HomeMy WebLinkAboutC-3004(R) - Groundwater Development Project - Well Site Development Project - Phase I for Dolphin Avenue Well Site and Tamura School Well Site0 a
Martinez, Linda
From: Moritz, Terresa
To: Martinez
Subject: RE: ARA Engineering Contractors C- 3004 -R
Date: Tuesday, January 14,1997 1:55PM
Priority: High
Linda-
The payment bond I have in the file is for:
Bond No.: 3SM 886 461 00
American Motorists Insurance Company
7470 North Figueroa Street, Los Angeles, CA 90041
(213) 257 -8291
or their Insurance Certificate shows the producer being:
American Junior of South Insurance Services
16200 Ventura Blvd, Suite 425, Encino, CA 91436
(818) 906 -2424
Policy No.: CAL0001497
If neither of these work, let me know so I can call the contractor.
T.
From: Martinez, Linda on Tue, Jan 14, 1997 1:49 PM
Subject: ARA Engineering Contractors C- 3004 -R
To: Moritz, Terresa
The bond release letter I sent to this company returned as "attempted not
known." I tried the phone number in the contract file and it's
disconnected. The address 1 have for them is: 6910 Oran Circle, Buena Park
90621. If you have any different information please forward it along.
Thanks.
Page 1
i a
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
January 3, 1997
ARA Engineering Contractors
6910 Oran Circle
Buena Park, CA 90621
(714) 644 -3005
Subject: Surety: American Motorists Insurance Company
Bond No.: 3SM 886 461 00
Contract No.: C- 3004(R)
Project: GWDP - Dolphin Avenue & Tamura School Well
Sites Phase I Construction
On September 23, 1996, 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 was recorded by the Orange County Recorder on October
4, 1996, Reference No. 19960509856.
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
LH:ib
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
RECORDING REQUESTY AND
WHEN RECORDED RETU TO:
City Clerk
City of Newport Beach
330 Newport rt Beach, CA 92663 Newport BB
Recorded in tneg
Gary L. Gran
I111111111111111111111I1111 11111 11111 11111111
005 14006669 14
N12 1 7.00 0.00
Funty of orange, California
le, Clerk /Recorder
Illlllllllllllllllll No Fee
19960509856 04 APM 10/04/96
23
0.00 0.00 0.00 0.00
"Exempt from recording fees pursuant
to Government Code Section 6103"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport
Boulevard, Newport Beach, California, 92663, as Owner, and
tr:
ARA Engineering Contractors as
Contractor, entered into a Contract on March 26, 1996 r,,s
Said Contract set forth certain improvements, as follows:
GWDP - Dolphin Avenue & Tamura School Well Sites
Phase I Construction, Contract No. C- 3004 -R
Work on said Contract was completed on June 15, 1996 ,
and was found to be acceptable on September 23, 1996
by the City Council. Title to said property is vested in the
Owner, and the Surety for said Contract is American Motorists
BY A �
Public Works Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and
correct to the best of my knowledge.
Executed on at
r
Newport
Beach, California.
SS �
BY �� 1,
4
c -%L "14-_. /P..
ri
-'
City
J
ClerkU\s
;
C�lk:9r,:1..
DEC iv IJJO
L CITY
CIV C!iV
nrwpORI BEW,
Release of Stop Notice
TO: THE CITY OF NEWPORT BEACH
(Construction Lender, Public Body, or party with whorn Stop Notice was filed)
3300 Newport Blvd., PO Box #1768 Newnnrt Reach Ca 92658
(A dress)
You are hereby notified that the undersigned claimant releases that certain Stop Notice
dated
October 17, 1996 3,500.00
in the amount of $
agamTttHE CITY OF FOUNTAIN VALLEY as owner or public body and
ARA ENGINEERING as prime contractor
in connection with the work of improvement known as GROUNDWATER DEVELOPMENT PROJECT
CONTRACT #C- 3004 —R
in the City of FOUNTAIN VALLEY County of ORANGE
State of California.
Date DECEMBER. 11, 1996
Name of Claimant:
I, the undersigned, state: I am the
VERIFICATION
'Agent of'; "President of'; 'A Partner of', "Owner of'; etc.
the claimant named in the foregoing Release; I have read said Release 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. r—\
Executed on
DECEMBER 11, 1996
State of CALIFORNIA
g* 1,211 �.
r
s
rr,
i
f
■
81CA FORM 5 5 (Rev. 2187)
r.�
ftftftft.. wf
Wrr %goC]
bfto Q
4
q
0
INCA FORM 4 )FSNOI) 111/89,
Stop Notice A
CALIFORNIA CIVIL CODE SECTION 3103 , QL
NOTICE TO THE CITY OF NEWPORT BEACH o $ Q [313 03;kR13
❑
(Name of Construction Lender, Public Body or Owner)
3300 NEWPORT BLVD. PO.O. BOX #1768 NEWPORT BRACH, CA. 92658
(Address)
(If Private Job — file with responsible officer or person at office or branch of construction lender administering
the construction funds or with the owner — CIVIL CODE SECTIONS 3156 - 3175)
(If Public Job — file with office of controller, auditor, or other public disbursing officer whose duty it is to make
payments under provisions of the contract — CIVIL CODE SECTIONS 3179 - 3214)
Prime Contractor: A.R.A. ENGINEERING
Sub Contractor (if Any) MISSION PAVING AND SEALING, INC.
Owner or Public Body: THE CITY OF FOUNTAIN VALLEY
Improvement known as Groundwater Development Project Contract #C- 3004 –R
(Name and address of project or work of improvement)
in the City of FOUNTAIN VALLEY CA. County of ORANGE
State of California.
MISSION PAVING & SEALING, INC. Claimant, a CORPORATION
(claimant) (Corporation /Partnership /Sole Proprietorship)
furnished certain labor, service, equipment or materials used in the above described work of improvement.
The name of the person or company by whom claimant was employed or to whom claimant furnished labor,
service, equipment, or materials is ALI VAZDANSHENAS / A.K.A. ENGINEERING
(Name of Subcontractor /Con(ractor /Owner - Builder)
The kind of labor, service, equipment, or materials furnished or agreed to be furnished by claimant was
TYPE 1 SLURRY SEAL
(Describe in detail) 3 500.00
Total value of labor, service, equipment, or materials agreed to be furnished......... $
Total value of labor, service, equipment, or materials actually furnished is............ $3,500,00
Credit for materials returned, if any ............................... ............................... $ 0.00
Amount paid on account, if any .................................... ............................... $ 0.00
Amount due after deducting all just credits and offsets ...... ............................... $ 3,500.00
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 $ 3,500,00 and in addition thereto sums sufficient
to cover interest, court costs and reasonable costs of litigation, as provided by law.
A bond (CIVIL CODE SECTION 3083) IS NOT attached. (Bond required with Stop
(is /is not)
Notice served on constructions lender on private jobs — bond not required on public jobs or on Stop Notice
served on owner on private jobs).
Date 10/17/96 Name of Claimant MISSION PAVING & SEALING. INC.
(Firm Name)
815 '01h1ERC A AV
(Mailir g re s/
SAN G RIEL C 7
By
rSEC (Sign reJ
i( TARY
(Official Capacity)
VERIFICA
I, the undersigned, state: I am the SECRETARY
('Agent o ': "President of': 'A Partner of': "Owner or 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
I certify (or delcare) under penalty of perjury under e State of California that a foregoing
is true and correct.
;the ;lawsf
/ Executed on OCTOBER 17 1at SAN AJSR A
State of CALIFORNIA
ure of Claimant o r th ized Agent/
REQUEST FOR NOTI E OF ELECTION
(Private Works n )
If an election is made not to withhold funds pursuant to this stop notice by reason of a payment bond
having been recorded in accordance with Sections 3235 or 3162, please send notice of such election and
a copy of the bond within 30 days of such election in the enclosed preaddressed stamped envelope to
the address of the claimant shown above. This information must be provided by you under Civil Code
Sections 3159, 3161 or 3162.
Signed:
(Claimant must enclose self addressed stamped envelope)
INCA FORM 4 )FSNOI) 111/89,
�f� �
���,,
a �` �,
n00000ao�.
0 0
•
L%fimly1mi! September 23, 1996
fIl CITY COUNCIL AGENDA
ITEM NO.
TO: MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: PUBLIC WORKS DEPARTMENT
SUBJECT: NOTICE OF COMPLETION
GWDP- DOLPHIN AVENUE & TAMURA SCHOOL WELL SITES
PHASE I CONSTRUCTION CONTRACT NO. C- 3004 -R
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days after the Notice of
Completion has been recorded in accordance with applicable portions of
the Civil Code.
DISCUSSION:
• The contract for the construction of the Groundwater Development Project
Dolphin Avenue and Tamura School Well Sites Phase I Construction Project
has been completed by ARA Engineering to the satisfaction of the Public Works
Department.
The bid price was $ 155,030.00
Amount of change order $ 20,828.72
Total contract cost $ 175,858.72
There was one change order for this project with several components. Extra
work was required to handle unexpected soils conditions in preparing the well
drilling pad and widening the access road at the Tamura Site and several water
line relocations changes at the Dolphin Site. In addition, there were several
deductive items. These work items will be included in the Wellhead Facilities
contract.
Funds for the project were budgeted in the following account:
Description
Water Wells & Transmission Pipelines
Account Number Amount
7504- C5500094 $175,858.72
• GWDP- Well ites Construction -Phase 1
Notice of Completion C- 3004 -R
September 23, 1996
The contractor was ARA Engineering of Lake Forest. The scheduled
completion date was May 12, 1996, but due to the 34 day time extension related
to the change order, the amended completion date was June 15, 1996.
Staff recommends acceptance of the work.
Respectfully submitted,
PUBLIC WORKS DEPARTMENT
Don Webb, Director
M
J. SinaCOri, P.E.
Engineer
MJS:tam .
•
C - -2
• March 25, 1996
CITY COUNCIL AGENDA
TO:
FROM:
_M X0"
Mayor & Members of the City Council
Public Works Department
W 25
1
AWARD OF CONTRACT (CONTRACT NO. Anna -R) niinit
WELL SITE DEVELOPMENT - PHASE I FOR DOLPHIN
AVENUE AND TAMURA SCHOOL WELL SITES AS A PART OF
THE GROUNDWATER DEVELOPMENT PROJECT
RECOMMENDATIONS:
1. Approve the Plans and Specifications.
2. Find that ARA Engineering Contractors of Buena
Park 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. C- 3004 -R to ARA Engineering
Contractors of Buena Park in the amount of
$155.030, and authorize the Mayor and the City
Clerk to execute the contract on behalf of the City.
DISCUSSION:
At 2:00 p.m. on March 7, 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 "A ":
Rank Contractor /Bidder Total Bid Price
low ARA Engineering Contractors, Buena Park $ 155,030.00
2 Ray Environmental Services, Calabasas $ 201,508.61
3 Atlas - Allied, Irvine $ 233,210.30
The lowest responsible bid was submitted in the amount of
$155,030 and was 3.1% below the Engineer's Estimate of $160,000.
•
Page 2
Award of Contract, Well Site Development - Phase I
Groundwater Development Project, C- 3004 -R
March 25, 1996
PROJECT DESCRIPTION:
This project provides for site improvements at the Dolphin Avenue
and Tamura School well sites that are necessary prior to the well drilling
contractor mobilizing on the site. One well site is located along Dolphin
Avenue just west of the intersection of Dolphin Avenue and Slater Avenue. The
second well site is located at the Tamura Elementary School which is west of
Slater Avenue and north of Magnolia Street.
The scope of work includes constructing an access road through
the school property with chain -link fence, grading of the pad for the future
building and installation of a new storm drain at the Tamura School well site
as well as the relocation of an existing 12 -inch water main, installation of
temporary shoring in the slope, and grading of the pad at the Dolphin Avenue
well site.
Staff has previously entered into a lease agreement with the
Fountain Valley School District and the City of Fountain Valley for each site.
These agreements have been previously discussed and approved by the City
Council.
THE LOW BIDDER:
The low bidder, ARA Engineering Contractors of Buena Park, is a •
qualified general contractor licensed to do business in California. This
company has successfully completed grading and pipeline projects for the
Chino Basin Municipal Water District and the cities of Anaheim, La Habra and
San Juan Capistrano. This firm has a satisfactory reputation in the grading
and pipeline contracting industry and has a significant amount of experience
with similar projects.
Reference checks on their recent projects revealed a number of
comments favorable to their ability to perform the work in an efficient manner.
ARA Engineering's insurance policies and bidder's bonds meet the City's
requirements. Staff believes that the contractor is able to complete the
proposed work satisfactorily.
PROJECT COSTS & SCHEDULE:
The contractor's bid price for the project totaled $155,030 and was
3.1% ($4,970) below the Engineer's Estimate of $160,000. The bids received
reflect a current competitive construction market, and the bid amounts show
the successful bidder's price is fair considering the scope of work
contemplated.
0
0
Page 3
Award of Contract, Well Site Development - Phase I
Groundwater Development Project. C- 3004 -R
. March 25, 1996
CONCLUSION:
Staff believes the contractor can complete the project satisfactorily
with the required inspection and recommends award of the contract to the low
bidder, ARA Engineering Contractors, Inc. of Buena Park.
Funds for this project were approved in the water capital
improvement projects budget in the previous four (4) years and are available in
the Water Enterprise Fund under Capital Project No. 7504- C55000094.
Respectfully submitted,
PUBLIC WORKS DEPARTMENT
Don Webb, Director
By: _ I ZL� n
Miqhael J. Sinheori, P.E.
Utilities Engineer
0 MJStm
Attachments: Exhibit "A ", Project Vicinity Map
Exhibit "B ", Itemized Bid Summary
0 0
Exhibit "A"
0
NEWLAND ST
SANTA LUCIA
0
r
L�SANTA SUZANNE
0
I
g
MAGNOLIA ST
<
CLARA
SANTA D
�{ �
Z
C
r�-D
r
O
C7
O
m
D cn
n
n
C
g
�
� 0
r
o
r-
0
0
D
cn
=
) r
)>
z
m
—
D
BUSHARD ST
<
r
�
C
z
(n
m
�a
BROOKHURST ST.
Exhibit "A"
0
Exhibit "B"
z
m�
m,
lei
r.
O
w
r
p
W
Uj�
T
V'
a
V m
mi W
N; ^ Y
W
a
ui LL. U
o: Li
O `C
U' N 12
�I
F:
'^
z
a�o�Qr
L, Z
LLJ
m F- < m
M
O�
TH
a a
w
w O
Z
u_ Y
l
U v
m
2I
a
�I
L
I
O I V51
p �
NIP
all
t
❑I I
�
IQ�
z
.
o i W z
V C
W
w
wF- Z �
O Z z
V W d
Exhibit "B"
z
z
TH
a
Z
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
0
0
0
0
0
0
0
O
0
0
0
0
0
0
0
0
0
0
0
T
0
0
0
0
0
0
0
0
r
Z
O
O
O
u+
O
0
O
0
O�
0<
O
m
O
m
O
O
O
O
C
m
O
O
O
0
m
0
pp
0
O
0
O
0
O
m
aO
r
0
0
0
0
0
0
O
Q
»
N
»
N
H
»
N
a
q
0
0
0
0
0
o
0
o
0
0
0
0
o
0
o
0
0
0
0
1
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
rp
0000
o
oodmN
_
0r'+p
°ppdci
0
H
000
O
O
D
2
a
Z
O
N
0
0
0^
n
m
vi
N
P�
O
P
0
0
-
»
»
m
N
M
N
M
M»
N
w
N
H
»
0
0
0
0
0
0
0
0
0
0
0
m
0
O
0
p
0
0
0
0
0
0
m
v+
m
m
o
o
0
o<
0
N
0
0
0
0
0
0
u
Z
O
A
m
O
T
r
P<
tO
P
r
m
S
m
I
P
O
N
m<
t0
m
'�1
:n
m
m
N-
O^
m
0
m
0
m
r
1
T^
m
m
I
'j
"�
m
n
m
J1
N
m
�
m
m
N^
N
N
m
N
�
m
m
m
m
0
O^
m
p
a
H
N
w
w
M
N
N
C
a
O
O
O
O
O
p
m
0
0
m
0
✓�
O^
b
O
O
O
N
O
O
O
O
0
0
0
0
0
n
m
0
m
m
P
O
m
m
0
0
m
m
O
O
N
Z
n
m
VI
N»
N
m
P»
N
N»
O^
m»
m
m
T
Z
W
m
N
N
H
m
N
N
N
H
N
w
N
N
N
N
M
6'
N
0
00,0
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
8
Z
6
0
0
0
o
0$
O
0
0
O
o
O
8
dodo
m
O
p
0
0
0
0
0
o
m
0
^
o
0
o
0
0
0
V
O
O
O
p
O
O
O
u
Q
N
»
N
w
N
q
0
0
0
pp
0
8
0
0
0
OO
0
8
0
8
0
OO
0
0
°
8
6
+�
0
0
0
0
0
0
0
O
O
O
NN
^
J
N
N
M
08N00O
0N
80N
8N
8w
8O
8O
0N
0O
0ry
0»
0
8
0O
0
$
O
O
O
O
O
O O
O
m
O
O O
N
O m
m m
O O
O
O O
0
m
N
0
e
m
0
2
n
m
m
O
0
O
m
YN
mN
^
N
o
N
N
NM
»
N
N
-
.W
N
N
T
N
«w
N
N
q
0
0
0
°
°°
°
0
0
°°
°
0
°
8
°
8
o0
0
0
0°°
o0
°
0
0
0
0
0
0
0
0
n
O
O
u
9
0
m
O
0w
O
O
P
0
O
0
0
O
0
ON
N
0
m
0
�
N
N
N
O
mN
«
m
o
O
W
-
N
N
N
H
«
LL
N
LL
Q
Q
Q
LL
N
VI
VI
Q
J
J
J
J
J
J
J
W
W
J
U
V1
-J
J
W
W
W
J
Vf
J
d
W
}
r
Z
Q
^
N
N
N
N
P
^
n
CO
0
A
0
°
c
m
C
Z
O
H
:n
o
a
E
E
a
b
m
m
D
c
OO
vai
'a
p
o
V
E
>
a
C
O
E
�
U
H
Exhibit "B"
Authorized to Publish Advertisements of all kinds 'luding public notices by
Decree of the Superior Court of Orange County, California. Number A•621e,
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,
February 9, 13, 1996
I declare, under penalty of perjury, that the
foregoing is true and correct.
Executed on February 13 1 199 6
at Costa Mesa, California.
Signature
Ll
PUBLIC NOTICE
NOTICE
INVITING 13165
Sealed bids may be re-
ceived at the office of the
City Clerk, 3300 Newpon,
Boulevard, Post Office Box
1768, Newport Beach, Cali.
fornia 92658 -8915. until 2:00
p.m. on the 7th day of
March, 1996, at which time
such bids shall be opened
and read for:
GROUNDWATER
DEVELOPMENT
PROJECT, WELL SITE
DEVELOPMENT -_I
PROJECT • PHASE I
FOR DOLPHIN AVENUE.
WELL SITE AND
TAMURASCHOOL
WELL SITE
Title of Project -
C.3004.R
Contract No.
$160,000
Engineer's Estimate -
Approved by the Public
Works Department this 61h
day of February, 1986. -
Michael J. Sinacari,
(Acting) Utilities Man-
ager
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 J. Sinaccri,
Project Manager, at (714)'
644 -3011.
Published Newport
Beach -Costa Mesa Dally
Pilot February 9, 13, 1996.
F092.
I,c
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92658 -8915
until 2:00 p.m. on the , day of March, 1996,
at which time such bids shall be opened and read for:
GROUNDWATER DEVELOPMENT PROJECT
'WELL SITE DEVELOPMENT PROJECT - PHASE I FOR
DOLPHIN AVENUE WELL SITE
AND TAMURA SCHOOL WELL SITE
Tide of Project
11 '
�1 Ilt
Approved by the Public Works Department
this 6th day of February, 1996
J. Sinacori
lities Manager
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 T. Sinacori at (714)644 -3011.
Project Manager
P'd
C.TY ::L' R: w
0
• CITY OF NEWPORT BEACHP
UTILITIES DEPARTMENT
GROUNDWATER DEVELOPMENT PROJECT
WELL SITE DEVELOPMENT PROJECT - PHASE I
FOR
DOLPHIN AVENUE WELL SITE
TAMURA SCHOOL WELL SITE
CONTRACT NO. C- 3004 -R
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 except that material supplied by the City
and shall perform all work required to complete Contract No. C- 3004 -R in accord with
the Plans and Special Provisions, and will take in full payment therefore the
following unit prices for the work, complete in place, to wit:
NOTE: All applicable sales taxes, State and /or Federal, and any other special taxes,
patent rights or royalties shall be included in the prices quoted in this proposal.
SCHEDULE OF WORK ITEMS
ITEM APPROXIMATE
NO. QUANTITY DESCRIPTION
UNIT TOTAL
PRICE AMOUNT
1. Lump Sum Mobilization, demobilization and
cleanup for the lump sum price of
Fifteen Thousand Dollars and
No Cents $15,000.00 $ 15,000.00
Lump Sum
2. Lump Sum Clearing and grubbing for the
lump sum price of
Two Thousand Dollars and
No Cents $ 2.000.00 $ 2.000.00
Lump Sum
P -1
SCHEDULE OF WORK ITEMS
ITEM APPROXIMATE UNIT TOTAL
NO. QUANTITY DESCRIPTION PRICE AMOUNT
1 Lump Sum Shoring and Excavation Safety
Measures for the Lump Sum
price of
Twentv Thousand Dollars and
No Cents $ 20,000.00 $ 20.000.00
Lump Sum
4. Lump Sum Earthwork (export /import)
complete in place for the
Lump Sum of
Ten Thousand Dollars and
No Cents $10,000.00 $10,000.00
Lump Sum
5. Lump Sum Erosion Control, complete in
place for the lump sum price of
Twenty -Five Hundred Dollars and
No Cents $ 2,500.00 $ 2,500.00
Lump Sum
6. 1,330 L.F. Furnish and install 6 -foot
chain link fence and gate complete
in place for the unit price of
Sixty -Six Hundred Dollars and
Cents $ 6.600.00 $ 6,600.00
Per Lineal Foot (bid as Lump Sum)
P -2
0 0
SCHEDULE OF WORK ITEMS
ITEM APPROXIMATE UNIT TOTAL
NO. QUANTITY DESCRIPTION PRICE AMOUNT
7. 277 L.F. Furnish and install 12 -inch
Cement Mortar Lined and Cased
Steel Water Main complete in
place for the unit price of
One Hundred Dollars and
No Cents $100.00 $ 27.700.00
Per Lineal Foot
8. 1 EA. Furnish and install 12 -inch
plug valve complete in place
for the unit price of
Fifteen Hundred Dollars and
No Cents $1500.00 $ 1,500.00
Per Each
9. 2 EA. Furnish and install 2 -inch
water service and meter box
complete in place for the unit
price of
Fifteen Hundred Dollars and
Cents $ 1,500.00 $ 3,000.00
Per Each
10. 250 L.F. Remove existing 12 -inch water
main for the unit price of
Twenty Dollars and
No Cents $ 20.00 $ 5.000.00
Per Lineal Foot
P -3
SCHEDULE OF WORK ITEMS
ITEM APPROXIMATE UNIT TOTAL
NO. QUANTITY DESCRIPTION PRICE AMOUNT
11. 265 C.Y. Furnish and install 6 -inch thick
crushed miscellaneous base access
road complete in place for the
unit price of
Twenty Dollars and
No Cents $ 20.00 $ 5.300.00
Per Cubic Yard
12. 210 S.F. Construct 6 -inch thick PCC
commercial driveway complete
including sawcutting and removal
of existing concrete in place
for the unit price of
Dollars and
Cents $ 5.00 $1,050.00
Per Square Foot
13. Lump Sum Relocate chain link
backstops complete in place
for the Lump Sum of
Fifteen Hundred Dollars and
14.
Lump Sum
463 L.F.
Per Lineal Foot
Cents $1,500.00 $1,500.00
Furnish and install 18 -inch
reinforced concrete pipe (2000D)
complete in place for the
unit price of
Dollars and
Cents $ 80.00 $ 37,040.00
P -4
0 A
SCHEDULE OF WORK ITEMS
ITEM APPROXIMATE UNIT TOTAL
NO. QUANTITY DESCRIPTION PRICE AMOUNT
15. 3 EA. Furnish and install manhole
complete and in place for the
unit cost of
Fifteen Hundred
Dollars and
No
Cents $1,500.00 $ 4,500.00
Per Each
16.
1 EA.
Furnish and install concrete
collar complete and in place
for the unit price of
Three
Hundred
Dollars and
No
Cents $ 300.00 $ 300.00
Per Each
17.
3 EA.
Relocate existing water
lateral for the unit price of
Seven
Hundred
Dollars and
No
Cents $ 700.00 $ 2,100.00
Per Each
18, 173 L.F.
Per Lineal Foot
Furnish and install 2 -inch
PVC (C -900) water lateral
complete and in place for
the unit price of
Dollars and
Cents $10.00 $1730.00
P -5
SCHEDULE OF WORK ITEMS
ITEM
APPROXIMATE
UNIT
TOTAL
NO.
QUANTITY DESCRIPTION
PRICE
AMOUNT
19. 722 S.Y. Furnish and install Type I
slurry seal for the unit price of
Five Dollars and
No Cents $ 5.00 $ 3,610.00
Per Square Yard
20. Lump Sum Pressure test, disinfect and
flush new water main for the
lump sum price of
Six Hundred Dollars and
No Cents $ 600.00 $ 600.00
Lump Sum
21. Lump Sum Provide traffic control for
the project for the lump
sum price of
Two Thousand Dollars and
No Cents $ 2.000.00 $ 2.000.00
Lump Sum
22. 2 EA Furnish and Install 18"
Reinforced Concrete Pipe (2000D)
with Concrete Collars at bends
for non - standard Curve Radius
for the unit price of
One Thousand Dollars and
No Cents $1.000.00 $ 2,000.00
Per Each
P -6
SCHEDULE OF WORK ITEMS
0
ITEM APPROXIMATE UNIT TOTAL
NO. QUANTITY DESCRIPTION PRICE AMOUNT
TOTAL PRICE IN WRITTEN WORDS
(Bid Items 1 -22)
One Hundred Fifty-Five Thousand Thirty Dollars and
Cents
$155,030.00
Total Price
I declare under penalty of perjury that all representation made above are true and correct.*
*Effective January 1, 1990, Business and professional Code Section 702.8.15 provides that
any bid not containing the above requested information, or a bid containing
information which is subsequently proven false, shall be considered non - responsive
and shall be rejected.
Bidder's Name ARA ENGINEERING CONTRACTOR
Bidder's Address 6910 Oran Circle, Buena Park, CA 90621
Bidder's Telephone Number (714) 521 -9061
Contractor's License No. & Classification 623101 "A" & "B" 7/31/97
Expiration Date
3/6/96
Date
S /ALI YAZDANSHENAS �) Iva,
General Partner
P -7
0 0
Page 2
INSTRUCTIONS TO BIDDERS
The following documents shall be completed, executed and received by the City
Clerk in accord with the "NOTICE INVITING BIDS ".
L PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTOR(S)
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON - COLLUSION AFFIDAVIT
6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of the total bid
price) may be received in lieu of the Bidder's Bond. The title of the project and the
words "SEALED BID" shall be clearly marked on the outside of the envelope containing
the documents.
The City of Newport Beach will not permit a substitute format for the documents
listed above. Bidders are advised to review their content with bonding and legal agents
prior to submission of bid.
BIDDER'S BOND shall be issued by an insurance organization or surety (1)
currently authorized by the Insurance Commissioner to transact business of insurance
in the State of California, and (2) listed as an acceptable surety in the latest revision of
the Federal 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.
The City of Newport Beach reserves the right to reject any or all bids and to
waive any minor irregularity or informailty in such bids. Pursuant to Public Contract
Code Section 22300, at the request and expense of the Contractor, securities shall be
permitted in substition of money withheld by the City to ensure performance under the
contract. The securities shall be deposited in a state or federal chartered bank in
California, as the escrow agent.
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 insuring compliance with
provisions of Section 1777.5 of the California Labor Code Apprenticeship requirements
and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting
Fair Practices Act."
0
0
Page 2A
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.
623101 "A" &'B"
Contr's Lic. No. & Classification
Date
ARA ENGINEERING CONTRACTOR
Bidder
1
SIALI YAZDANSHENAS
General Partner
0
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. No changes may be made in these subcontractors except with prior
written approval of the City of Newport Beach.
1
6.
7
1
11
1
Subcontractor Address Subcontract Work
ARA ENGINEERING CONTRACTOR
Bidder
S /ALI YAZDANSHENAS
General Partner
0
BIDDER'S BOND
0
Page 4
KNOW ALL MEN BY THESE PRESENTS,
That we, ARA ENGINEERING CONTRACTOR, as bidder, and American
Motorists Insurance Company as Surety, are held and firmly bound unto the City of
Newport Beach, California, in the sum of Twenty Thousand and No /100ths Dollars
($20,000.00), lawful money of the United States for the payment of which sum well
and truly to be made, we bind ourselves, jointly and severally, firmly by these
presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden bidder for the construction of
Groundwater Development Project, Well Site Development Project -
Phase I for Dolphin Avenue Well Site & Tamura School Well Site C- 3004 -R
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 5TH day
of MARCH, 1996.
(Attach acknowledgement of
ARA ENGINEERING CONTRACTOR
Attorney -in -Fact)
Bidder
Attached as separate document.
S /A. MELENDEZ
S /ALI YAZDANSHENAS
Notary Public, #1077910
General Partner
November 19, 1999 American Motorists Insurance Company
Commission Expires Surety
By: S /DAVID Z. NODDLE
Title: Attorney -in -Fact
0 0
Page 5
NON - COLLUSION AFFIDAVIT
The bidder, by its officers and agents or representatives present at the time of filing
this bid, being duly sworn on their oaths, say that neither they nor any of them
have, in any way, directly or indirectly, entered into any arrangement or agreement
with any other bidder, or with any public officer of such CITY OF NEWPORT
BEACH whereby such affiant or affiants or either of them, has paid or is to pay to
such bidder or public officer any sum of money, or has given or is to give to such
other bidder or public officer anything of value whatever; or such affiant or affiants
or either of them has not directly or indirectly, entered into any arrangement or
agreement with any other bidder or bidders, which tends to or does lessen or destroy
free competition in the letting of the contract sought for by the attached bids; that no
bid has been accepted from any subcontractor or materialman through any bid
depository, the bylaws, rules or regulations of which prohibit or prevent the bidder
from considering any bid from any subcontractor or materialman which is not
processed through said bid depository, or which prevent any subcontractor or
materialman from submitting bids to a bidder who does not use the facilities of or
accept bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be suggested,
offered, paid or delivered to any person whomsoever to influence the acceptance of
said bid or awarding of the contract; nor has the bidder any agreement or
understanding of any kind whatsoever with any person whomsoever to pay, deliver
to or share with another person in any way or manner, any of the proceeds of the
contracts sought by this bid.
Subscribed and sworn to before me
this day of YY) ca< CCti
1996.
My Commission Expires:
ARA ENGINEERING CONTRACTOR
Bidder /
SIALI YAZDANSHENAS / 9
General Partner
BETH NEILSON
a Q COMM. ♦ 1009552 z
Notary Public — California
Z ORANGE COUNTY
My Comm. Expires FES 10. 1999
Notary 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)
Person to Contact
Telephone
No.
1996
CitXof Anaheim
Dave Butera
(714)
254 -4217
Vault Rehab. Project
1995
Chino Basin Municipal W.D.
Dave Wall
(909)
357 -0241
DAFT Underflow & Trickling
Filter Effluent
1994
Chino Basin Municipal W.D.
Dave Wall
(909)
357 -0241
1995 City of San Juan Capistrano Brian Perry (714) 493 -1171
Railroad Waiting & Loading Platform
1994 Brown Field Emergency Connection Ron Ripperger (619) 670 -2222
Otay Water District
1994 City of La Habra Maydi Ataya
Water Improvement
ARA ENGINEERING CONTRACTOR
Bidder
S /ALI YAZDANSHENAS
General Partner ��
• !
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 the Policyholder's Rating and Financial Size Category criteria in the
paragraph below.
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 Rating Guide: Property - Casualty. Coverages shall be provided
as specified in the Standard Specifications for Public Works Construction, 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.
Bon o.: 3SM 886 461 00
Pre* Incl. In Perf.
Executed In (4) Parts
Page 8
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California,
by motion adopted MARCH 25TH 1996 has awarded to ARA ENGINEERING
CONTRACTOR hereinafter designated as the "Principal ", a contract for
Groundwater Development Proiect. Well Site Development Proiect - Phase I for
Dolvhin Avenue Well Site & Tamura School Well Site Contract No. C- 3004 -R 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, and all of which are incorporated herein by this reference;
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 ARA ENGINEERING CONTRACTOR as Principal, and
AMERICAN MOTORISTS INSURANCE COMPANY as Surety, are held firmly
bound unto the City of Newport Beach, in the sum of One Hundred Fifty -Five
Thousand and Thirty & No /100 Dollars ($ 155.030.00),
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, or for
any amounts required to be deducted, withheld and paid over to the Employment
Development Department from the wages of employees of the Principal and
subcontractors pursuant to Section 13020 of the Unemployment Insurance Code
with resoect to such work and labor, that the Surety or Sureties will pay for the
same, in an amount not to exceeding the sum specified in the bond, and also, in case
suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as
required by the provisions of Section 3250 of the Civil Code of the State of
California.
•
Page 9
The bond shall inure to the benefit of any and all persons, companies and
corporations entitled to file claims under Section 3181 of the California Civil Code
so as to give a right of action to them or their assigns in any suit brought upon this
bond as required by the provisions of Section 3247 et seq, of the Civil Code of the
State of California.
And said Surety, for value received, hereby stipulates and agrees that no
change, extension of time, alterations or additions to the terms of the contract or to
the work to be performed thereunder or the specifications accompanying the same
shall in any wise affect its obligations on this bond, and it does hereby waive notice
of any such change, extension of time, alterations or additions to the terms of the
contract or to the work or 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 18thdayof March 1996_
ARA EneineerinQ Contractor (Seal)
Name of con for (Principal)
�-
Auth Sigtutture and Titk
Authorised Signature and Title
AMERICAN MOTORISTS
INSURANCE COMPANY (Seal)
Naas of Smarty
7470 North Figueroa
Addrm of $Mty
r- Authorized Apmt
, Attorney-in-Fact
of Agent
(213) 2578291
Telephone Number of Agent
State of California
County of Los Angeles
On MAR 181996 before me, A. Melendez, Notary Public,
NAME, TITLE OF OFFICER
personally appeared David Z. Noddle
NAME OF SIGNER
■Personally known tome -OR- ❑ proved tome on the basis of satisfactory evidence
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
E
to be the person(s) whose name(s) is /are
❑
subscribed to the within instrument and
❑
acknowledged to me that he /she /they executed
❑
the same in his /her /their authorized capacity(ies),
and that by his /her /their signature(s) on the
^8`a�eesHa
iO'O'Ort "wn °6aA eIVICLL
instrument the person(s), or the entity upon
v
#, j a a
behalf of which the person(s) acted, executed the
M ,
S
instrument.
°-��`,3 1999w
-'�' Lh; O. ^.:',m Exaues :vevsi�tari9,
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
❑ CORPORATE OFFICER
TITLE(S)
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
E
ATTORNEY -IN -FACT
❑
TRUSTEE(S)
❑
GUARDIAN /CONSERVATOR
❑
OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES)
American Motorists Insurance Company
DESCRIPTION OF ATTACHED DOCUMENT
BOND(S)
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
MAR 181996
DATE OF DOCUMENT
SIGNER OTHER THAN NAMED ABOVE
AMERICAN MOTORISTS INSURANCE COMPANY
Hone Office: Long Grove, IL 60049
POWER. OF ATTORNEY
Know All Men By These Presents:
rcniona
nsumaze
cdeaie¢
That the American Motorists Insurance Company, a corporation organized and existing under the laws of the State of
Illinois, and having its principal office in Long Grove, Illinois, does hereby appoint
David Z. Noddle of Los Angeles, California *****Ah***
its true and lawful agent(s) and attorney s) -in -fact, to make, execute, seal, and deliver during the period
beginning with the date of issuance of this power and ending December 31, 1997, unless sooner revoked for and on
its behalf as surety, and as its act and deed:
Any and all bonds and undertakings provided the amount
of no one bond or undertakinz exceeds TWO MILLION
FIVE HUNDRED THOUSAND DOMMR ($2,500,000.00)********h
EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which guarantees the
payment or collection of any promissory note, check, draft or letter of credit.
This authority does not permit the sane obligation to be split into two or more bonds in order to bring each such
bond within the dollar limit of authority as set forth herein.
This appointment may be revoked at any time by the American Motorists Insurance Company.
The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said
American Motorists Insurance Company as fully and amply to all intents and purposes, as if the sane had been duly
executed aW acknowledged by its regularly elected officers at its principal office in Long Grove, Illinois.
THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF DECEMBER 31, 1997.
This Power of Attorney is executed by authority of a resolution adopted by the Executive Committee of the Board of
Directors of said American Motorists Insurance Company on February 23, 1988 at Long Grove, Illinois, a
true and accurate copy of which is hereinafter set forth and is hereby certified to by the undersigned Secretary as
being in full force and effect:
-VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in
writing and filed with the Secretary, or the Secretsry shall have the power and authority to appoint agents and
attorneys- in-fact, and to authorize then to execute on behalf of the Company, and attach the seal of the Company
thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature
thereof, and any such officers of the Company may appoint agents for acceptance of Process."
This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following
resolution adopted by the Executive Committee of the Board of Directors of the Company at a meeting duly called and
hold on the 23rd day of February, 1968:
"VOTED, That the signature of the Chairman of the Board, the President, any Vice President, or their appointees
designated in writing and filed with the secretary, and the signature of the Secretary, the seal of the Company, and
certifications by the Secretary, nay be affixed by facsimile on any power of attorney or bond executed pursuant to
resolution adopted by the Executive Committee of the Board of Directors on February 23, 1988 and any such power so
executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be
valid and binding upon the Company.^
In Testimony Whereof, the American Motorists Insurance Company has caused this instrument to be signed and its
corporate seal to be affixed by its authorized officers, this 01 day of January , 1994 .
Attested and Certified: AMERICAN MOTORISTS INSURANCE COMPANY
W. A. Grauzas,
ie_
by
(OVER)
J. S. Kemper, III, Exec. Vice President
i
STATE OF ILLINOIS SS
COUNTY OF LAKE
0
I, Irene Klewer, a Notary Public, do hereby certify that J. S. Kemper, III and W. A. Grauzas personally known
to me to be the same persons whose names are respectively as Exec. Vice President and Secretary of the American
Motorists Insurance Company, a Corporation of the State of Illinois, subscribed to the foregoing instrument,
appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed,
sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation
and as their own free and voluntary act for the uses and purposes therein set forth.
My commission expires: 1 -28 -98
"OFFICIAL SEAL" ►
4 Irene Klewer ►
4 Notary Public, State of Illinois ►
4 My Commisslon Esplres 1211198 ►
CERTIFICATION
Irene Klewer, Notary Public
I, N. J. Zarada, Secretary of the American Motorists Insurance Company, do hereby certify that the attached Power
of Attorney dated Jarnuary 01, 1994 on behalf of the person(s) as listed on the reverse side is a
true and correct copy and that the same has been in full force and effect since the date thereof and is in full
force and effect on the date of this certificate) and I do further certify that the said J. S. Kemper, III and W. A.
Grauzas who executed the Power of Attorney as Exec. Vice President and Secretary respectively were on the date
of the execution of the attached Power of Attorney the duly elected Senior Vice President and Secretary of the
American Motorists Insurance Company.
IN TESTIMONY WHEREOF, I have harenynio subscribed my name and affixed the corporate seal of the American
MAR 181996
Motorists Insurance Company on this day of , 19
N.J.Zarada, Secretary
This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named
therein, and they have no authority to bind the Company except in the manner and to the extent herein stated.
FM 836 -5 6 -92 IN PRINTED IN U.S.A.
Power of Attorney - Term
3 N' Pr
Emium BASED A
FINAL coNTRACT PRQ
FAITHFUL PERFORMANCE BOND
Bond No.: 3SM 886 461 00
remium: $3,101.00
xecuted In (4) Parts
Page 10
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California,
by motion adopted MARCH 25TH. 1996 has awarded to ARA ENGINEERING
CONTRACTOR, hereinafter designated as the "Principal ", a contract for
Groundwater Development Project Well Site Development Project - Phase I for
Dolphin Avenue Well Site & Tamura School Well Site Contract No. C- 3004 -R, in
the City of Fountain Valley, 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, all of which are incorporated herein by this reference;
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,ARA ENGINEERING CONTRACTOR, as Principal
and AMERICAN MOTORISTS INSURANCE COMPANY, as Surety, are held and
firmly found unto the City of Newport Beach, in the sum of One Hundred Fifty-
Five Thousand and Thirty & No /100 Dollars ($155.030.00).
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.
r ,C�—,� -k-� 35M F�: <c 11 t i co
0
•
Page 11
And said Surety, for value received, hereby stipulates and agrees that no
change, extension of time, alterations or additions to the terms of the contract or to
the work to be performed thereunder or to the specifications accompanying the
same shall in any wise affect its obligations on ,thin bond, and it does hereby waive
notice of any such change, extension of time, alterations or additions to the terms of
the contract or to the work or to the specifications.
This Faithful Performance Bond shall be extended and maintained by the
Principal in full force and effeect 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 WHEMOF, this instrument has been duly executed by the
Principal and Surety above named, on thaUthdayof March 1996.
ARA Engineering Contractor (Cl)
Name of Con or (Principal)
Ja,4„-
A Signature mad Title
Authorized Signature and Title
AMERICAN MOTORISTS
INSURANCE COMPANY (Seal)
Name of Sunny
7470 North Figueroa reet
Los Angeles, CA
Address of Surely ,;
of Authorized Agent
.e, Attorney- n-Fact
Same As Above
Addnu of Agent
(213) 257 -8291
Telephaau Number of Agent
• 0
1T>riSRtstUUA AL�i?Uit� t]5E 141!)iLEE?GMEt
State of California
County of Los Angeles
On m r 5 193E, before me, A. Melendez Notary Public,
TRUSTEE(S)
NAME, TITLE OF OFFICER
personally appeared David Z. Noddle
NAME OF SIGNER
OTHER:
■Personally known tome -OR - ❑
proved tome on the basis of satisfactory evidence
to be the person(s) whose name(s) is /are
subscribed to the within instrument and
acknowledged to me that he /she /they executed
the same in his /her /their authorized capacity(ies),
and that by his /her /their signature(s) on the
3Y' i59 !t3evppVtl06Y1p^1giDOYY)BpYYaryDy
instrument the person(s), or the entity upon
F M' Y' cornM nlrr!iiri
behalf of which the person(s) acted, executed the
S Nortarr>o,uc ,.uurur,Nin
instrument.
E � ii;�i2iGW.
m �- ==" A'� Cxm, EXtiNe9 N6vM,iAaf ifi, 1dG6 t
b OE1�PPPDOPGDG ®Df4gtBD{i49.{hMYY1Y /YYYB
WITNESS my hand and official seal.
(SIGNATURE 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
DESCRIPTION OF ATTACHED DOCUMENT
❑ INDIVIDUAL
BOND(S)
❑ CORPORATE OFFICER
TITLE OR TYPE OF DOCUMENT
TITLE(S)
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
E ATTORNEY -IN -FACT
❑
TRUSTEE(S)
❑
GUARDIAN /CONSERVATOR
❑
OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES)
American Motorists Insurance Company
NUMBER OF PAGES
iwtik d 1996
DATE OF DOCUMENT
SIGNER OTHER THAN NAMED ABOVE
AIIIIIIIIIIIh
f
.. '•• }: :C:Llil;ll %1VALLi:ill:'bl�/il�l:
.:.:
ISSUF. DATF.fMMIOD/YYl
PRODUCER
COMPANIES AFFORDING COVERAGE
American Junior of South Insurance
Services
COMPANY A
LETTER CALVERT INSURANCE COMPANY
16200 Ventura Blvd. Suite 425
COMPANY
Encino Ca. 91436 Tele.(818)906
2424
LETTER
ER .
INSUR Engineering Contractor
C
LETTER Y
28102 Haria
COMPANY
D
Mission Viejo, Ca. 92692
LETTER
COMPANY E
LETTER
COVERAGES
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE
TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE.
co
TR
TYPE OF INSURANCE
POLICY
NUMBER
EFFECTIVE
DATE
EXPIRATION
DATE
ALL LIMITS IN THOUSANDS
GENERAL LIABILITY
( OCCURENCE BASIS ONLY)
CAL0001497
07/24/95
07/24/96
GENERAL AGGREGATE
$1,000,000
COMMERCIAL
COMPREHENSIVE
PRODUCTS /COMPLETED
$1,000,000.
OWNERS & CONTRACTORS
OPERATIONS AGGREGATE
PERSONAL INJURY
$1,000,000.
PROTECTIVE
CONTRACTUAL FOR SPECIFIC
CONTRACT
EACH OCCURENCE
$1,000,000.
PRODUCTS /COMPLETED OPERATION
XCU HAZARDS
BROAD FORM PROPERTY DAMAGE
SEVERABILITY OF INTEREST CLAUSE
FIRE DAMAGE
FIRE)
$ 50 000.
P. I. WITH EMPLOYEE EXCLUSION
(ANYONE
MEDICAL EXPENSES
$
REMOVED
MARINE
(ANY ONE PERSON)
AUTOMOBILE
LIABILITY
COMBINED
iRy
SINGLE LIMIT
/��I
ANV AUTO
ALL OWNED AUTOS
BODILY INJURY
(PER PERSON)
;�
SCHEDULED AUTOS
's
HIRED AUTOS
BODILY INJURY (PER ACCIDENT)
®..
NON -OWNED AUTOS
!EACH
GARAGE LIABILITY
PROPERTY DAMAGE
XCESS LIABILITY
AGGREGATE
CE
UMBRELLA FORM
OTHER THAN UMBRELLA FORM
$
WORKERS' COMPENSATION
STATUTORY
$
EACH ACCIDENT
&
$
DISEASE- POLICY LIMIT
EMPLOYERS' LIABILITY
$
DISEASE -EACH EMPLOYEE
OTHER
$
DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES /RESTRICTIONS /SPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF
NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH, BUT NOT LIMITED TO THE FOLLOWING CONTRACT:
Groundwater Development Project Well Site Development Project -Phase I- DolphinAvenue & Tamura School Contract - 3004 -R
PROJECT TITLE AND CONTRACT NUMBER
CERTIFICATE HOLDER:'. „. �'
CANCECLATIQN•
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 30 DAYS MINIMUM ADVANCE NOTICE TO THE CITY OF
NEWPORT BEACH BY FIRST CLASS MAIL.
NEWPORT BEACH, CALIFORNIA 92658 -8915
ATTENTION:
3/22/1996
RUTH ]ZED PRESENTATIVE ISSUE DATE
I
(o
7771.
OF INSURANCE A& , : " .
3 YT I'Mi ININI/1111^�)
25/96
PROMICHR
46ERTIFICATE
COMPANIES ArWDING COVERAGE
KELLY CURTIS—BRENNAN
'0 . IVIPA . NYA ......
STATE FARM INSURANCE
LETrER
27676 SANTA MARGARITA
PKWY.
COMPANY
I-FTI'ER
INSURED
COMPANY
LETTER C
ALI REZA YAZDANSHENAS
COMPANY D
28102 HARIA
LETI ER
MISSION VIEJO, CA 92692
NY
llL�R
U I
COVERAGES
THIS IS TO CEHRFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM On CONDIrION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED On MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE
TERMS. EXCLUSIONS. AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE.
rn
TYPE OV INS(IRANCR
POLICY 17171j: :j'jVE, EXPIRATION
NI)MBER DATE DATE ALL LIMITS INTHOUSANDS
,TU
...............
(47NITAI, HARILI I Y
(OCCURENCE BASIS ONLY)
GENERAL AGGREGATE $
COMMERCIAL
PROQUCTSICOMPLETED
$
COMPREHENSIVE
OPERATIONS AGGREGATE
OWNERS?. CONTRACTORS
PROTECTIVE
PERSONAL INJURY
CONTRACTUAL FOR SPECIFIC
CONTRACT
PRODUCTSICOMPLEFED OPERATION
EACH OCCURENCE
XCU HAZARDS
BROAD FORM PROPERTY DAMAGE
SEVERABILITY OF INTEREST CLAUSE
FIRE DAMAGE
(ANYONE FIRE)
P. I. WITH EMPLOYEE EXCLUSION
- -------- --
REMOVED
MEDICAL EXPENSES S
MARINE
(ANY ONE PERSON)
All l0t,4011 1 Lr. IA All ILITY
COMBINED
SINGLE LIMIT
i r 000, o
0 0 I. ,�'
ANY AUTO
BODILY INJURY
—
ALL OWNED AUTOS
V57-5720—
(PER PERSON)
BODILY INJURY
SCHEDULED AUTOS
All-75
1/11/96
7/11/96
I InE D Al HOS
(PER ACCIDENT)
NON OWNED AUTOS
GARAGE LIABILITY
PROPERTY
DAMAGE
... . .......... .
..
EXCESS LIABILITY
. . . .. ...........
EACH AGGREGATE
OCCURENCE
UMI3R6t LA FORM
OTHER THAN UMBRELLA FORM
$
WORKERS' COMPENSATION
STATUTORY
&
$ EACH ACCIDENT
ENITTOYERS'HABILITY
DISEASE-POLICY LIMIT
$ DISEASE EACH EMPLOYEE
DESCRIPTION OF OPERATIONSILOCATIONSNrIlICI-ES/RESTRICTIONSISPECIAL 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:
oun(ITT'Bler Development Project
j -
Well Site Qc.w pun 'c
k _e nit P To c t - P h a s e I - 1) ol p. h, WA mmtA I -am u r a5s.1ji—ml W—) 11 it: a c 1. C_-.M? Q 4 - t
PLUM f I I I I IJ: AND (()MIRA( I NI]MITFR
(2ERTIHCA'I E I IOLDE R
CANCELLATION
CITY 017 NEN\TOR I'BEACI I
SHOULD ANY OF THE ABOVE DEF;CRIBED POLICIES BE NON RENEWED, CANCELLED OR
P.O. Box 1169
COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE COMPANY AFFORDING
3300 N[7X\'IIOIZ'F RO1 fl-FVARD
COVERAGE SHALL PROVIDE 10 DAYS MINIMUM ADVANCE NOTICE TO THE. CITY Or
NF"'POR 1 1117ACH. CALIFORNIA 92659
9915
NEWPOgTfl ACH BY FIRS CLASS MAIL.
AIJ FN I ION:
AtimoRi E
(o
. L •.•. �Il'1C't -'1�
11: Jll:w.:. l:G ... I.SSUEUATRWW)N YI
PRODUCER
COMPANIES AFF DING COVERAGE
American Junior of South
L�RY A Calvert Insurance Company
Insurance Services
16200 Ventura Blvd. 4425
COMPANY B Commercial Underwriter Ins. Company
Encino, Ca. 91436, Tel.(818)906 2424
LETTER
INSURED Engineering Contractor
COMPANY C
LETTER
28102 Haria
COMPANY D
Mission Viejo, Ca. 92692
COMPANY E
LETTER
COVERAGES W
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE
TERMS, EXCLUSIONS. AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE.
INSURANCE
POLICY
NUMBER
EFFECTIVE
DATE
EXPIRATION
DATE
ALL LIMITS IN THOUSANDS
GENERAL
BASSIONLY)
CAL0001497
07/24/95
07/24/96
GENERAL AGGREGATE
$1,000,000.
L SIVE
W
PRODUCTSICOMPLETED
$1 000 000.
ONTRACTORS
OPERATIONS AGGREGATE
> ,
PERSONAL INJURY
$1,000,000.
VE
CONTRACTUAL FOR SPECIFIC
CONTRACT
PRODUCTSICOMPLETED OPERATION
EACHOCCURENCE
$1 000 000
XCU HAZARDS
> >
BROAD FORM PROPERTY DAMAGE
SEVERABILITY OF INTEREST CLAUSE
FIRE DAMAGE
$ 50,000.
P. I. WITH EMPLOYEE EXCLUSION
(ANYONE FIRE)
MEDICAL EXPENSES
$
REMOVED
MARINE
(ANY ONE PERSON)
AUTOMOBILE LIABILITY
Not Covered
COMBINED
SINGLE LIMIT
ANY AUTO
BODILY INJURY
ALL OWNED AUTOS
(PER PERSON)
SCHEDULED AUTOS
BODILY INJURY
HIRED AUTOS
(PER ACCIDENT)
;EACH
NON -OWNED AUTOS
PROPERTY
GARAGE LIABILITY
DAMAGE
EXCESS LIABILITY
CEL013421
04/05/96
07/14/96
AGGREGATE
UMBRELLA FORM
OTHER THAN UMBRELLA FORM
1,000,00
WORKERS' COMPENSATION
Not Covered
$TATVTORY
a@
S
EACH ACCIDENT
S
DISEASE - POLICY LIMIT
EM PLO Y CRSAJ A B I LITY
S
DISEASE -EACH EMPLOYEE
OTHFR
DESCRIPTION OF OPERATIONS& OCATIONSNEHICLES /RESTRICTIONSISPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF
ertificate holders or 9EHALF OF THE NAMED INSURED IN CONNECTION WITH, BUT NOT LIMITED TO THE FOLLOWING CONTRACT:
Groundwnter Development Project Well Site Development Project -Phase 1- DolphinAvenue & Tnmurn School Contrncl C- 3004 -R
PROJECT TITLE AND CONTRACT NUMDER
CERTIFICATE HOLDER ' ` -' �
CANCELLATIQN;`.: cyc��,,;.*, �;:;; '-•- ''
City Of Newport Beach
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON- RENEWED, CANCELLED OR
City of Fountain Valley
COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE COMPANY AFFORDING
Fountain Valley School District
COVERAGE SHALL PROVIDE 30 DAYS MINIMUM ADVANCE NOTICE TO THE CITY OF
NEWPORT BEACH BY FIRST CLAS AIL.
First Baptist Church
DMC Engineering
AT RA rnnqtyiiPfinn
AU'f -D REPRESENTATIVE ISSUE DATE
/ / V
(l "tY OE NCWPORT BEACH
0
AUTOMOTIYE,_I,:IA I ITY INSURANCE ENDORSEMENT
II IF agreed [heat:
Page 13
With respect to such ins, ranee as is afforded by the policy for Automobile Liability, the Cily of
Newport Reach, its officers and employees are additional insureds, but only with respect to
liability for damages arising out of the ownership, maintenance or use of automobiles (or autos)
usal by or an behalf of the named insured in connection with the contract designated below. The
insurance extended by this endorsement to said additional insured does not apply to bodily injury or
properly damage arising; out of automobiles (1) owned by or registered in the name of an additional
insured, ,r (2) leased or rented by an additional insured, or (3) operated by an additional insured.
T'he insurance afforded said additional insured(s) shall apply as primary insurance and rxr ofher
insurance maintained by the City of Newport Reach shall be called upon to contribute with
insurance provided by this policy.
2. The policV includes the following provision:
"file insurance afforded by the policy applies separately to each insured who is seeking
coverage or against whorl a claim is made or suit is brought, except with respect to the limits of
liability of the company affording coverage"
3. The limits (if liability under this endorsement for the additional insureds named in Paragraph L of
this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit:
I 1 Multiple Limits
Bodily Injury Liability $ ] 000,000 per person
Bodily Injury liability$ 1- 000.000 per accident
Property Damage liability $ 1.000,000
( A Combined Single Limit
Bodily Injury liability $ 1- 0 OQ000,
and
Property Damage Liability
The limits of liability as stated in Ibis 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 linlits of liability stated in the policy as applicable to Automobile Liability Insurance.
Should the policy Lc non - renewed, cancelled or coverage reduced before the expiration date
IhereoL the Issuing Company shall provide- 30 days advance notice to the City of Newport Beach
by registered mail, Attention: Public Works Depnrhnent.
`;. I ),signaled Contract: Groundwater Development Project Well Site Development Project - Phase I (rnr
Uctlphjn_Avenue Well Silc, Rc l amyl:a,$chool_ Well $ire _C.- 3(II1Q -R
Projccl 'Title Coalracl No
I his endorsement is effective JANUARY 11 r 19 9 6 A— at 12:01 A.M. in(] forms part of
Policy NO 57= 5720 —All of --$
(Oinipany Affording Coverage)
Insured — ALIREZA_ YAZDANSHENAS _ Endorsement No.
Issuing; Company STATE FARNj ZN CE "mm By
// (Aulhori?cd Relnniivc)
0
CITY OF NEWPORT BEACH
GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
Page 14
With respect to such insurance as is afforded by the policy for General Liability, the City of Newport
Beach, its officers and employees are additional insureds but only with respect to liability arising out of
operations performed by or on behalf of the named insureds in connection with the contract designated
below or acts and omissions of the additional insureds in connection with its general supervision of such
operations. The insurance afforded said additional insured(s) shall apply as primary insurance and no
other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance
provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is
brought, except with respect to the limits of the liability of the company affording coverage."
3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions
and exclusions applicable to such insurance) includes liability assumed by the named insured under the
indemnification or hold harmless provision contained in the written contract, designated below, between
the named insured and the City of Newport Beach.
4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the
explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU"
hazards) are deleted.
5. The limits of liability under this endorsement for the additional insured(s) named in paragraph I of this
endorsement shall be the limits indicated below written on an "Occurrence" basis:
k ] Commercial[X] Comprehensive
General Liability $ 1.000.000 each occurrence
$ 1.000.000 aggregate
The applicable limit of the Contractual Liability for the company affording coverage shall be reduced by
any amount paid as damages under this endorsement in behalf of the additional insured(s).
The limits of liability as stated in this endorsement shall not increase the total liability of the company
affording coverage for all damages as the result of any one occurrence in excess of the limits of liability
stated in the policy as applicable to General Liability Insurance.
6. Should the policy be non - renewed, cancelled or coverage reduced before the expiration date thereof, the
Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail,
Attention: Public Works Department
7. Designated Contract: Groundwater Development Project Well Site Development Project -
Phase I for Dolphin Avenue Well Site & Tamura School Well Site C- 3004 -R
Project Title Contract No.
This endorsement is effective March 39th, 1996 at 12:01 A.M. and forms part of
Policy No. CAT.0001497 of f:alvart Tncnranra Comrnanv
(Company Affording Coverage)
Insured ARA Engineering Contractor Endorsement No.
Issuing Company American Junior of South By
Insurance Services ( thorized Representative)
• •
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."
3 /%%/0
Date
ARA ENGINEERING CONTRACTOR
Name of Contractor (Principal)
A '
Ali Yazdanshenas, General Partner
Groundwater Development Project, Well Site Development Project - Phase I
for Dolphin Avenue Well Site & Tamura School Well Site C- 3004 -R
Title of Project Contract No.
0 •
Page 16
CONTRACT
THIS AGREEMENT, entered into this 26TH day of MARCH 1996,
by and between the CITY OF NEWPORT BEACH, hereinafter "City," ARA
ENGINEERING CONTRACTORS, 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, Well Site Development Project - Phase I for
Dolphin Avenue Well Site & Tamura School Well Site C- 3004 -R
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, Well Site Development Project - Phase I for
Dolphin Avenue Well Site & Tamura School Well Site C- 3004 -R
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 One Hundred Fifty -Five
Thousand and Thirty & No /100 Dollars ($ 155.030.00)
This compensation includes (1) any loss or damage arising from the nature of the
work; (2) any loss or damage arising from any unforeseen difficulties or obstructions
in the performance of the work; (3) any expense incurred as a result of any
suspension or discontinuance of the work; but excludes any loss resulting from
earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and
which loss or expense occurs prior to acceptance of the work by City.
3. All of the respective rights and obligations of City and Contractor are
set forth in the contract documents. The contract documents are incorporated
herein by reference as though set out in full and include the following:
(a) Notice Inviting Bids
(b) Instruction to Bidders and documents referenced therein
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and Endorsements(s)
(f) Workers' Compensation Insurance Certification
0
Page 17
(f) Plans and Special Provisions for Groundwater Development Project,
Well Site Development Project - Phase I for
Dolphin Avenue Well Site & Tamura School Well Site C- 3004 -R
Title of Project Contract No.
(g) This Contract.
4. Contractor shall assume the defense of, pay all expenses of defense and
hold harmless, City and its officers, employees and representatives
from all claims, loss or damage, injury and liability of every kind,
nature and description by reason of or arising out of the negligent or
willful conduct of the Contractor, his /her employees, agents and
subcontractors in the performance of the Project, except such loss or
damage caused solely by the active negligence of the 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:
cgCVo�v N.P
�
LaVonne Harkless, City Clerk
A /PPROV AS TO FORM:
Robin Clauson, Assistant City Attorney
CITY OF NEWPORT BEACH
a municipal corporation
John Hedges, Mayor
CONTRACTOR:
ARA ENGINEERING CONTRACTOR
Name of Contractor (Principal)
Ali azdanshenas, General Partner
6 a,/ouC
Authorized Signature and Title