Loading...
HomeMy WebLinkAboutC-3027 - Riverside Avenue, Avon Street, Tustin Avenue, Water & Sewer Improvements0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 January 26, 1996 Ken Thompson, Inc. P.O. Box 749 Cypress, CA 90630 Subject: Surety: Bond No.: Contract No.: Project: (714) 644 -3005 Safeco Insurance Company of America 5818497 C -3027 Riverside Avenue, Avon Street, and Tustin Avenue Water and Sewer Improvements The City Council of Newport Beach on December 11, 1995, accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion and release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. The Notice was recorded by the Orange County Recorder on January 4, 1996, Reference No. 19960006214. Sincerely, 717. X44" LaVonne M. Harkless, CMC /AAE City Clerk LMH:lm cc: Public Works Department 3300 Newport Boulevard, Newport Beach 0 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk/-'�) �'Tl City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 0 Recorded in the County of Orange, California-, Gary 1, Granville, Clerk /Recorder 1111111111111 No Fee 19960006214 4 ; 30pm �/04f96, 005 151140 25 24 MB5 N12 1 7.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as owner, and Ken Thompson, Inc., P.O. Box 749, Cypress, CA 90630 as Contractor, entered into a Contract on February 27, 1995 Said Contract set forth certain improvements, as follows: Riverside Avenue Avon Street and Tustin Avenue Water and Sewer Improvements (C -3027) - located in the City of Newport Beach County of Orange Work on said Contract was completed on November 15, 1995 and was found to be acceptable on December 11, 1995 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Safeco Insurance Company of America, 4 Hutton Centre, Suite 250B, Santa Ana, CA 92707 BY 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 iCJlZG�fii7l. (YC }i ��y �y9� , at Newport i Beach, California. BY / City Clerk 1T I 11- � nl. n1Y CITY OF NEWPORT BPACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH. CA 92658 -8915 December 28, 1995 County Recorder's Office P.O. Box 238 Santa Ana, California 92702 (714) 644 -3005 Enclosed is the following document for recordation and return to the above -named office: Notice of Completion: Riverside Avenue, Avon Street and Tustin Avenue Water and Sewer Improvements (C -3027) Sincerely, Wanda E. Raggio City Clerk 3300 Newport Boulevard, Newport Beach • December 11, 1995 CITY COUNCIL AGENDA ITEM NO, 17 TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: NOTICE OF COMPLETION RIVERSIDE AVENUE, AVON STREET & TUSTIN AVENUE WATER AND SEWER IMPROVEMENTS CONTRACT NO. C -3027 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 Riverside Avenue, Avon Street and Tustin Avenue Water and Sewer Pipeline Project has been completed by Ken Thompson, Inc. to the satisfaction of the Public Works Department. The bid price was $ 195,120.00 Amount of change orders $ 4,999.76 Total contract cost $ 200,119.76 There were two (2) change orders for this project. The first change order resulted because of additional materials and labor for two (2) sewer laterals installed and related curb and gutter costs. The second was a deductive change order related to paving quantity reductions. Funds for the project were budgeted in the following accounts: Description Water Capital Projects Wastewater Capital Projects Account Number Amount 7501- C5500221 $181,729.76 7533- C5600103 $18,390.00 1 J Page 2 Riverside, Avon & Tustin Water & Sewer Improvement Project Notice of Completion C -3027 December 11, 1995 The scheduled completion date was May 15, 1995. However, due to difficulties the Contractor encountered with the unsuitable backfiil • materials, his work was not able to be completed prior to the street reconstruction and storm drain improvements, which was performed under separate contract by Clayton Engineering. City Council accepted the street and storm drain construction, Contract No. C -2782, on November 13, 1995. Staff chose to approach the utilities and road /storm drain work separately to better coordinate activities required for each operation and to minimize traffic impacts to this heavily traveled street. In an effort to coordinate with the street and storm drain contractor, Ken Thompson agreed to reschedule the final items of work after the street reconstruction and storm drain work was completed. Upon completion of the road /storm drain work, Ken Thompson re- mobilized and completed the remaining utilities portions of the project. Ken Thompson has completed all construction services listed under his Contract and the Public Works Department has accepted the work and finds the quality to be satisfactory. Staff recommends acceptance of the work. �✓ s s Respectfully submitted, is -z7 -�S C) PUBLIC WORKS DEPARTMENT Don Webb, Director By: ' M' hael J. Sinacori, P.E. (Acting) Utilities Manager MJS:tam • 0 • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: March 23, 1995 (714) 644 -3005 SUBJECT: Contract No. C -3027 3 -z 3 -9s Description of Contract Riverside Ave Avon St.. and Tustin Ave Water and Sewer Improvements - Effective date of Contract February 27 1995 Authorized by Minute Action, approved on Februar� 27 1995 Contract With Ken Thompson Inc Address P.O. Box 749 Cypress CA 90630 - Amount of Contract $195,120.00 " s Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach • NOTICE INVTI'ING BIDS 4 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 the 14th day of February 11995, at which time such bids shall be opened and read for RIVERSIDE AVE., AVON ST., AND TUSTIN AVE. WATER AND SEWER IMPROVMENTS Title of • Contract •o Engineer's Estimate • Approved by the City Council this 23rd day of January, 1995 Wanda E. Raggi City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92658 -8915 For further information, call Michael 1. Sinacori at 644 -3011. Project Manager CITY CLERK CITY OF NEWPORT BEACH UTILITIES DEPARTMENT Ll RIVERSIDE AVENUE, AVON STREET, AND TUSTIN AVENUE WATER AND SEWER MAIN IMPROVEMENTS CONTRACT NO. 3027 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 -3022 in accord with the Plans and Special Provisions, and will take in full payment therefor 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. ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 1.246 LF Install 12 -inch C -900 PVC SDR -14 water main with temporary trench resurfacing. Forty-eight Dollars and no Cents $ 48.00 $ 59.808.00 per Linear Feet 65 LF Install 12 -inch DIP Class 52 water main with temporary trench resurfacing. Fifty -three Dollars and no Cents $ 53.00 $ 3,445.00 per Linear Feet 0 0 ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 60 LF Install 8 -inch C -900 PVC SDR -14 water main temporary trench resurfacing. Fifty -five Dollars and Sixty-five Cents $ 55.65 $ 3.339.00 per Linear Feet 4. 443 LF Install 8 -inch PVC C -900 PVC SDR -14 water main with trench resurfacing. Thirty -six Dollars and no Cents $ 36.00 $ 15.948.00 per Linear Feet 5. 30 LF Install 6 -inch C -900 PVC SDR -14 water main with trench resurfacing. One Hundred & Twenty -five Dollars and no Cents $ 125.00 $ 3.750.00 per Linear Feet 6. Lump Sum Install 6" x 6" tapping sleeve, tapping valve and appurtenant pipe and fittings. Three Thousand, Two Hundred Seventy Dollars and no Cents $3.270.00 $ 3.270.00 per Lump Sum 6 EA Install 12 -inch butterfly valves. One Thousand, One Hundred Sixty -five Dollars and no Cents $1.175.00 $ 7,050.00 per Each P- 2 0 0 ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 8. 2 EA Install 8 -Inch RW gate valves. Six Hundred Twenty-five Dollars and no Cents $ 625.00 $ 1.250.00 per Each 9. 8 EA Install 6 -Inch RW gate valves. Five Hundred Dollars and no Cents $ 500.00 $ 4.000.00 per Each 10. 2 EA Remove existing fire hydrants. Six Hundred Dollars and no Cents $ 600.00 $ 1,200.00 per Each 11. 3 EA Install fire hydrant assemblies, including 6 -inch RW gate valves. Three Thousand, Two Hundred Fifty Dollars and no Cents $3.250.00 $ 9,750.00 per Each 12. 9 EA Install 4 -inch sewer lateral with temporary trench resurfacing. One Thousand, Seven Hundred Fifty Dollars and no Cents $1.750.00 $ 15.750.00 per Each P- 3 • ITEM APPROXIMATE NO. QUANTITY DESCRIPTION 11 13. 40 LF Install 8 -inch PVC SDR 35 sewer main with temporary trench resurfacing. UNIT TOTAL PRICE AMOUNT Sixty-six Dollars and no Cents $ 66.00 $ 2.640.00 per Linear Feet 14. 8 EA Install 1" water service with temporary trench resurfacing. One Thousand, Three Hundred Seventy -five Dollars and no Cents $1.375.00 $ 11.000.00 per Each 15. 6 EA Install 2" water service with temporary trench resurfacing. One Thousand, Six Hundred Twenty Dollars and no Cents $1.620.00 $ 9.720.00 per Each 16. 2 EA Install pressure reducing stations and appurtenances, including vault, piping, all fittings and vent assemblies. Seventeen Thousand, Five Hundred Dollars and no Cents $17,500.00 $ 35 000.00 per Each P- 4 0 0 ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 17. Lump Sum Pressure testing and disinfection. Two Thousand Dollars and no Cents $2.000.00 $ 2.000.00 per Lump Sum 18. Lump Sum Abandon existing water mains. Six Thousand, Two Hundred Dollars and no Cents $6.200.00 $ 6.200.00 per Lump Sum TOTAL PRICE IN WRITTEN WORDS One Hundred Ninety -Five Thousand, One Hundred Twenty Dollars and no Cents $ 195120.00 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 Ken Thompson Inc. Bidder's Address P.O. Box 749 Cypress CA 90630 Bidder's Telephone No. (714) 995 -1371 Contractor's License No. & Classification 345914 "A" 2 -28 -96 Expiration Date Date Authorized ignature /Title P- 5 TRUCTI NS TO BIDDERS • Page 2 The following documents shall be completed, executed and received by the City Clerk in accordance with 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. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 345914 "A" Ken Thompson, Inc Contr's Lic. No. & Classification Bidder 3 -9 -v5 ,�D ��-� / e, VP Date Authorized Signatu e /Title • • Page 3 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. 1. 2. 3. 4. 5. 6. 7. 8. 9. 1c 11 12 Subcontract Work Subcontractor Address Ken Thompson, Inc. Bidder ,t L. o Authorized Signature itle • 0 Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, Ken Thompson. Inc. as bidder, and Safeco Insurance Company of America as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Nineteen Thousand, Five Hundred and Twelve Dollars ($ 19.512.00 ), 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 Riverside Ave., Avon St. and Tustin Ave. Water and Sewer Improvements. C -3027 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 8th day of February 1995. (Attach acknowledgement of Attorney -in -Fact) Lisa M. Lombardo Notary Public 10 -11 -97 Commission Expires Ken Thompson, Inc. Bidder S/ Daniel I. Demine /Exec. Vice President Authorized Signature /Title Safeco Insurance Comany of America Surety By: S/ Judith K. Cunningham Title: Attorney -In -Fact Page 5 NON - COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be suggested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomsoever to pay, deliver to, or share with an other person in any way or manner, any of the proceeds of the contracts sought by this bid. Ken Thompson Inc Bidder 4P Authorized Signa re /Title Subscribed and sworn to before me this 14th day of February 1995. My Commission Expires: 10 -11 -97 Lisa M. Lombardo 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. 1994 Ci y of Cypress Mark Christianson (714) 229 -6748 1995 City of Huntington Beach Doug Stack (714) 536 -5267 1994 City of Brea Sam Peterson (714) 990 -7600 1994 City of Yorba Linda Fernando Saldivar (714) 961 -7100 1994 Irvine Ranch Water Dist. Bill Stewart (714) 453 -5610 1994 County of Los Angeles Charles Burch (818) 917 -6480 Ken Thompson, Inc. Bidder Authorized Signature /Oritle Page 7 NOTICE The following contract documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of mailing Notice of Award to the successful bidder: PAYMENT BOND (pages 8 & 9) FAITHFUL PERFORMANCE BOND (pages 10 & 11) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12,13 &14) CONTRACT (pages 15 & 16) The City of Newport Beach will not permit a substitute format for these contract documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Payment and Faithful Performance Bonds shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Insurance Companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty except as modified by the Special Provisions. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications -for Public Works Construction, except as modified by the Special Provisions. 0 . Page 8 PAYMENT BOND BOND NO: 5818497 PREMIUM INCLUDED IN THE KNOW ALL MEN BY THESE PRESENTS, That PERFORMANCE BOND ERECUTED IN FOUR (4) COUNTERPARTS WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted February 27th. 1995 has awarded to Ken Thompson Inc hereinafter designated as the 'Principal ", a contract for Riverside Ave.. Avon St., Tustin St Water and Sewer Improvements C -3027 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 KEN THOMPSON, INC, as Principal, and SAFECO INSURANCE COMPANY OF AMERICA are held firmer bound unto the City of Newport Beach, in the sum of ($195,120.00 ---- --- -- ) 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. • • Page 9 The bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this bond as required by the provisions of Section 3247 et seq. of the Civil Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 7TH day of MARCH .19 95 . KEN THOMPSON, INC. (Seal) Name of Contractor (Principal) del' / &A , Authorized Signature Wid Title Authorized Signature and Title SAFECO INSURANCE COMPANY OF AMERICA _,(Seal) Name of Surety 4 HUTTON CENTRE, SUITE 250B. SANTA ANA. CA 92707 Address of Surety BY and Title of Authorized K. CUNNINGHAM, ATT WILLIS CORROON OF ORANGE COUNTY Address of Agent 1551 N. TUSTIN AVENUE SUITE 1000 SANTA ANA, CA 92701 (714)953 -9521 Telephone Number of Agent CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of it A1! 4- County of w On !) {1) 9, / `iy S before met jilw l t' DATE NAM9 TITLE OF OFFICER - Et. ,'JANE DO OTARY PUBLIC' i T ' personally appeared Ca- personally known to me - OR - ❑ NAME(S) OF SIGNER(S) No. 5907 ed"to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and ac- knowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. 16SA M. LOMBBAeRCD� O s �� -.y,•' ` �_ CON'IIIm. 31:06839 z hc.a ' ` ry Public -- Ca6iornia n / �y`�G�i ORANGE COUNTY SIGNATURE OF NOTARY s i czpires OCT 1 I, ; 997 OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSONS) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT -- SIGNER(S) OTHER THAN NAMED ABOVE *1993 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 91309 -7184 0 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT State of California County of ORANGE P On 3/7/95 before me, MECHELLE HUA Notary Public Date personally appeared JUDITH R. CUNNINGHAM Name 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/Xsubscribed to the within instrument and acknowledged to me that Taklshe/ XX executed the same in TvU /her /XXXXI ORANGE COUNTY n� �I MY COMMISSION EXPIRES JULY 31, 1998 Ir i WITNESS my han/d / and official seal. Signature of Notary Though the dam below is not tequimd by low, it my prove valuable to pettwos mlying on the document and could ptevem ftaudulem mmichmem of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TIII.E(S) ❑ PARTNERS(S) ❑ LIMITED ❑ GENERAL E ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IFS) DESCRIPTION OF ATTACHED DOCUMENT TIRE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE authorized capacity(ies), and that by $]U§j( her /X73** �I MECHELLE HUA signature(s) on the instrument the person(s)or the p amr• COMM. #1033917 entity upon behalf of which the person(s) acted, NOTARY PUBLIC- CALIFORNIA executed the instrument. ORANGE COUNTY n� �I MY COMMISSION EXPIRES JULY 31, 1998 Ir i WITNESS my han/d / and official seal. Signature of Notary Though the dam below is not tequimd by low, it my prove valuable to pettwos mlying on the document and could ptevem ftaudulem mmichmem of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TIII.E(S) ❑ PARTNERS(S) ❑ LIMITED ❑ GENERAL E ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IFS) DESCRIPTION OF ATTACHED DOCUMENT TIRE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE • • Page 10 FAITHFUL PERFORMANCE BOND BOND NO: 5818497 PREMIUM: $2,244.00 KNOW ALL MEN BY THESE PRESENTS, That EXECUTED IN FOUR (4) COUNTERPARTS WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted February 27th 1995 has awarded to Ken Thompson Inc hereinafter designated as the 'Principal ", a contract for Riverside Ave.. Avon St. Tustin Ave Water and Sewer Improvements C-3027 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, KEN THOMPSON, INC. as Principal SAFECO INSURANCE COMPANY OF AMERICA as Surety, are held and firmly found unto the City of Newport Beach, in the sum of ONE HUNDRED NINTY FIVE THOUSAND ONE HUNDRED TWENTY AND N01100--------- -- - - - - -- Dollars ($195,120.00---------- ). said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. • • Page 11 And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 7TH day of MARCH . 19 -a. KEN THOMPSON, INC. (Seal) Name of Contractor (Principal) Author' d Signature Title Authorized Signature and Title SAFECO INSURANCE COMPANY OF AMERICA (Seal) Name of Surety 4 HUTTON CENTRE, SUITE 250B, SANTA ANA, CA 92707 Address of Surety BY:c���� �1 i ature and Title of Autho ' QQent WILLIS COORRROONKOFCOORANNGE COtiNTYTORNEY -IN -FACT 1551 N. TUSTIN AVENUE, SUITE 1000, SANTA ANA, CA 92701 Address of Agent (714) 953 -9521 Telephone Number of Agent CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of e County of _ [ _ V ( n On �� /� ` ! 9 before me /�4a e y7r 1 L<< D TE NAME, TITLE OF OFFICER - E.G., "JANE DOE,, TARV PUBLIC" personally appeared .". ` Pa$ersonally known to me - O - ❑ NAME(S) OF SIGNER(S) No. 5907 ed to me on the basis of satisfactory evidence to be the person(s) whose names) 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 persons) acted, executed the instrument. WITNESS my hand and official seal. LA Cn. LOMBARDO / CONIM. #,WO839 • � + / -1 NOtow Public - California ➢ SIGNATURE OF NOTARY 4�/ GRANGE COUNTY My Comm. Expires OCT 11, 1997 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 TIT E(SI ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITV(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION - 8236 Remmet Ave., P.O. Box 7184- Canoga Park, CA 91309 -7184 • 0 CALIFORNIA ALL- PURPOSE ACKNOWLEDGEMENT State of California County of ORANGE On 3/7/95 before me, MECHELLE HUA Notary Public Date personally appeared JUDITH K. CUNNINGHAM Name of Signer(s) 2gypersonally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/Xsubscribed to the within instrument and acknowledged to me that U /she /XX executed the acme in /her /XXy-U 1 MECHELLE HUA p « ~. COMM. # 1033917 M NOTARY PUBLIC CALIFORNIA ORANGE COUNTY N 1i MY COMMISSION EXPIRES JULY 31, 1998 1� authorized capacity(ies), and that by X=her /)vM1U signature(s) on the instrument the person(s)or the entity upon behalf of which the person(s) acted, executed the instrument. W,JTNESS my hand and official seal. Signature of Notary Though the des below is not mquhed by law, it may prove valuable to persons relying on the document and could prevent 8audulem reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER Tni.E(S) ❑ PARTNERS(S) ❑ LIMITED ❑ GENERAL "ATTORNEY -IN -FACT ❑ TRUSTEE (S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTTTY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE e POWER &GAFE INSURANCE COMPANY OF AMERICA GENERARA L INSURANCE COMPANY OF AMERICA OF ATTORNEY HOME OFFICE: SAFECO PLAZA SAFECO® SEATTLE, WASHINGTON 98195 No. 9223 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint K. CUNNINGHAM, Santa Ana, California mm"mmmumm" " "Num"N" its true and lawful attorneys) —in —fact with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 22nd day of January . 19 93 CERTIFICATE Extract from the By —Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA 'Article V, Section 13. — FIDELITY AND SURETY BONDS ... the President any Vice President the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys —in —fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business . On any instrument making or evidencing such appointment the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. 'On any certificate executed by the Secretary or an assistant secretary of the Company setting out (i) The provisions of Article V. Section 13 of the By —Laws, and (ii) A copy of the power —of— attorney appointment executed pursuant thereto, and (iii) Certifying that said power —of— attorney appointment is in full force and effect the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof.' I, R. A Pierson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By —Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct and that both the By —Laws, the Resolution and the Power of Attorney are still in full force and effect IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 7TH day of MARCH 19 95 6'9741EP 1193 ® Registered trademark of SAFECO Corporation. CERTMCAATE:OFrINSURANCE PRODUCER COMPANIES RDING COVERAGE Corona Insurance Agency, COMPANY A P.O. Box 789 LETTER Transcontinental Ins. C6. Corona, CA 91718 COMPANY B LETTER Transoortation Ins. Co. INSURED COMPANY C LETTER Athena Ins. Co. Ken Thompson, Inc. COMPANY D P.O. Box 749 LETTER Cypress, CA 90630 COMPANY£ LET'T'ER COVERAGES THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PE ?!OD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCVMENT*TH 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 CERTIF.CA, e. co Intl TYPE OF INSURANCE POLICY POLICY EFFECTIVE DATE EXPIRATION ` DATE ALL LIMITS IN THO(;SAND$ GENERAL LIABILITY (OCCUAENCE BASIS ONLY) I GENERAL AGGREGATE 52,000,000 A COMMERCIAL COMPREHENSIVE 1034409505 2/13/95 2/13/96 iPPDDUCTS7CCMPLETED 5 OPERATIONS AGGREGATE I 2,000,000 OWNERS d CONTRACTORS I I f $1,000,000 PROTECTIVE CONTRACTUAL FOR SPECIFIC i PERSONAL INJURY CONTRACT 1 $ 1 000 , 000 TO OPERATION PROOUCTS;COMPLEE EACH OCCURENCE XCU HAZARDS , X I BROAD PCRM PROPERTY DAMAGE SEVERABIUTY OF INTEREST CLAUSE I FIRE DAMAGE $ W 000 P. 1. WITH EMPLOYEE EXCLUSION I (ANYONE FIRE) , $ `; , 000 7 REMOVED MARINE j MEDICAL EXPENSES ONE PERSON) (ANY APPOMOBILE LIABILITY j COMBINED 51 200 OC 4 i SINGLE LIMIT > , ANY AUTO BODILY INJURYi'y $ ALL OWNED AUTOS P.— 1034413408 2/13/95 2/13/96 j1 PER PERSON) „i SCHEDULED AUTOS .t" AUTOS ;x HIRED AUTO INJURY (PER A (PER ACCIDENT) '$ ? 1 NON-OWNED AUTOS GARAGE LIABILITY i PROPERTY j DAMAGE $ `AGGREGATE EXCESS LIABILITY EACH occuRENDE C vi UMBRELLA FORM 900BA2825 2/13/95 2/13/96 i OTHER THAN UMBRELLA FORM $2,000,00$ 2,000, j WORKERS' COMPENSATION y7ATUTCAY S EACH ACCIDENT S OISEAS'P -POLICY LIMIT EMPLOYERS' LIABILITY S MSEASEEEACH EMPLOYES OTHER S DESCRIPTION OF OPEAATIONSILOCATIONSNEHICLES lRESTRICTIONSS/SPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH. BUT NOT UMRED TO THE FOLLOWING CONTRACT' 830 day notice except 10 days for M20iT�glrFeR t�o8°�Pf CERTlFICATE FIOLDIBR:.s; *,(.. ;t1, :':,« t,,..�C:?ii�tC�LE:it .ONIr7:"^.x ",• "`"` - CITY OF NEWPORT BEACH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON-RENEWED, CANCELLED OR P.O. BOX 1768 COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE COMPANY AFFORDING COVERAGE SHAT VIDE 30 DAYS MINIMUM ADVANCE NOTICE TO THE CITY OF 3300 NEWPORT BOULEVARD NEWPORT BEACH BYF ST CLASS MAIL. NEWPORT BEACH, CALIFORNIA 92658 -8915 _ / ATTENTION: -lLs AL7y6RLz= RFDRESENTATiV ISSUE DAT6 f TOTAL P.02 )0 KEN THOMPSON, INC. P.O. BOX 749 CYPRESS, CA 90630 compmy C ATHENA INSURANCE CO. LETTER COMPANY D LETTER COMPANY L E ETTER covEnAcles T . HIS I . S — TO .11 CERTIFY I . . THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REOUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. :0 TB: TYPE OF INSURANCE POLJCY �TTVE POLICY EXPIRATION LIMITS POLICY NUMBER DAM (MMIDDNY) DAM JUMIDONY) A GENMAL LIABILITY GENERAL AGGREGATE S 3!900, 0O — X ". COMMERCIAL GENERAL LIABILITY 1034409505 PRODUCTS-COMPIOP AGG. $ 2, 000, 0 0 ( CLAIMS MADE X.: OCCUR. PERSON& & ADV. INJURY 5 96.., I 1 000, 0 0 ( OVINER'S & CONTRACTOR'S MOT. i02/13/95 ....... ­ � ........... "I'll ....... EACH OCCURRENCE s 1 000, 00( FIRE DAMAGE (My one fife) s 50, 0 0 ( ........... ........ MED. EXPENSE (My ore Wl.),$ 0 0 ( AUTOMOBILE LIABILITY i COMBINED SINGLE s 1r 000, OW B X MANY AUTO LIMIT 1034413408 ALL OyVNEO AUTOS 02 13 9 6. BODILY INJURY (P., pelwn) SCHEDULED AUTOS X HIRED AUTOS BODILY INJURY NOWOMED AUTOS (P., accWeWj GARAGE LIABILITY PROPERTY DAMAGE s EXCESS LIARnM EACH OCCURRENCE S 2,000,001 C: X UMBRELLA FORM ........... 900BA2825 .02/13/95 02 13 9 6, AGGREGATE s 2, 0 60 ,0 0 i OTHER THAN UMBRELLA FORM STATUTORY LIMITS WORKER'S COMPENSATION EACH ACCIDENT AND DISEASE - POLICY LIMIT s EMPLOYERS' LIABILITY DISEASE - EACH EMPLOYEE . ................. .. OTHER A.CONT. EQUIPMENT 1034409505 2/13/95 2/13/96. 1,557,23 :SCHEDULE DEDUCTIBLE 1,00 ................ . .......... ......................... .. ............ ...... . DESCRIPTION OF OPISRATION&UXATIONS(IIEP11CLIMSPECIAL ITEMS CERTIFICATE HOLDER IS ADDED AS ADDITIONAL INSURED PER THE TERMS OF THE BLANKET ADDITIONAL INSURED ENDORSEMENT, G-17957-B, ATTACHED TO POLICY *30 DAY NOTICE OF CANCELLATION EXCEPT 10 DAYS FOR NON-PAYMENT OF CITY OF NEWPORT BEACH P.O. BOX 1768 3300 NEWPORT BLVD. NEWPORT BEACH CA 92658-891 I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL*30__ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFI, BUT FAILURE 10 MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION On LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. . • CITY OF NEWPORT BEACH Page 13 X0, GJZON091tTd*X1#ft1 It is agreed that 1. With respect to such insurance as is afforded by the policy for Automobile Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage." 3. The limits of liability under this endorsement for the additional insureds named in Paragraph 1. of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit: [ ] Multiple Limits Bodily Injury Liability S per person Bodily Injury Liability S per accident. Property Damage Liability S [X ] Combined Single Limit Bodily Injury Liability 1 nno, non and Property Damage Liability The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one accident or occurrence in excess of the limits of liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be non - renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. S. Designated Contra ct• 'v raid Ave von St Tustin Water and Sewer Tmprovem n 'i0�7 (Project Title and Contra No.) This endorsement is effective 2/13/95 at 12:01 A.M. and forms part of Policy No. 103441340fbf Transportation Insurance (Company Affording Coverage) Insured Ken Thmmpann, Tnr Endorsement No. ':SP Issuing Company T ,S,P r r;.,iy By / /�.• >'�a.c 10� ( thorized Rcpresen (rive) • • Page 14 URWAV MQU061,40 MI Z IQ r It is agreed that: With respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability arising out of operations performed by or or 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 polity applies separately to each insured against whom claim is made or suit is :rought, except with respect to the is 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 exclu_sons 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: [xI Commercial( I Comprehensive General Liability 1,000,000 occurrence 5 each occurrence The applicable limit of the Contractual Liability for the company affording coverage shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insured(s). The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one occurrence in excess of the limits of liability stated to Lhe policy as applicable to General Liability Insurance. 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 Designated Contract Riverside Ave Avon St and Tustin Ave Water and Sewer Improvements -a 27 (Pmiecr Title and Conrracr No.) This endorsement is effective 2/1 -2 / o5 at 12:01 A.M. and forms a part of Policy No. in3/.z.c)c5n_of Tr t r @1 (Company Affording Coverage) Producer Corona Insurance Agency, ID§y. (Auchorized Aeoi TOTAL P.04 ✓� Ken Thom -nc. 1034409705 THIS ENDORSBdENT CHANCES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED ENDORSEMENT This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART WHO IS AN INSURED (Se^cn II) is amended to inciuce as an insured any person or organiz_tion (called additicr, insured) whorn you are required to add as an additional insured on this policy under. 1. A written contract or agreemerr,, or 2. An oral acr gem grit or contract where a certificate of insurance showincthat person or croanizaicn as an additicna insured has been issued; but: the wr' ten or oral cent act or acreement must be: (a) c,-,,. efty in effect or becoming e- ec-dve curing the ter-1 of this policy; and (b) exec---'=_d prior to the "bodily injury," "prccery da„ace," "personal injury," or 'adverisinc injury." The insurance c, :vided to ,he additional insured is lir;5s as follows 1. Thai person or organiza:ion is only an additional ins urat wit`, respect to llabii y arising Out of a. Premises you own, rent, lease, or occupy or b. "Your work" for that additional insured by or for you. 2. Tne Iini's of insurance acplicable to the additional insured are thosa spectfled in the wr„ en cons; art or agreement or in use Declarations for this policy whichever are less. I nese limit-- of insurance are inclusive of and not in cd ibcn to the linits of insurance shown in the Dec!ar�: cns. Tne insurance ercvlde^_ to Lhe add ftional insured does nct arciy tc 'bodily injury", "prcce -^ damage", "personal injury" or 'adverising injury" arising cut of an archi'tect's, engineer's, or surveyor's rendering of or failure to render any professional services including: 1. Tne preparing, approving, or failing to prepare or approve r „acs, drawings, opinions, reports, surveys, chance orders, desicn or specifications; and 2. Supervisory, inspection, or encineering services. Any coverace provided hereunder shall be excess over any other valid and collectFole insurance available to the additional insured whether prinary, excess, contingent or on any other basis unless a contract specifically requires that this insurance be primary or you request that it apply on a primary basis. T HIS E.*1DORSEfvtENT IS A PART OF YOUR POLICY AND TAKES EFFECT ON THE Er= `CTIVE DATE OF YOUR POLICY UNLESS ANOTHE.9 rrcCTIVE DATE IS SHOWN BELOW. ' POLICY CHANGE NO, COUN e,RSICNED DATE 2/13/95 G- 17457 -B (ED. 041C2) Er ==VE DA 7E OF THIS POLICY CHANGE • • Page 15 CONTRACT THIS AGREEMENT, entered into this 27th day of February 19 95 , by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Ken Thompson Inc. hereinafter "Contractor," is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: Riverside Ave., Avon St., Tustin Ave. Water and Sewer Improvements C -3027 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: Riverside Ave., Avon St., Tustin Ave. Water and Sewer Improvements C -3027 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 Hundered Ninty -Five Thousand One Hundred Twenty ($ 195.120.00 ) 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) E (f) Plans and Special Provisions for • Page 16 Riverside Ave., Avon St., Tustin Ave. Water and Sewer Improvements. C -3027 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: City Clerk APPROVED AS City Attorney CITY OF NEWPORT BEACH a municipal corporation By: � —) Mayor CONTRACTOR: rl O/y1,05 -QA l . C Name of Contractor (Principal) Authorized Signatdre and Title Authorized Signature and Title CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of ("A1, I.,44A ; County of _ On J U, ,eh / E 01 ti before me, 114W ", 1,W4 DATE NAME, TITLE OF OFFIC R - E.G., -JANE DE. NOTARY PUBLIC' personally appeared © personally known to me - a NC C: ORANGE GOUiJY ® W Comm. LxPiras OCT I I, 1991 D NAMES) OF SIGNER(S) No. 5907 ❑ proved 'td me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and ac- knowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. 4 �1 _)n 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($) OR ENTITY(IE$) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION - 8236 Remmet Ave., P.O. Box 7184 - Canoga Park, CA 91309 -7184 .I 0 STATE P.O. BOX 420807, SAN FRANCISCO, CA 94142 -0807 COMPENSATION I N S U R AN CF- FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE MARCH 6P 1995 POLICY NUMBER: 1292471 - 94 CERTIFICATE EXPIRES: 6 -30 -95 F- CITY CF NEWPORT BEACH BUILDING AND SAFETY P.O. EOX 176813300 NEWPORT BLVD. NEWPORT BEACH CA 92658 -6915 L Joe: -- --- — —t --- — ° -- (AUTHORIZED SI URE) This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the polio period indicated. This policy is not subject to cancellation by the Fund except upon DONdays' advance written notice to the employer. 30 We will also give you )W days advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with respect to which this certificate of insurance 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. X. PRESIDENT EMPLOYER'S LIABILITY LIMIT: 53.000.000 PER OCCURRENCE. ENDORSEMENT #0015 ENTITLED ADDITIONAL INSURED EMPLOYER EFFECTIVE 03/06/95 IS ATTACHED TO AND FORMS A PART OF THIS PCLICY. NAME OF ADDITIONAL INSURED: CITY OF NEWPORT BEACH ENDORSEMENT 92065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 06130/94 IS ATTACHED TO AND FORMS A PART OF THIS PCLICY. EMPLOYER F- KEN THOMPSONP INC. P.O. BOX 749 CYPRESS CA 90630 :.,--l:"BDOCUMENTIMA A.SLUEPAT EFtNED- BACKGROUND scaF102s2mEVs -se). • City of Newport Beach • Utilities Department Bid Addenda No. 1 for the project titled: Riverside Ave., Avon St., and Tustin Ave., Water and Sewer Improvements Contract No. C -3027 Bid Documents Addenda No. 1: Bidders shall propose to complete Contract No. C -3027 in accord with the "PROPOSAL" as modified by this addenda. This is the first addenda to this contract. It consists of three (3) pages; this page and two (2) attachments. The attachments are provided as substitutions, additions, deletions and clarifications to the construction plans and specifications. Addenda Page Number 3 of 3 shows a revised Detail B of Sheet 5 of 6 of the construction plans. The purpose of the substitution is to move the pressure regulating station eleven feet south of the original location. Construction plan sheets 2 and 5 of 6 will be modified accordingly and re- issued prior to award of the contract. Bidders are required to include this page and the attachment when submitting their bid. Bids will be opened by the City Clerk of the City of Newport Beach in the Clerk's Office at 3300 Newport Boulevard at 2:00 p.m. Tuesday, February 141h, 1995• Warning! Bids submitted without all pages of this addenda signed, dated and attached to the bid proposal shall be rejected as "non- responsive." Michael J. Sinacori, P.E. Deputy Utilities Director & Project Manager MJS: sdi Addendum received by: Bidder: �N ViII AL ,Iil Date: Signature: Page 1 of 3 for Addenda Number 1 (Sent February 8, 1995) The following changes, additions, deletions or clarifications shall bmade to the contract documents; all others shall remain the same. PROPOSAL Addition - Add the word "temporary" in the description of Bid Item No. 3. Bid Item No. 3 should read "Install 8 -inch C -900 PVC SDR -14 water main with temporary trench resurfacing. CONSTRUCTION PLANS Addition - Add the words "AND BURY" in Construction Note No. 6 on all plan sheets. Construction Note No. 6 should read on all plan sheets "REMOVE AND SALVAGE FIRE HYDRANT AND BURY, RETURN TO NEWPORT BEACH UTILITIES YARD AT 949 WEST 16TH STREET." Substitution - Substitute the words "JONES J- 3755" with "JONES J- 3775" in Construction Note No. 7 on all plan sheets. Construction Note No. 7 should read on all plan sheets "INSTALL NEW FIRE HYDRANT ASSEMBLY PER APPLICABLE PORTIONS OF CNB STD. - 500 -L, FIRE HYDRANT SHALL BE JON$SJ- 3775." Addendum received by: Bidder: r attJc Date: Signature: % o� Page 2 of 3 for Addenda Number 1 (Sent February 8, 1995) w Q O LLI HI 0�/ x W > �M�yy 4. Addendum received by: W=1z ^ Bidder: Ce ✓ Date: —91 Signature: Page 3 of 3 For Addenda Number 1 (Sent February 8, 1995) s W r tz D O r � I- Q N NW zO 3 J mN W o a c � Q W N G 1..• N z W H • O t• O W GN m 42 d ¢ J NZ m� o.W '1S NOAV C� sb a sm I m N N � I U N N 9f£t i I i 1 N — �L,�- TT CO q — -�— — — I / I I .. N Fa- W I I1 W �. r � N i i v o P N I II. N v N! III I v� J S v x t +Et n I I � I v 1 N L 1 I N N N N U i•1 ^ d • r :1 LL1 Nn h m C1 x W R D U N_O JN OwCN W Qd WJ �W IIN ZZt ¢Z it Addendum received by: W=1z ^ Bidder: Ce ✓ Date: —91 Signature: Page 3 of 3 For Addenda Number 1 (Sent February 8, 1995) • City of Newport Beach Utilities Department Bid Addenda No. 2 for the project titled: Riverside Ave., Avon St., and Tustin Ave., Water and Sewer Improvements Contract No. C -3027 Bid Documents Addenda No. 2: Bidders shall propose to complete Contract No. C -3027 in accord with the "PROPOSAL" as modified by this addenda. This is the second addenda to this contract. It consists of two (2) pages; this page and one (1) attachment. The attachment is provided as substitutions, additions, deletions and clarifications to the construction plans and specifications. The purpose of Addenda No. 2 is to adjust the bid proposal approximate quantities. "Detail All on sheet 5 of 6 indicates two 12 -inch butterfly valves. The valve attached to the fire hydrant tee was not shown on construction plan sheet 2 of 6. Construction plan sheet 2 of 6 will be modified accordingly and re- issued prior to award of the contract. Bidders are required to include this page and.the attachment when submitting their bid. Bids will be opened by the City Clerk of the City of Newport Beach in the Clerk's Office at 3300 Newport Boulevard at 2:00 p.m. Tuesday, February 141h, 1995. Warning! Bids submitted without all pages of this addenda signed, dated and attached to the bid proposal shall be rejected as "non- responsive." Michael J. Sinacori, P.E. Deputy Utilities Director & Project Manager MJS: sdi Addendum received by: Bidder: txfvlt� —;1r e Date: Signature: Page 1 of 2 for Addenda Number 2 (Sent February 9, 1995) The following changes, adds, deletions or clarifications shall Onade to the contract documents; all others shall remain the same. PROPOSAL BID ITEM NO. 1 Substitute the approximate quantity for Bid Item No. 1 from 1296 LF to 1246 LF. BID ITEM NO. 7 Substitute the approximate quantity for Bid Item No. 7 from 5 EA to 6 EA. BID ITEM NO. 9 Substitute the approximate quantity for Bid Item No. 9 from 9 EA to 8 EA. BID ITEM NO. 10 Substitute the approximate quantity for Bid Item No. 10 from 3 EA to 2 EA. BID ITENI NO. 11 Addition - Add the following words ", including 6 -inch RW gate valves." Bid Item No. 11 should read "Install fire hydrant assemblies, including 6 -inch RW gate valves." CONSTRUCTION PLANS Sheet No. 2 of 6 Addition - Add a 12 -inch flange x mechanical joint butterfly valve (construction note no. 27) on the northside of fire hydrant tee at Station 11 +18.00 and a flange x mechanical joint adapter (construction note no. 4) on the southside of the fire hydrant tee at Station 11 +18.00. The butterfly valve and adapter are shown correctly in "Detail A" on Construction Plan sheet 5 of 6. Addendum received by: Bidder: ten �� el�o n . �� Date: -1 -� Signature: Page 2 of 2 for Addenda Number 2 (Sent February 9, 1995) P FEB 2 7 1995 I I February 271h, 1995 CITY COUNCIL AGENDA ITEM NO. 9 TO: Mayor & Members of the City Council FROM: Utilities Department SUBJECT: CONTRACT FOR RIVERSIDE AVENUE, AVON ST., & TUSTIN AVE. WATER & SEWER PIPELINE CONSTRUCTION (CONTRACT NO. 3027) RECOMMENDATIONS: 1. Find that the lowest bidder, Ken Thompson, Inc., can meet the requirements for completing the proposed contract work and declare them the "low bidder ". 2. Award Contract No. 3027 to Ken Thompson, Inc., in the amount of $195,120. 3. Authorize the Mayor and the City Clerk to execute the contract on behalf of the City. DISCUSSION: At 2:00 p.m. on February 14tb, 1995, the City Clerk opened and read bids for the subject project. A summary of the results are listed below and a more detailed itemized bid summary is attached as Exhibit "A ": Rank Contractor /Bidder Total Bid Price low Ken Thompson, Inc. $195,120 2 Vasilj, Inc., (d.b.a.) Ivanko 200,069 3 Urbantec Engineers, Inc. 214,160 4 R. L. Sewer 215,351* 5 John T. Malloy, Inc. 216,705 6 B. R. Day Construction, Inc. 222,445 7 Atlas - Allied, Inc. 227,377 8 Majich Brothers, Inc. 236,192 9 Simich- Masonovich 240,840 10 Byron L. Crume, Inc. 243,622 11 Clayton Engineering, Inc. 243,697 12 S. J. Burkhardt, Inc. 245,555 13 RLT Construction 253,035* 14 SRD Construction 258,289 15 Miramontes Construction Co., Inc. 263,284 16 G. R. McKervey, Inc. 264,284 17 Savala Construction 270,212 18 Channel Constructors, Inc. 271,322 ' corrected bid total, inathematical error in bid calculation (510 0 February 27'", 1995 - Page 2 Riverside Ave., Avon St., Tustin Ave., Water & Sewer Improvement Project Award of Contract (C -3027) The low bid ($195,120) was 23% below the Engineer's Estimate of $254,000. The reduced cost is primarily due to the current competitive construction market. PROJECT BACKGROUND: This project provides for installation of approximately 1,300 feet of 12 -inch water pipeline, 500 feet of 8 -inch and 6 -inch water pipeline, and abandonment of existing deteriorated, undersized, cast -iron water and sewer mains serving the Mariner's Mile Business District. The project also provides for installation of two new pressure regulating stations which will improve water pressure and significantly increase the level of fire protection. The project is necessary to replace the deteriorated water and sewer mains; to improve fire protection and to allow for construction of the proposed storm drain project in Riverside Avenue. In addition to water and sewer facilities, cable television and gas company facilities will need to be relocated before the proposed storm drain or street improvement construction can occur. The estimated time of completion for this water and sewer project is 75 calendar days. The project specifications require the contractor to complete the work within this time -frame with minimal impacts to the business community. The anticipated construction schedule indicates that the contractor should be completed by June 1995. The June 1995 completion target will accommodate the proposed construction schedule for the storm drain and street improvement work which will take place immediately following the water and sewer relocations. Refer to the attached schedule (Exhibit "B "). The storm drain and street improvement project is being proposed for construction during the summer because there is less traffic traveling Riverside Avenue and Cliff Drive when school is not in session. The storm drain and street improvement work within the business district will be started prior to summer with an anticipated completion date for that portion of work prior to July, 1995 THE LOW BIDDER: The low bidder, Ken Thompson Inc., is a qualified general contractor licensed to do business in California. This company has successfully completed pipeline construction projects for other reputable public water agencies and municipalities in Southern California including the City of Newport Beach. This firm has a solid reputation in the pipeline construction industry and has significant of experience with similar water pipeline construction projects. 9 February 27'", 1995 - Page 3 Riverside Ave., Avon St., Tustin Ave., Water & Sewer Improvement Project Award of Contract (C -3027) Reference checks on the contractor's recent projects revealed a number of comments favorable to their ability to perform work in an efficient manner. The contractor has completed several other projects for the City of Newport Beach in a satisfactory manner. The insurance policies and bidder's bond submitted by the contractor meet the City's requirements. Staff believes that the contractor will be able to complete the proposed work satisfactorily. CONCLUSION: Funds for the project are included in the 1994 -95 Water Capital Projects Budget in Account Nos. 7501- 13500221A and 7501- P500074A and in the 1994 -95 Wastewater Capital Projects Budget Account No. 7533- P500256A. The bid price is very favorable in that it was well below the construction cost estimate. Staff believes the contractor can complete the project in a satisfactory and timely manner and recommends award of the contract to the successful bidder, Ken Thompson, Inc. of Cypress, California. Respectfully submitted, .JEFp �AN EseYtT Jeff Staneart, P.E. Utilities Director Attachments: Exhibit "A': Bid Summary Exhibit "B ": Project Schedule mjs:gv ,u m n _-1 xO C) O n m m A Z N O N M 3 m m C I1 �C C iI 1 CI C CL N F N m 0 d w > o M 9 r O n D -i 0 N N C O FD. CD n m m w 3 m 7 n 3 N m m �O 1711Z cn m d� Cn � Y O �rn .ti u v Iul ExH gir'A , W V T N A (J N C O (O m V Ol N A 4] N r N Q' qo R. N N 6 E A S S S d. m u�i m m O al la 56 zz�„ �. :2. , m a > > > > d. = � d0 , SE °1 3 acv d C a Z A yp J N N m 0 (O (J N m N Ol 8 O (J O N E rrmmm�mmmmm 41 U1 d d d T d d d d d d rrrrrr N �I T T T T C Z_ d N J �+ (5V� C m m � 5NQ� S g o 5N� 252525 ON 5N� y. 5�+� 2525��N'N�' �� S Ei m (q (q N �J V (p fJ m Lot m t N � ±pS(pO mN O d 8 p8O 8 O y p pJ Z 8 p p Sp Sp p p p 0 8p p88 O o8( p8�(pO psO (NJI O Sf0 � OI NQNQI _N V r r IJ f9JNyy�� Ole N�+fA fq (q ¢� 0 y 8 258�� S'i fi�Sgl<nV UoN�i N b 3 O' a s 0 ON $$�2$522 JO ASOSOOOOOm Z 8 8 818 S 818 8 8 S S S S S S t� S N S m S Z V (Jpp� Vppi 'mpmpg 'L N v SOOOpO tpH�pp OppJ fR �OOOOOOO pW VVp pNp pp 4pp1 pip pp11 !R 1p#� Em (p S S S S O S S S S S S S S pNNN O S S S S P N< N v (q 4 N V 00 Ogg s88s88s8s88s ss 9 nnT5T2 O 25252525 825$ gg� $ g25g2S g5� i5 $ 1 m g g g g s g g g g g S 8$ 88888 N a S 88$8$$888888$SoBSo N a fJ fVM 1 M (p a er+ (R WJ V V W W A bl W N (q (qNq O J M0 p0pp8OppO pg g Z O p pp p p p 0 p p p p� p p p p 0 ,u m n _-1 xO C) O n m m A Z N O N M 3 m m C I1 �C C iI 1 CI C CL N F N m 0 d w > o M 9 r O n D -i 0 N N C O FD. CD n m m w 3 m 7 n 3 N m m �O 1711Z cn m d� Cn � Y O �rn .ti u v Iul ExH gir'A , 0 M n Z D m 77 n 0 n m n m O M Z O z m m N 3 m n O Z n n -i O > m m m m 0 O n a 0 Z c m' N =� 0 mz cn m 0:� rn .a O XX 1-3 3co rrl rn Zn N C) W V Of 41 A W N N O [O W J OI N A W N m m m r D N X4 p4°m J J n == 9 - = > = > T m m m m m m o « G v M. _O n N G N 5% cn d A o —f�l�d m d r m N 2 z d m cRi d > d > d- 3 m T+ O n Sm s m d Z � d N O c D Z O N O m O •C W N m N O: � (J O N OAi r r mmm�mmmmm i-rr r r- r r Z m Z N (p 4pp15N� C m 825 4N4��+ SS 55��4N in 25OOSo2525 5� $,P's: o s88s888888$ gig s8s8sd ,Pn' N N D O iJ S 8N O NV 8 O S pV O 4�18m S O NpgS O O 8A O (q� O O l8J O (-qpm O N 1ppJ O O N �ppO�� O Z S S S S S p S S S o S S O S p S S p S p S S S S S c O = 8 25 25 25 25 S S S S o o 25 25 <"i: 0 7i z -1 Sss$sssss8ss8sss'ss . w 2; v D � 8 888888s88888888s88� W p W 4: N f9 b1 H W iR C: m ssssssssssssssssss � N N D� N OO �p rr � A A m O MIKE NpNppp 8A 88 O A N O Z $ 88 s8s88s8888898888 -1 a ((qq _ 89, 89 8 0 S9SORVmta -iB S S 8 S S S S S S S S S S S S S S S n D CJ m �O t v N {q �p n �q n> iqA O pi O tN0 N tD A T o8 o z S 8$88$8$$8888888 88' n = w y �+ �n C n S 2525 25 b. S25 So��25 , EBoi,.`4q 888888888888888888 N D ^ N Nq TtrT, 2q Tq t wtt 8 8Np 88 8pOp� Op�� 888 OyOy��(q py 8 S S S S S S S S S S S S S S S S p S 0 M n Z D m 77 n 0 n m n m O M Z O z m m N 3 m n O Z n n -i O > m m m m 0 O n a 0 Z c m' N =� 0 mz cn m 0:� rn .a O XX 1-3 3co rrl rn Zn N C) m N O m m r v m n G) Zz O n Tm > cn O m 3 7J > m I�- `a VI N 2 D v T L J 9 T l W O =I Q7 m . r 0 D o < Z n m n m m 0 3 0 D m N r V7 N 9� n O fz �m o� ro Oo 90 a� M mD ay 9 m Ali 0 M Ul -; C m TN �mA TN S W S L7SSST A S S S S� T ll S m x m 70 <CSC 5 5 3 m m m e < C7 � n W C C�C��2x.m C N g T 3 d 3 yAA 0 N N N C i co 3 9 p, n m _. <z m m< nA o m d 0 m m o f 1 O N O j y � - J N Q m O c z + C r (A r y m p1 m pi m N r T m F. m N m N m N m d N r (A r T r T r T r T r T Z j N m (q N 2525250���25255�2525 (p N Vy r 4QQ� (q Z �- 8888888$888$ 88 ,g' 88 a 8d' �^ �0 D p {NJ�8NOQ tpov OAo>�o8o�8Wo =mp@`m 2 Lq �pp] O tppOJ� O �p Opp 8oU Opp poV pJo 8oJ 8No Opp tpNpl� Z S8 8 0 0 pOp 0 pOp 0 pOp 0 pOp 0 pOp 0 0 pOp 0 pOp 0 pOp 0 pOp 0 pOp 0 pUp 0 pOp 0 0 pOp 0 f0 8A _88l 8'p fpp�pAp q _pp_(A 88ppmm fmfmAA �pq� ��q fpq� �y N N (f' ss8ssssss8s88s8888 .001 L a 3 T� �'- fa so ° 8 8 - 8 id z 8 $88888$88888888888 m o 22 m�pmmp�y�wpypp� N 19 z e = O O O O O U Er 8 U O N N LNi V O O CJ 8888888s8s888bo ° no8 3 SD N p) N Op 43 H T W ttNpO A N BO D O J N 8� 8W 8J _8 mpA pV O O O pyN N �+ U Z 0 888888888888880800 0 0 0 0 0 (Ole O O (l� d = ffpTA O (p_n 1pNV 0p Vp� Mp p (pn W �fi �q tpAVl1 app fyp� 8 p0 0 0 p0 0 p0 O p0 O p0 O p0 O pO O pO O O p0 O p0p O O O 8 O O N � � �pmpmpO i �Sig �pA� `' �ppmmpO n�� �tts D W 5' V pj'pj'pop Op Op 8� Op �� OpOppO 88pO yOp � ppp O ppO nni N Z 8 O pO O O p p� p+O p� 4l tplN 4J i0 {Nq O IV ��((�qq� Z L >p� [N[p.�fmA A N�N pmp 88 O��� fN (A W (A O� m 8888888$8888888888 (A t N A TT O s O.OpV100O0 Ompl {� Oyp ,(qJ 00 pp� N _(pJpgp� 0O000O0O _8 t0 O NO 1NVV O Z v m n G) Zz O n Tm > cn O m 3 7J > m I�- `a VI N 2 D v T L J 9 T l W O =I Q7 m . r 0 D o < Z n m n m m 0 3 0 D m N r V7 N 9� n O fz �m o� ro Oo 90 a� M mD ay 9 m Ali 0 M Ul O 0 m d W a 0 0 d d S (D w d m 0 3 a n C d .r O 7 v m n i O a 0 mZ-�m nm N a n O m m 7 p �a m r S L 9, n v coo --im 7� > m M r O n O < Z n n 7 m O 3 v mm N r N V1 O mZ �m og TO T> ''Nj i m Zn T a m m O -n CO J OI N A n s s >• m s s OO aD�fTN = d� "mddd�cmn m of =TGm �m m m m n m n Q� m m N� f �i DSN Z� ryry mm m i m s m v O Z z �o m n D Z m v Q � � v O C Z z + + N T U a O (O (J N CO N N+ J O La CJ H In pp� N T C M r y r m m m r T m N m W m N m d m d pl r NTT r r r T r T r 'T Z j N y y y Z r^4`6'o N q 252525 5U5�� 5N5�� GO2525 {q C N y N D -Q NU (ppJ G�_88 Tvt pppp (q(q��8888 !p!ppp pN pVp pVp 8m H H O H H H H H H H H H H O H H H H = N H 80 O O � O'-'I z 9 ~ 000000 ssssssssssssssssss 000 4 N N NN ��qq 1q ((qq (NNq ((qq ((qq imp � O p r v V�8+_ V88iyy�yyN (88O N B�rS�+pN O O H 8Npppp��88 O Opp O VpNVp�� O� O S 8N O 8N O O O O O N� Z 8 H H H S O H H H H H S H H S H H H S A� 8Np Nm�m>+>yy8N tR Ll 0 0 �mm�pp�pppp yp��yq IOJ � N pN� O O p J 0 0 0 0 pV (D fJ N D0 AO�+QAQ fq fJ .+ W W NCO lJ Q m O O O H O gmg+� O O O�� _OOggO O O m Z Z N 8opyi� 2525258LS25 8 H H H O H H H H H H H H H H H H H ry N rn � D 0 4 N to w OO N Li N N V V O BOA SpA m OpNOp��a qpqpN (pH� 8�8.OpOp��pp pNp O�W A �� A Z p�p 8�-p 8�-yp p��N mp�• �0. {�{�� mNJ 8V pN �pq� �q fmq fpq� Z � 0 = 000 8 O p00 O H p0 O 00 H H H H H pN O pO O OOO S H H ,tpNJ, O gyp! O A H 0 N y �+ A Wttnn (LLJ�� � G O mN A _8J HO (p(nn O 8�O O pyApy�� O Ompmp� O mpAmp O �p _ttpp t+tp� ttpp 8J8 1V1VV t Z 8 O p O p O H H H H H H H H H H H H H H H v m n i O a 0 mZ-�m nm N a n O m m 7 p �a m r S L 9, n v coo --im 7� > m M r O n O < Z n n 7 m O 3 v mm N r N V1 O mZ �m og TO T> ''Nj i m Zn T a m m O -n T m O Q `m z n m �m Acn z m cn C) 3 m n O Z n z O a) m mm n m n 7 m O r m r O n 0 z l �0 mz Tm -V V O �X Zn � 9 N C) m J 01 U A W N+ Ul O U m J m U A W N+ M m ul N r N 3 D d m33333394'm y N N +4'4'4'4' r $� yNrm.P Tm IP L] d �2"O m g< TJ 9 0 o T :E � �f� ��:0 : 26 n m N N N - d 3 3 9 S o Z N D c D Z M �rmmm�mmmm W [n d d d T d T d d N d d V1 TIT T T Z ?I m 8258 o25 <n 252525Si 2525��In' {q 7ri $I' � -1 N m $8$888888888888888^ IF^i D p �8Gp�,r•�8m�1`8�`Si' +{mpn N mo Oppp Op Oppp 8n OpppU1ppN O�O Z p p pp v pp pp pp V �q N tpp NA V pV� m J � N m �N�pp p� (pq� ipR� (BFI � Z Y O O O NOJ W m U m tG�� A1001 m J m "' (Sly Q ssssssssssssssssss H v D r V fR N fR lG 0 i N O {pp m [O+ (NJ +V O ImV t0 AU AJ (N tG mmmm pT pmm�� T�p NN O� m mOm-88 v m A z Z 8 8ss888s8888888s888� O OP A A N A m A O NW 8 8 8 S8, p� mpmp � S O Opp Op N O Opp Opp Ll V � pOp pp pOp pp pOp p� p�p pSp pOp pOp D C 2 (p O iv N (J A tl1 8 2$-0. sa9 25�52$�g2"J��25258i�`�iNZ� 9 9 9 9 asss8888888� c z 0 O c z c z O C Z T m O Q `m z n m �m Acn z m cn C) 3 m n O Z n z O a) m mm n m n 7 m O r m r O n 0 z l �0 mz Tm -V V O �X Zn � 9 N C) m Ul o O D m m ul N r N Project Schedule Gantt Chart Riverside Avon Tustin Pro Water, Sewer, Storm Drain, Gas Company and Street Work -------------------------------------- Authorize to Bid Water /Sewer Project :�ae�we 1/23/95 may* *a* Open Bids Water /Sewer Proj. 2/14/95 Award Water /Sewer Contract 2/27/95 Execute Contract Water /Sewer Project ♦.w *e» 3/01/95 *e*i *w* Phase I Water /Sewer Proj. (3 weeks) Cliff Drive To Avon Street North Phase II Water /Sewer Proj. (2 weeks) Avon Street, Tustin to Riverside Phase III Water /Sewer Proj. (3 weeks) West Coast Highway to Avon St. North (Including PRV Stations) Gas Company Relocations (3 weeks) Authorize to Bid Storm/Drain Project 2/13/95 *-* * *-n Open Bids Storm/Street Proj. 3/14/95 Award Storm /Street Contract 3/27/95 Execute Contract Storm/Street Project 4/03/95 Phase I Storm/Street Contract Construct Box (off -site) 7 weeks Install Box Coast Highway to Avon Street North, Including Pavement Base Course (6 weeks) "•`•" Street Closed • " "*• Phase 11 Storm/Street Proj. (5 weeks) Install 30 -Inch Storm Drain on Riverside, Avon N. to Tustin then on Tustin, Riverside to Clay Phase III Storm/Street Proj.(2 weeks) Install Catch Basin and Connectors Phase IV Storm /Street Proj. (5 weeks) Riverside /Cliff Pavement Install- ation, Avon N. to Irvine Avenue Phase V Storm/Street Proj. (3 weeks) Final AC Pavement Cap and Striping Coast Highway to Irvine Utilit 0ublic Works Project Mgr: Mike Sinacori 8 Lloyd Dalton Page 1 MM 01 01 01 02 02 03 03 04 04 05 05 06 06 07 07 07 08 08 09 00 01 15 29 12 26 12 26 09 23 07 21 04 18 02 16 30 13 27 10 YY 95 95 95 95 95 95 95 95 95 95 95 95 95 95 95 95 95 95 95 ------------------- ------- ------- ----------- . - -. -.. IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII IIII�IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII IIIIIIIIIIII�IIIII IIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIII IIIIIIIIIIII�I IIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIII1111 IIIIIIIIIIIIIIIIIII II II II II II #I Last Revised 1 -31 -95 1% E KH X13 '-r 16n 1] January 23`a, 1995 JAN i 3 1995 I CITY COUNCIL AGENDA A„FR ITEM NO. it TO: Mayor & Members of the City Council FROM: Utilities Department SUBJECT: CONTRACT FOR CONSTRUCTION RIVERSIDE AVENUE, AVON STREET, & TUSTIN AVENUE WATER & SEWER IMPROVEMENT PROJECT ADVERTISE FOR BIDS (CONTRACT No. 3027) 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 2 o'clock in the afternoon (2:00 p.m.) on Tuesday, February 28�h, 1995, at the office of the City Clerk. L0610181ti%191,E This project provides for installation of approximately 1,500 feet of new 12 -inch water main, 1,000 feet of new 8 -inch water main, and abandonment of existing deteriorated, undersized, cast -iron water pipelines serving the Mariner's Mile Business District. The project also provides for installation of two new pressure regulating stations which will provide improved water pressure and a significantly higher level of fire protection. The project is necessary to replace the deteriorated water and sewer; to improve fire protection and to allow for construction of the proposed storm drain. In addition to water and sewer, cable television and gas facilities will need to be relocated before the proposed storm drain and street improvement construction can occur. Project plans and specifications were prepared by City staff. The project construction will be performed by private contractor. The Engineers' Estimate for project costs is $254,000. Funds for the work are included in the 1994 -95 Water Capital Projects Budget in Account Nos.7501- P500221A and 7501- P500074A and in the 1994 -95 Wastewater Capital Projects Budget Account No. 7533- P500256A. 0 0 Page 2 Riverside /Avon Water & Sewer Authorization to Advertise Bids January 23r°, 1995 The Contract specifications require the contractor to complete the water and sewer work within 75 calendar days. Engineers' Cost Estimate Item Amount 12 -inch transmission water pipeline $121,000 8 -inch distribution water pipe & service connections 72,000 Pressure regulating valve stations 30,000 Sewer main & laterals 13,000 Abandon existing pipelines 7,000 Pavement & street repair 11,000 Total Estimated Cost $254,000 The City proposes to commence construction as soon as is practical to allow completion of this water and sewer project prior to June 1, 1995. This completion date will accommodate the construction schedule for the proposed storm drain and street improvement work which will take place immediately following the water and sewer relocations. Refer to the attached schedule (Exhibit "A "). The storm drain and street improvement project is being proposed for construction during the summer because there is less traffic traveling Riverside Avenue when school is not in session. If the City awards the contract after bids are received, the resulting completion date for the water and sewer work will be late May or early June. This will facilitate an orderly, timely progression of the water, sewer, storm drain, and street improvement work. Staff recommends approval. Respectfully submitted, _JEFF— STANERRT Jeff Staneart, P.E. Utilities Director J& sdi Attachments: Exhibit "A" - Project Schedule Project Schedule Gantokhart Riverside Avon Tustin Project Water, Sewer, Storm Drain, Gas, Cable T.V -, Street Work Authorize to Bid Water /Sewer Project * * *a*** 1/23195 x * *x * ** Open Bids Water /Sewer Proj. 2/28/95 Award Water /Sewer Contract 3/13/95 Execute Contract Water /Sewer Project 3/13/95 *xx* *** Phase I Water /Sewer Proj. (3 weeks) Cliff Drive To Avon Street North Phase 11 Water /Sewer Proj. (2 weeks) Avon Street, Tustin to Riverside Phase III Water /Sewer Proj. (4 weeks) West Coast Highway to Avon St. North (Including PRV Stations) Gas and CaTV Relocations (2 weeks) Authorize to Bid Storm/Drain Project * * * * *** 4/10/95 * * * * *** Open Bids Storm /Street Proj. 5/9/95 Award storm /Street Contract 5/22/95 Execute Contract Storm /Street Project * *x* * ** 6/1/95 * * * * * ** Phase I Storm /Street Contract Construct Box (off-site) 4 weeks Install Box Coast Highway to Avon Street North (5 weeks) •• * * * ** Street Closed * * * * * ** Phase 11 Storm /Street Proj. (5 weeks) Install 30 -Inch Storm Drain on Riverside, Avon to Tustin then on Tustin, Riverside to Clay Phase III Storm /Street Proj.(2 weeks) 1_J Utilities /PubLic Works Project Mgr: Mike Sinacori 8 Lloyd Dalton Page 1 ------------------------------------------------------- ----- -- ----------- ----- - - - - -- MM 01 01 01 02 02 03 03 04 04 05 05 06 06 07 07 07 08 08 09 DD 01 15 29 12 26 12 26 09 23 07 21 04 18 02 16 30 13 27 10 YY 95 95 95 95 95 95 95 95 95 95 95 95 95 95 95 95 95 95 95 Ililllllllllllllllllllllllllllllllllll IIII�IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII111 I r l l l l l l 1.1 r r r r I I I I I I I I I I I I I I 1 I 1 1 I I 1 I I Install Catch Basin and Connectors I I I I I I I I I Illlfllli Phase IV Storm /Street Proj. (5 weeks) I I I I I I I I I IIIIIIIII Riverside /Cliff Pavement Install- I I I I I I I I I ation, Coast Highway to Irvine Ave. I I I I I I I I I ----------------- -- --- -- --- --------------------- ----------------- "EXHIBIT A" Authorized to Publish Advertisements of all kin I luding public notices by Decree of the Superior Court of Orange County, Ilfornia, Number A -6214, 5cplember 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 PUBLIC NOTICE the age of eighteen years, and not a party to NOTICE or interested in the below entitled matter. 1 Sealed bidsOmay be re- am a principal clerk of the NEWPORT ceived at the office of the Boulevlerk, Box P3300 1Ne BEACH -COSTA MESA DAILY PILOT a 1768, Newport Beach, Cali - 2:00 r newspaper of general circulation printed and g p forma 92658 -8915 until o'clock p.m. on the 14th day of February, 1995, at published in the City.of Costa Mesa, County which time such bids will be epaned and read for of Orange, State of California, and that RIVERSIDE AVE., AVON AND TUSTIN AVE. attached Notice is a true and complete co p copy WATER AND SEWER IM- WA PROVEMENTS Contract No.: C-=7 as was printed and published on the i �n4,00n0eer s Estimate:' following dates: Approved this by is January, 1995 Wanda E. Maggio, City Clark Prospective bidders may obtain one set of bid docu. ments at no cost at the of- Tice of the Public Works Department, 3300 Newport lBoulevard, Post Office Box 1 1768, Newport Cali. January 26, 31, 1995 forma 92658-8915. ' For further information, call Michael J. Sinacori at (714) 644.3011. Published Newport Beach -Costa Mesa- Daily Pilot January 26, 31, 1995. th688 I I declare, under penalty of perjury, that the foregoing is true and correct. Executed on January 31 199 5 1 at Costa Mesa, California. Signat re 0/C-/ T . -, � — 1