation of the project, re -bid the project at a later time. Staff also recommends that a portion of the project be included within the 15th Street Rehabilitation and Storm Drain Project (C- 2661). Staff further recommends that Council authorizes the Mayor and City Clerk to execute an amendment to the professional services agreement with AKM Consulting Engineers for $55,957. The project originally called for thirty construction drawings and fifty pages of specifications. Their effort has grown to almost 100 sheets of construction drawings and several hundred pages of specification. Funds for the professional services were approved in the water capital projects budget in the previous four (4) years and available in the Water Enterprise Fund under Capital Project No. 7504- C5500094. Respectfully submitted, (D PUBLIC WORKS DEPARTMENT Don Webb, Director By: lz� Mj hael J. Sinacori, P.E. Utilities Engineer Attachments: Exhibit "A' Project Vicinity Map Exhibit "B" Bid Summary M.IS:tam © o }\ � « C': � ��. � ® 3 ! ; 2�2 Z ƒ� A \ m \ / {� Z, 8 m § / ® `` \ 2 \ L \ / ( ) } vv / ■ Z - © o }\ � « C': � ��. � ® 3 ! ; 2�2 Z ƒ� \/ \ \\ UJO § ��� `� § @ k wIN-33dJ 7 �_ § z p \ ) /| m� / § �`• wAO&NOH �) ,& ¢§! E - _ 2 }2 ! z \ / ° LU o a� w < @ F- : /,, - - -- — = §$ Zc J - -- - -- a §m® 07m \Q- r w j/ vv I \ % / . \/ \ \\ UJO § ��� `� § @ k wIN-33dJ 7 �_ § z p \ ) /| m� / § �`• wAO&NOH �) ,& ¢§! E - _ 2 }2 ! z \ / ° LU o a� w < @ F- : /,, - - -- — = §$ Zc J - -- - -- a §m® 07m \Q- r m ICI � �NI I I N! 7 W W ! ~ I i . W T a E —I I 2• u Mi a' I � W Q:U mi u U. Niu i I i FI V) Z O ¢ i s o�< a � mFOm Wz mW O a Q W LU Z o ! OY J p C13 o z L; IL C' C ?IO m N. P O Ci O uEil M Ni - clu w'E m 3; I y! I c. W mi ! ¢ W Oi U 3z Z u; Z f N U F K W U ,z u0 F UU w a 0 0 0 0 0 0 D 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 D 0 D 0 D D 0 0 0 D 0 D D 0 0 D .. 0 DA 0 0 0 0 0 0 v d o o d d o o d o o d o 0 o v d 0 d o Q O 0 m m O 0 0 0 0 O m m N d m O O m N 0 0 M m N 0 m 0 m O m 0 0 M O 0 0 m m N - N P m M H M w vN l V P 1 N N A M M M N O O n M VD f 10 T !- 1 O O A T O H N N N H ^ NN - p p P ^ N M M H M O N H N Mv « H H w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 o 0 0 o 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 Z 0000 0 0 m N 000000060 m 0 0 0 0 0 m 0 0 0 w 0 m 0 LI; o O O 0000000 m O O m 0 0 0 0 0 : 00 0 0 0 0 s 0 M E O O N V m N M T N Vm N « m H O N m MN ^ M M A^ A ^ 0 0 o 0 A M n O O T O O N H O ^ N . N ^ W O0 ^ ry w w NM N p Ow ^ ^0 ^ O N N N N H H H N N O N H N A N M O O o O O O O 0 O 0 O 0 O O O O O O O O O O O 0 O 0 '000000 O O O O O O O O O O O O 0 00 O 0 0000000000 o O O 0 O O O O 0 z 0 m P O O m M b M T D Q O m m m N O m N O m 0 oQ f 0 m? 0 0 V 0 M 0 m 0 O 0 m 0 M^ 0 0 m 0 0 0 0 O O m ai VM A N A P m m m M m m Q m LI! m ^ O p N N O O m m O O T O O O N O N O m n mD ^ O vt m m m - ^ N O m N O M m T m O m ¢ o vl ^ N N N H O - N m w N m .N m mP m ^ m ^ A O m n m P m H N N N O N H P O m T N H Ol N ^ P ^ N m m N M N O N M O m Vf N A A m O ry H q p « N p« H q N 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 N 0 O 0 O 0 O 0 O 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 u U O N T N 0 O N m M A m N m {p n O N N O O m A 1p C1 m m N O m O m M m M M O M w N m M O O � V1 N N O O M M V Q m m d M P A m Q N O M P 01 Q T O 0 N 0 O 0 N 0 N H N H N O V1 Q 1p M In M m H N H O N m M N N N Q« m OI p w m H H O NH « N H � N N H H p w P H N p p N m N O M N N A H N q ^ w N 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 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 F Z O m 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 P 0 b O 0 0 0 0 0 0 0 0 0 0 0 0 0 m 0 0 0 0 0 0 0 0 0 0 0 O m vQ O m 0 0 0 0 0 m O O N Q m T O P 0 O 0 ry 0 0 0 0 0 0 Q m n O Q O O m �n 0 0 0 000 �n m C O O p m m N N A A O m m A 0 lD M P N to O m m O A P 0 0 0 O M M q^ m« N m M A^ Q m p^ P O M (O n M N 1° P VI m m^ M Q m n M Q N lD d m A N �¢» j N w H H N H 3 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o M o 0 0 o O o 0 0 0 0 0 0 0 0 0 0 0000000 r�0- 0 0 0 000000000000000000000000000000v000000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 .- 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 2 Z o O in N M o 0 0 0 0 0 0 o D o 0 o m d N O o o 0 o O M M o P o o A O O M o 0 0 o N m H ¢ O M H Q p m N M H O N m n O O In O m M M W m N 0 Q 0 m w^ H^ p H O m P p O P O Vf O Q Q N N N m m N g N T N P N H w p M M O N H« N O t0 O d O m M H N N d H N w N H p m M N N H N H VI N A m M N H w H p N H H w N N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 000000000000000000 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 g 0 0 0 O of M 0 0 �n O O O O m N 0 m m N b Q O O P O n 0 0 0 0 0 m b O m O m 0 O 0 0 0 0 A m N N M O M N wt n M M N O 0 of 0 O 0 O M O N O O O N O P m M o m v O A N O VI Vl M Q V1 V1 ^ N - V1 A^ m M Q N VI d M^ O Q VI O A O m A N M {O M m n V1 O N M f0 m ^ A In m ^ N O Q O N of O P Q E� ¢ N m N g H« H p p N H g N p N N N w lO N N N u 0 H N^ H « « N N N N N 0000000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 coo 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 '00 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 v o or Z o O 6 m I� m M M P P 0 o 0 M0, 0 0 0 0 0 0 m 0 N 6 m Q m^ vi 0 M 0 N m A m m N M m o 0 0 0 o Ol m M o O o A M 0 O 0 O vi vi O O b p O m m O P m u O n m m M m of O H w d+ ti w ww wH N w N NHw 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 000000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 O 0 o 0 0 0 0 0 0 0 0 M vi 0 0 0 0 0 0 0 0 0 0 0 6 6 0 0 6 0 0 000000000 �n 0 0 1n 0 0 0 0 0 ry 0 O O Q m N O O O O O O O O O O O O m O m O 0 0 0 0 0 Q O 0 0 0 0 0 A 0 0 M m O m n O 0 �n O m OZ O ul in O M N n O 0 O 0 N 0 Q 0 O 0 M D M 0 0 0 0 of O A b O m O O O M M O O O Q �n O O N M O m O O M H H nN H N N M m ^ O N V1 N m M ^ n M V1 t0 N Vf m M M M T M O ul O w1 A Q M A r `5 ¢ N Vf N N w N O w m ^ {p 00 O 0 O O 0 O O 0 O 0 O 0 0 O O O O O O O _,a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 O N v O O O O O O O O O O O O O n O 0 C 0 C 0 O 0 O 0 n O O O 0 m 0 O 0 m 0 M Z o O o ry m ^ o o O O O o D 0 O 0 0 N 0 0 o A o o m o 0 o A o w N O H w N O N Q M M H p Vf H w M N N 0 N 0 LK N M - N M � O m 0 H q q MO « g q N T N N H H q m ^ M m ^ O of N p N H N q J J J J J J J J W J W W W W W J W M J W J W J J J J J J J J J J W J J J W J J VI In ¢ •- m m n O �- �-- N ^ lD O m VI ^ m b P N m - m ^ T ^ M ? ^ Q (D O N � N - P M N .- N - e O G> ¢ > m > ° m u > o > ¢ o¢= c v c c a c a p c= o c m c Vf> O C O d C m c ro C C 'mac+ (d! d1 �n y N 'a N a w L o o C U o d; Yn �n o `w E '" o f 0 @i y o o c o a � U� ¢ V m O �R N C L u L d y U A U q N c c c c z 'C m �_° :: ®'. E 'y Pv '^ °-' m ^_� ^i C y N 5 c - O ` C C LL LL> 0- 0. C °a- a a a C 1 ,nom- a c i m i a o> m 0 N> ry !-' E E N W (p N N O_ 7 N N N- y y O N N E E N O-0 ^¢ Q '- 1' M V' ^ M W N �- m w 1' M ¢ .- 2- L' ^ M M m M m m 1- IM H p IM ,>a p F^ N M P b b A b M O N (7 P n b M N N N N b N b N A N m N p1 N O N t7 p b b A m M 0 - I Tel::: C1 M CI M l7 m {h T M m --III Groundwater Development Project - Page 3 Reach No. 4, Phase II, Water Transmission Pipeline Rejection of Bids (C- 3004 -N) March 11, 1996 Staff recommends rejection of all bids, and after re- evaluation of the project, re -bid the project at a later time. Staff also recommends that a portion of the project be included within the 15th Street Rehabilitation and Storm Drain Project (C- 2661). Staff further recommends that Council authorizes the Mayor and City Clerk to execute an amendment to the professional services agreement with AKM Consulting Engineers for $55,957. The project originally called for thirty construction drawings and fifty pages of specifications. Their effort has grown to almost 100 sheets of construction drawings and several hundred pages of specification. Funds for the professional services were approved in the water capital projects budget in the previous four (4) years and available in the Water Enterprise Fund under Capital Project No. 7504- C5500094. Respectfully submitted, (ikl PUBLIC WORKS DEPARTMENT Don Webb, Director By: /L�� Mj hael J. Sinacori, P.E. Utilities Engineer Attachments: Exhibit "A" Project Vicinity Map Exhibit 'B" Bid Summary MJS:tam • • BY THE U. J CITY OF NEM -`151 JUI 1 0 9C July 10, 1995 CITY COUNCIL AGENDA ITEM NO. 4j� TO: Mayor & Members of the City Council FROM: Public Works Department SUBJECT: CONTRACT FOR CONSTRUCTION OF WATER PIPELINE REACH NO. 4 - PHASE II GROUNDWATER DEVELOPMENT PROJECT (CONTRACT No. C- 3004 -N) 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 August 16°i, 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. 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°i Street from Monrovia Avenue to Superior Avenue: then in 15ffi street from Newport Boulevard to Dover Drive through parts of Costa Mesa. 01p) Groundwater Development Project - Page 2 Reach No. 4. Phase II. Water Transmission Pipeline Authorization to Advertise Bids July 10'^, 1995 PROJECT SPLIT INTO PHASES: On February 13°i, 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. Phase I project construction will begin upon Council award of contract to Steve Casada Construction Company. This staff report addresses the approval of the Phase II plans and their advertisement for bids. The Phase II portion of the project provides for installation of approximately 4350 linear feet of new 36 -inch diameter pipeline; 352 linear • feet of 30 -inch water pipeline and installation of five pressure reducing stations at various locations. Portion of this work will provide for future installation a proposed storm drain construction project. PROJECT COSTS: The Engineers' Estimate of construction costs for Phase II of Reach No. 4 is $1,757,050. These construction costs are distributed as indicated in the table below. Engineers' Cost Estimate Item Mobilization/ demobilization & clean -up Install 4350 linear feet of 36 -inch pipeline Install 352 linear feet of 30 -inch pipeline Install Pressure Reducing Station at Monrovia Ave. & 16th St. Install Pressure Reducing Station at Superior Ave. & 16th St. Install Pressure Reducing Station at San Bemadino Ave. & 15th St. Install Pressure Reducing Station at Irvine Ave. & 15th St. Install Pressure Reducing Station at Dover Dr. & Cliff Dr. Install three 30 -inch butterfly valve in vault Install misc. air - vacuum release valves Amount $ 25,000 891,750 105,600 95,000 88,000 75,000 55,000 90,000 180,000 14,500 �J 0 0 Groundwater Development Project - Page 3 Reach No. 4, Phase 11, Water Transmission Pipeline Authorization to Advertise Bids July 10'", 1995 Engineers' Cost Estimate (continued) • Reinstall interconnects with Mesa Consolidated Water District 12,000 New Fire Service 16,000 Install 8 ",1T & 16" valves 39,200 Traffic control & signage 60,000 Pressure test, flush & disinfect pipeline 10,000 Total Estimated Cost $1,757,050 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- P500094A. The contract allows 180 calendar days to complete the Phase II work. The project specifications calls for the contractor to schedule his work to • minimize disruption to Newport Harbor High School and traffic impacts during the holiday season. If the City Council approves the award of the contract immediately after bids are received, the resulting completion for the Reach No. 4, Phase II Pipeline Construction Project should be February, 1996. Staff recommends approval to advertise for construction bids. Respectfully submitted, Mi hael J. Sinacori, P.E. (Acting) Utilities Manager Mrs: 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 June 12", 1995 .............Approve Plans and Advertise Reach No. 4, Phase I Construction 0 �3 =W o Q Jx i o � moom ,� j LLJ tu O j 2 Q. w a? o= ?dNp�s I� 2 W> LU 3 `i z Y x' W w a S. 4 � � i, SM3NIGW '1S 15�� -`• h �O.y i O� b i `Q1k (v O �bo '�� Q ��'sti,��s� bN��"�bJ 2� • '11 1�JOd 131V • 1 004 xWZ F' n d�s w VI-LN3JV7d i - �� a a c z� ;- a o i i 2 h o ';; J N _ • - - i V1102!NOW Q �� 5� � m N x I w c o p of x �N IFS ��a W ¢ � � IIIM %' - --- -- -- - --- - ----- ------ ---- -- ---- -- -- --- -- � O Z Wa J V Z - --- --- ---- ----- ------ ---- - - -- p CO �' F / 0.5 cvo W �v i D d � i Authorized to Publish Advertisements of all kin luding public notices by Ocoee of the Superior Court of Orange County, Wliomia. 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 24, 30, 1996 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on January 30 199 6 at Costa Mesa, California. Signature 40 at the Prospectiw bidders n bDl61na set of corsr documents it no cost the office of the Puf 'Newport Souievard, Pa Office BOX 1768, Newpo Beach, California 821361 8916 For further information call Michael J. Sinecod 1 (714) 644 -3011. :Published Newpor Begch.Ccata. Mesq Dell Ij Pilot January 24, 30, 1996. W44,