HomeMy WebLinkAboutC-3062 - Via Lido Water Main RelocationMarch 25, 1996
0
0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768
R & L Sewers
8815 E. Somerset
Paramount, CA 90723
(714) 644 -3005
Subject: Surety: Washington International Insurance Co.
Bond No.: S -400 8175
Contract No.: C -3062
Project: Via Lido Water Main Relocation
On January 8, 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 February
6, 1996, Reference No. 19960057303.
Sincerely,
xu� 'v�
LaVonne M. Harkless, CMC /AAE
City Clerk
LH:lm
cc: Utilities Department
3300 Newport Boulevard, Newport Beach
• RECORDING REQUESTE* AND
/j
WHEN
RECORDED RETURN TO:
Recorded in the county of orange, California
Gary L. Granville, Clerk /Recorder
No
Fee
City
City
3300
Clerk /, I'S 61
of Newport Beach
Newport Boulevard
19960057303
005 186559 29 04 MB6
N12 1 7.00 0.00 0.00 0.00 0.00
08.10am 02/06/96
0.00
Newport Beach, CA 92663
'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 I�
(1
Boulevard, Newport Beach, California, 92663, as owner, and
R & L Sewers as
Contractor, entered into a Contract on August 28, 1995
Said Contract set forth certain improvements, as follows:
Via Lido Water Main Relocation Project C -3062
rH
Work on said Contract was completed on December 16 1995
and was found to be acceptable on January 8, 1996
by the City Council. Title to said property is vested in the Owner,
and the Surety for said Contract is Washington International
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and
correct to the best of my knowledge.
Executed on
Beach, California.
BY
City Clerk
y.
/--5�
at Newport
��,••,t - ?5 -95 02:51P S & J 6PPLY CO INC
Data
C&ES SENT Ia
El Mayor
11 Coundlim
❑ Manager
•❑d o BBldg Dfr
❑ GenServDtt
❑ MUM.
M.
❑ Planning Dir
❑ Police Chief
'--:W. Dir
Other Act) A,. )-
714 521-0532
�A L
Release of Stop Notice
P.O1
TO: _, C TI V OF NEWPORT BEACH
(ConslruRiun Lrndeq Rtl +Iii e+x1y, tv prtl4 n +ifh fchom tilop Nalin• teas (ilai)
3300 NEWPORT BLVD.,NEWPORT BEACH,CA.
You are hereby notified that the undersigned claimant releases that certain Stop Notice
dated_ FEBRUARY 5, 1996 in the amount o($ 1, 972.40
against_ CITY OF NEWPORT BEACH, as owner or public body and
R & L SEWERS INC. as prime contractor
in connection with the work of improvement known as CONTRACT# C -3062, VIA LIDO WATER
j�j,flf ATTf1N PRn,lACT.NF.WPORT.__$�ACH,CA. __,._
NEWPORT BEACH ORANGE
n the CitI of _.___ - —_, County of
State of California.
Date_ MARCH 7 , 1996
Name ofClaimant: WELLS SUPPLY COMPANY
(Finn mane)
By W
/Si"nehtrr)
WENDY BROGD -CREDI MANAGER
(AUlhmiwd
VERIFICATION
1, the undersigned, state:I am the CREDIT MANAGER
(•Agrvl or' "Pnsidral a(" "A NO...... "Oavn'r n
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.
Executed on— DlkRCH 7 —19-9-6.t 1.201 EAST NORMANDY PLACE
State of CATTFORNIA SANTA ANA,CA.
n CX ���
(Si�'tahm. IaimnN ar Aadh, '.•d A,� Wl
Cj
C2— `i '1 v
RC/ FORM 5 500D JRe .2M7)
R -97%
714 521 0532 09 -25 -95 03:02PM F001 #43
• ` CALIFORNIA ALL- PURPOR ACKNOWLEDGMENT 49
State of California
County of Orange
On March 7, 1996 before me,
Data
personally appeared Wendy Brogdon
Beverly Burpo, Notary Public
Name and Title of Officer (e.g., "Jane Doe, Notary Public')
personally known tome to be the personas
whose namejo�6awsubscribed to he within instrument
and acknowledged to me that} s eXbPry executed the
sam cn I}iC W4D f authorized capacity*bl, and that by
he tWrr slgnatureK on the instrument the person(,
or the entity upon behalf of which the person( acted,
executed the instrument.
eEVERLreUpvo
Ji _- Ccrrlmhum#10 gitdl WITNESS my hand and official seal.
Notary Rbic — CaYbmfo
Comm�6pkaeAugV.1991
ignature of Notary Public
OPTIONAL
Though the information below is not required bylaw, it may prove valuable to persons relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document: Release of Stop Notice
Document Date: 3/7/96 Number of Pages: 1
Signer(s) Other Than Named Above: None
Capacity(ies) Claimed by Signer(s)
Signer's Name: Wendy Brogdon
a Individual
❑ Corporate Officer
Title(s):
❑ Partner — ❑ Limited ❑ General
❑
Attorney -in -Fact
❑
Trustee
❑
Guardian or Conservator
❑
Other:
Signer Is Representing
Wells Supply Company
RIGHT THUMBPRINT
OF SIGNER
Signer's Name:
I
❑
❑
Individual
Corporate Officer
Title(s):
Partner — ❑ Limited ❑ General
Attorney -in -Fact
Trustee
Guardian or Conservator
Other:
Signer Is Representing:
RIGHT THUMBPRINT
OF SIGNER
p 1994 National Notary Association • 8236 Rommel Ave.. P.O. Box 7184 • Canoga Park, CA 913097184 Fred. No. 5907 Reorder. Call Toil-Free 1.800. 876.6827
i p
1
z
U
W
V
H �I
fl. 0.l
O C
W U
4
w 0 (D w
W O U1 E
z 04 C w
Q) 4J a
OZ s4
0
ro a z
r N
m p�
N Of
U
4 Z
n O
N W�
J � Q
00 d •
ci
:y
77
.a
i
IP
i(I
.r
02-22 -1995 il•24AM FROPIa 10 171454245
stop
CALIFORNIA CIVIL CODP SECTION 3103
CITY OF NEWPORT BEACH
NOTICE TO
3300 NEWPORT BLVD.,NEWPORT BEACH,CA.
!•l ddrrsr)
(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 — C.IVIt: CODE SE -0 IONS 3179 - 3214)
Prime Contractor: R s
Sub Contractor (If Any)
Owner or Public Body; (-TTV OE NFWp_ORT—BEACH- - --
Im
Improvement known as CONTRACT# C -3062, VIA LIDO WATER RELOCATION PROJECT
P — rvum; and ndrlrrs of F, jsd nr ..•nrk nj' irnprrrvenront)-
NEWPORT BEACH,CA.
in the City of NEWPORT BEACH County of ORANGE
State of California.
WELLS SUPPLY COMPANY Claimant, a CORPORATION
amanq t�'orpo CORPORATION
ip /Sate Pmprlerara rpJ
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 R & L SEWERS :INC.n A
The kind of labor, service, equipment, or materials furnished or agreed to be furnished by claimant was
21 PE, GAyRETS, FLANGES. RESTRAINERS,
':- (Describe In deMi!)
'total value of labor, service, equipment, or materials agreed to be furnished......... S 50, 792.92
50,790.92
Total value of tabor, service, equipment, or materials actually furnished is............ $
Credit for materials returned, if any ............ _ ................. ...............•.•............. $ 1.945.92
Amount paid on account, if any— .......... 46 872.60
A.T.Cn„ t da after duducting all jusi credits anti Offsets . . . . .. ............................ $ 1 .972.40
- YOU ARE HEREBY NOTIFIED to withhold suff�cie� t f�tot�i�s Reid by you on the above described project
to satisfy claimant's demand in the autount of $ ,. r. . . 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 30R3) is not attached. (Bond required with Stop
Trli—now
Notice served on constructions lender on private jnbs -- bond not required on public jobs or on Stop Notice
served on owner on private jobs).
Dste_FEBRUARY 5,1996 NurneofClaimant WELLS SUPPLY COMPANY
1201 EAST NAR'' PLACE
/MnifinLJt[lJ,xa
SANTA ANA, "�JLiV7
By
WENDY BROGDON- t FREefk VI'1's MANAGER
--' " —^ (VJ)iciai Cepacit)y _-
•VERIFICr1;I 101.4
L the undersigned. state: I am the CREDIT MANAGER
t" Renl of : ")'rpsidPnt q('; 'if Fo��rtner af'; lrner qP, rte/
the claimant named in the foregoing Stop Notice; i have read said claim of Stop Notice and know the contents
thereof, and I certify that the same is true of my own knowledge.
I certify (or deleare) under penalty of perjury under the laws of the State of California that the foregoing
Is true and correct.
Executed on _ FEBRUARY 5 19 96 at 11 01 EA QRMANDY PLACE
Stateof CALIFORNIA . ,.... „ Al 'k , rh- C1C'•_r
REQUE,c ' FOR NO'TICU OF ELICC110N
(Private Works Only)
If an election Is made not to withhold funds pursuant to this stop notice by reason of a payment bond
having been recorded in accorcinnce with Sections 3235 or 3162, ptsnse sent) nonce of such election and
It copy of the bond within 30 days of such election in the enclosed µreaddressed stamped envelope to
the address of the claimant shown above. 'I his information must be I mvided by you under Civil Code
Sections 3159, 3161 or 3162.
Signed:
(Clniamnl rausi eltclnrn`.:mijud'dressrd sump: ,, elope)
tMOA rOMn�Or+^�i rnros,awo
R -91%
:t
TOTAL P.02
02 -22-45 10:42AM P002 437
• 9 January 8, 1996
CITY COUNCIL AGENDA
ITEM NO. 16
TO: MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: PUBLIC WORKS DEPARTMENT
SUBJECT: NOTICE OF COMPLETION -VIA LIDO WATER AND SEWER MAIN
REPLACEMENT PROJECT, CONTRACT NO. C -3062 BY THE CITY COUNCIL
RECOMMENDATIONS:
CITY OF NEWPORT BEACH
I
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completio .
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 Via Lido Water & Sewer Main Replacement Project
has been completed by R & L Sewers of Paramount to the satisfaction of the Public Works
Department.
The bid price was $ 198,523.00
Amount of change orders $ 12,094.09
Total contract cost $ 210,617.09
Funds for the project were budgeted in the following account:
Description Account Number Amount
Water Capital Projects 7501- C5500217 $ 218,375.00
The change orders for this project centered around modifications necessary to connect
the new main with the existing system. At the time of award, the scheduled completion
date was October 27, 1995. To avoid conflicts with local businesses, the Notice to
Proceed was intentionally delayed. The schedule was extended by 50 days to
compensate for the delay of the Notice to Proceed, thus moving the completion date to
December 16, 1995. The contractor has completed the project ahead of this revised
schedule.
RIly submitted,
C/
PUBLIC WORKS DEPARTMENT
Don Webb, Director
MJS:tam
By:. L�� -
Mi hael J. Sinacori, P. E.
(Acting) Utilities Manager
CITY OF NEWPORT BEACH
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
TO: PURCHASING /ADMINISTRATIVE SERVICES DEPARTMENT
FROM: CITY CLERK
DATE: September 27, 1995
SUBJECT: Contract No. C -3062
/�
Description of Contract Via Lido Water Main Relocation
t
Effective date of Contract August 28, 1995
Authorized by Minute Action, approved on August 28, 1995
Contract with R &
Address 8815 E. Somerset
Paramount CA 90723
Amount of Contract $198,523.00
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
0 •
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92658 -8915
until 2:00 o'clock p.m. on 6th day of July, 1995,
at which time such bids shall be opened and read for:
VIA LIDO WATER MAIN RELOCATION PROJECT
Title of Project
C -27&2- 3oG z
Contract No.
$201,460
Engineer's Estimate
/O�
V
Z�
Approved by the City Council
this 12th day of June, 1995
Wanda E. Raggio
City Clerk
Prospective bidders may obtain aset of contract documents for $25.00 at
the office of the Public Works Department, 3300 Newport Boulevard,
Post Office Box 1768, Newport Beach, California 92658 -8915
For further information, call Jeff Staneart at 644 -3011.
Project Manager
0 i
CITY OF NEWPORT BEACH
UTILITIES DEPARTMENT
VIA LIDO WATER MAIN
RELOCATION PROJECT
CONTRACT NO. C -2782
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 -2942 in accord with the Plans and Special Provisions, and will
take in full payment therefore the following unit prices for the work, complete in place,
to wit:
NOTE: All applicable sales taxes, State and /or Federal, and any other special taxes,
patent rights or royalties shall be included in the prices quoted in this proposal.
SCHEDULE OF WORK ITEMS
ITEM APPROXIMATE UNIT TOTAL
NO. QUANTITY DESCRIPTION PRICE AMOUNT
1,241 L.F. Furnish and install 12 -inch C -900
SDR -14 PVC water main complete
and in place including potholing of
all existing utilities for the unit price of:
Dollars
and
Cents $ 60.00 $ 74.4600
Per Lineal Foot
2. 61 LX. Furnish and install 8 -inch C -900
SDR -14 PVC water main complete
and in place including potholing of all
existing utilities for the unit price of:
Forty Dollars
and
Per Lineal Foot
Cents $ 40 00 $ 2.440.00
P -1a
0
0
SCHEDULE OF WORK ITEMS
ITEM APPROXIMATE UNIT TOTAL
NO. QUANTITY DESCRIPTION PRICE AMOUNT
3. 221 L.F. Furnish and install 6 -inch C -900
SDR -14 PVC water main complete
and in place including potholing of all
existing utilities for the unit price of
Thirty -Five Dollars
and
Nrn Cents $ 35.00 $ 7.735.00
Per Lineal Foot
4. 4 EA. Furnish and install 12 -inch butterfly
valve with box and cover complete
and in place for the unit price of:
Nine Hundred Dollars
and
No Cents $ 900.00 $ 3.600.00
Per Each
5. 2 EA. Furnish and install 8 -inch resilient
wedge gate valve with box and cover
complete and in place for the unit price of:
Six Hundred Seventy -Five Dollars
and
Nn Cents $ 675.00 $1350.00
Per Each
6. 3 EA. Furnish and install 6 -inch resilient
wedge gate valve with box and cover
complete and in place for the unit price of:
Six Hundred Twenty -Five Dollars
and
Nn Cents $ 625.00 $1,875.00
Per Each
7. 2 EA. Furnish and install fire hydrant
assembly per City of Newport Beach
STD -500 -L with 6 -inch resilient wedge
gate valve for the unit price of:
Two Thousand Four Hundred & Fifty Dollars
and
Nn _ Cents $ 2.450.00 $ 4.900.00
Per Each
P -lb
0
17J
SCHEDULE OF WORK ITEMS
ITEM APPROXIMATE UNIT TOTAL
NO. QUANTITY DESCRIPTION PRICE AMOUNT
8. L.S. Furnish, install and remove a temporary
bypass water system complete and
in place for the lump sum price of:
Fifteen Thousand Dollars
and
No Cents Lump Sum $15.000.00
Lump Sum
9. 11 EA. Furnish and install 1 -inch water services per
City of Newport Beach STD 503 -L complete
and in place for the lump sum price of:
Seven Hundred & Fi4 Dollars
and
No Cents $ 750.00 $ 8,250.00
Per Each
10. 7 EA. Furnish and install 2 -inch water
services per City of Newport Beach
STD 503 -L complete and in place for
the unit price of:
One Thousand Two Hundred & Ten Dollars
and
No Cents $1.210.00 $ 8.470.00
Per Each
11. 1 EA. Furnish and install 4 -inch fire service
complete and in place for the unit price of:
One Thousand Five Hundred Dollars
and
No Cents $1.500.00 $1.500.00
Per Each
12. L.S. Furnish and install all tie -ins to existing
water mains, including connections
and removal of interfering portions
of existing pipe, complete and in place
for the lump sum price of:
Fifty-Two Thousand Nine Hundred &
Forty -Three Dollars
and
No Cents Lump Sum $ 52,943.00
Lump Sum
P -1C
0
0
Lump Sum
16. 3 EA. Remove existing fire hydrant
assembly and return fire hydrant
to the City of Newport Beach Utilities,
complete and in place for the unit
price of:
Five Hundred Dollars
and
No Cents $ 500.00 $1.500.00
Per Each
P -ld
SCHEDULE OF WORK ITEMS
ITEM
APPROXIMATE UNIT
TOTAL
NO.
QUANTITY
DESCRIPTION PRICE
AMOUNT
13.
L.S.
Provide traffic control for the
lump sum price of:
Ten Thousand
Dollars
and
No
Cents Lump Sum
$10.000.00
Lump Sum
14.
L.S.
Pressure test, disinfect and flush
all new water mains for the lump
sum price of:
One Thousand Five Hundred Dollars
and
No
Cents Lump Sum
$1.500.00
Lump Sum
15.
L.S.
Excavation safety measures
including adequate sheeting,
shoring and bracing or equivalent
methods for the protection of life
and limb, which shall comply to
applicable safety orders for the
lump sum price of:
Three Thousand
Dollars
and
No
Cents Lump Sum
$ 3.000.00
Lump Sum
16. 3 EA. Remove existing fire hydrant
assembly and return fire hydrant
to the City of Newport Beach Utilities,
complete and in place for the unit
price of:
Five Hundred Dollars
and
No Cents $ 500.00 $1.500.00
Per Each
P -ld
Total Price in Written Words:
One Hundred Ninety -Eight Thousand
Five Hundred & Twenty -Three Dollars
and
No Cents $198.523.00
Total Price
Bidder's Name R & L SEWERS
Bidder's Address 8815 E. Somerset
Paramount, California 90723
Bidder's Telephone Number (310) 531 -8335
Contractor's License No. & Classification 572139 "A"
Expiration Date
/Date
P -le
• INSTRUCTIONS TO BIDDERS • Page 2
The following documents shall be completed, executed and received by the City
Clerk in accord with the "NOTICE INVITING BIDS ".
L PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTOR(S)
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON - COLLUSION AFFIDAVIT
6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of the total bid
price) may be received in lieu of the Bidder's Bond. The title of the project and the
words "SEALED BID" shall be clearly marked on the outside of the envelope containing
the documents.
The City of Newport Beach will not permit a substitute format for the documents
listed above. Bidders are advised to review their content with bonding and legal agents
prior to submission of bid.
BIDDER'S BOND shall be issued by an insurance organization or surety (1)
currently authorized by the Insurance Commissioner to transact business of insurance
in the State of California, and (2) listed as an acceptable surety in the latest revision of
the Federal Register Circular 570.
The estimated quantities indicated in the PROPOSAL are approximate, and are
given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of
discrepancy between wording and figures, bid wording shall prevail over bid figures.
In the event of error in the multiplication of estimated quantity by unit price, the correct
multiplication will be computed and the bids will be compared with correctly
multiplied totals. The City shall not be held responsible for bidder errors and omissions
in the PROPOSAL.
In accord with the California Labor Code (Sections 1770 et seq.), the Director of
Industrial Relations has ascertained the general prevailing rate of per diem wages in the
locality in which the work is to be performed for each craft, classification, or type of
workman or mechanic needed to execute the contract. A copy of said determination is
available in the office of the City Clerk. All parties to the contract shall be governed by
all provisions of the California Labor Code relating to prevailing wage rates (Sections
1770 -7981 inclusive). The Contractor shall be responsible for compliance with Section
1777.5 of the California Labor Code for all apprenticeable occupations.
All documents shall bear signatures and titles of persons authorized to sign on
behalf of the bidder. For corporations, the signatures shall be of a corporate officer or
an individual authorized by the corporation. For partnerships, the signatures shall be
of a general partner. For sole ownership, the signature shall be of the owner.
572139 "A" R & L
Conti s Lic. No. & Classification Bidder
Date
Signature and Title
0
0
Page 3
DESIGNATION OF SUBCONTRACTOWS)
State law requires the listing of all subcontractors who will perform work in an
amount in excess of one -half of one percent of the Contractor's total bid. If a
subcontractor is not listed, the Contractor will be responsible for performing that
portion of the work. Substitution of subcontractors shall be made only in accord
with State law and /or the Standard Specifications for Public Works Construction, as
applicable.
The Bidder, by signing this designation certifies that bids from the following
subcontractors have been used in formulating the bid for the project and that these
subcontractors will be used subject to the approval of the Engineer and in accord
with State law.
1
r
7
1
11
1
Subcontractor Address Subcontract Work
R & L SEWERS. INC.
Bidder ,
Signature and Title
0
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
0 Page 4
That we, R & L SEWERS. INC. , as bidder, and WASHINGTON
INTERNATIONAL INSURANCE COMPANY, as Surety, are held and firmly bound
unto the City of Newport Beach, California, in the sum of TEN PERCENT OF THE
AMOUNT OF THE ACCOMPANYING BID Dollars ($ 10% OF BID), 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
VIA LIDO WATER MAIN RELOCATION PROJECT C-2782
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 29TH
day of JUNE • 1995.
(Attach acknowledgement of
Attorney -in -Fact)
M. TREDINNICK (t:
Notary Public #1053088 A)3 orized Signature and Title
WASHINGTON INTERNATIONAL
MAR 28. 1999 INSURANCE COMPANY
Commission Expires Surety
By: S /MICHAEL A. QUIGLEY
Title: MICHAEL A. QUIGLEY,
ATTORNEY -In -FACT
NON - COLLUSION AFFIDAVIT
40
Page 5
The bidder, by its officers and agents or representatives present at the time of filing
this bid, being duly sworn on their oaths, say that neither they nor any of them
have, in any way, directly or indirectly, entered into any arrangement or agreement
with any other bidder, or with any public officer of such CITY OF NEWPORT
BEACH whereby such affiant or affiants or either of them, has paid or is to pay to
such bidder or public officer any sum of money, or has given or is to give to such
other bidder or public officer anything of value whatever; or such affiant or affiants
or either of them has not directly or indirectly, entered into any arrangement or
agreement with any other bidder or bidders, which tends to or does lessen or destroy
free competition in the letting of the contract sought for by the attached bids; that no
bid has been accepted from any subcontractor or materialman through any bid
depository, the bylaws, rules or regulations of which prohibit or prevent the bidder
from considering any bid from any subcontractor or materialman which is not
processed through said bid depository, or which prevent any subcontractor or
materialman from submitting bids to a bidder who does not use the facilities of or
accept bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be suggested,
offered, paid or delivered to any person whomsoever to influence the acceptance of
said bid or awarding of the contract; nor has the bidder any agreement or
understanding of any kind whatsoever with any person whomsoever to pay, deliver
to or share with another person in any way or manner, any of the proceeds of the
contracts sought by this bid.
Subscribed and sworn to before me
this 7TH day of U� LY
1995.
My Commission Expires:
11 -27 -98 S /TUDY R. MC PHERSON
Notary Public, #1045693
• i
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.
1971 -1994 CITY OF SANTA FE SPRINGS
1971 -1993 CITY OF HAWTHORNE
1980 -1994 CITY OF PARAMOUNT (for David Contractors)
1989 CITY OF NEWPORT
1971 -1994 L.A. FLOOD CONTROL
R & L SEWERS, INC.
Bidder l�
Signature and Title
0
NOTICE
6 Page 7
The following contract documents shall be executed and delivered to the
Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays)
after the date of mailing the Notice of Award to the successful bidder:
PAYMENT BOND (pages 8 & 9)
FAITHFUL PERFORMANCE BOND (pages 10 & 11)
CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12,13 &14)
CONTRACT (pages 15 & 16)
WORKERS' COMPENSATION INSURANCE CERTIFICATION (page 17)
The City of Newport Beach will not permit a substitute format for these
contract documents. Bidders are advised to review their content with bonding,
insuring and legal agents prior to submission of bid.
Payment and Faithful Performance Bonds shall be issued by an insurance
organization or surety (1) currently authorized by the Insurance Commissioner to
transact business of insurance in the State of California, and (2) listed as an
acceptable surety in the latest revision of the Federal Register Circular 570, and (3)
meeting 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 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.
SEP 08 '95 1339 R &L SEWERS IIJC.
P.2
• BOND I S -400 8170
PREMIUM INCLUDED ON PERFORMANCE BOND
EXECUTED IN FOUR COUNTERPARTS
pages
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 has awarded to_
R & L SEWERS, INC. hereinafter
designated "the "Principal ", a contract for VIA LIDO WATER RELOCATION
PROTEC co •r-r Ntl C'_�'/°n 30�z'
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
R & L SEWERS INC.
as Principal, and
WASHINGTON INTERNATIONAL INSURANCE COMPANY
City of Newport Beach, in the sum of
-- --- Dollars (S 1:198,523.00 -- I
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.
TTIE CONDITION OF Ttus 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.
s
SEP 08 '95 13:40 R &L SEWERS INC.
•
Pa@O
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 8TH day of SEPTEMBER 19 95
Signahm
Signature and Title
WASHINGTON INTERNATIONAL INSURANCE COMPANY
(Sew)
Name of Sntw
60173
S*wtvAsb std Title of AuOorized t ni L A. gUIULL
—IN—FACT
23455 23455 MADERO, SU N VIEJO, CA 92691
Address of Agent
(714) 470 -0011
Telephone Number of Agent
STATE OF CALIFORNIA
SS.
COUNTY OF ORANGE
On SEPTEMBER 8. 1995 ,before me, M. TREDINNICK, NOTARY PUBLIC
PERSONALLY APPEARED MICHAEL A. QUIGLEY
personally known to me (or proved to me on the basis of
satisfactory evidence) to be the person(s) whose name(s)
is /are subscribed to the within instrument and acknowl-
edged 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.
Signature Ddti
OPTIONAL
M. TREDINNICK 3
g COMM. #1053088 3
? s NOTARY PUBLIC - CALIFORNIA r
e ORANGE COUNTY
My Comm. Ezpirn Mar. 28, 1999
This area for Official Notarial Seal
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
nnE(s)
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
❑ ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIAN/CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES)
DESCRIPTION OF ATTACHED DOCUMENT
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
ID -081 Rev. 6/94 ALL - PURPOSE ACKNOWLEDGEMENT
WASHINGTON TERNATIONAL INSURANCE COMPANY
POWER OFATTORNEY 0
KNOW ALL BY THESE PRESENTS: That the Washington International Insurance Comapny, a corporation organized and existing under the
laws of the State of Arizona, and having its principal office in the Village of Schaumburg, Illinois does hereby constitute and appoint
SHAWN BLUME, JENNIFER JOHNSTON, MICHAEL A. QUIGLEY AND DWIGHT REILLY
EACH IN THEIR SEPARATE CAPACITY
its true and lawful attorney(s)-in -fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings,
recognizances, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required, or
permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents,
shall be as binding upon the said Washington International Insurance Company as fully and amply, to all intents and purposes, as if the
same has been duly executed and acknowledged by its President and its principal office.
This Power of Attorney shall be limited in amount to $2,000,000.00 for any single obligation.
This Power of Attorney is issued pursuant to authority granted by the resolutions of the Board of Directors adopted March 22, 1978, July
3, 1980 and October 21, 1986 which read, in part, as follows:
1 . The Chairman of the Board, President, Vice President, Assistant Secretary, Treasurer and Secretary may designate Attorneys -in-
Fact, and authorize them 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 to appoint Special
Attorneys -in -Fact, who.are hereby authorized to certify copies of any power -of- attorney issued in pursuant to this section and /or
any of the By -Laws of the Company, and to remove, at any time, any such Attorney -in -Fact or Special Attorney -in -Fact and revoke
the authority given him.
2. The signatures of the Chairman of the Board, the President, Vice President, Assistant Secretary, Treasurer and Secretary, and the
corporate seal of the Company, may be affixed to any Power of Attorney, certificate, bond or undertaking relating thereto, by
facsimile. Any such Power of Attorney, certificate bond or undertaking bearing such facsimile signature or facsimile seal affixed
in the ordinary course of business shall be valid and binding upon the Company.
IN TESTIMONY WHEREOJ ,�4bcv V `hington International Insurance Company has caused this instrument to be signed and its corporate
seal to be affixed VGer, this 2nd day of November, 1994.
IZ vvM VnnIG• i
P° SEAL : n
Qy ARIZONA
� % `I......•• '
STATE OF ILLINOISI §T4
COUNTY OF COOK)
i
INTERNATIONAL INSURANCE COMPANY
F
:Lt-i,c
Chairman of the Board
On this 2nd day of November, 1994, before me came the individual who executed the preceding instrument, to me personally know, and,
being by me duly sworn, said that he is the therein described and authorized officer of the Washington International Insurance Company;
that the seal affixed to said instrument is the Corporate Seal of said Company;
IN TESTIMONY WHEREOF, I have hereunto s t my hand and affixed my Official Seal, the day and year first above written.
j "OFFICIAL SEAL" �n�C n
S CHRISTINE ZARETSKY il �,I ,4 _
/
N-taiy Pu;N, State Of Illinois istine Zaretsky,&ary, Public
S My C:nin si-n Expires 10 -7 -96 11 My Commission Expires ctober 7 1996
CERTIFrJSAfifi- -- --
STATE OF ILLINOIS)
COUNTY OF COOK)
I, the undersigned, Secretary of WASHINGTON INTERNATIONAL INSURANCE COMPANY, an ARIZONA Corporation, DO HEREBY CERTIFY
that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked, and furthermore that Article III,
Section 5 of the By -Laws of the Corporation, and the Resolution of the Board of Directors, set forth in the Power of Attorney, are now
in force.
Signed and sealed in the County of Cook. Dated hr 8TH day of SEPTEMBER . 19 95
Lewis M. Moeller, Secretary
SEP 08 '95 13:41 R &L SEWERS INC. P,4
BOND # S -400 8175
PREMIUM: $3,978.00•
EXECUTED IN FOUR COUNTERPARTS Page 10
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California,
�1 by motion adopted
has awarded to R & L SEWERS INC.
t hereinafter designated as the "Principal ", a contract for
0 (-2.
in the City of Newport Beach, in strict conformity with the Drawings and
Specifications and other contract documents on file in the office of the City Clerk of
i. the City of Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract
and the terms thereof require the furnishing of a bond for the faithful performance
of said contract;
NOW, THEREFORE, We,
R & L SEWERS, INC.
as Principal WASHINGTON INTERNATIONAL INSURANCE COMPANY
as Surety, are held and firmly found unto the City of Newport Beach, in the sum of
ONE HUNDRED NINETY EIGHT THOUSAND
FIVE HUNDRED TWENTY THREE.& NO /100 - - - --
Dollars ($ $198,523.00--- -
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
j 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 W force and virtue.
P.5
SEP fib '95 1341 R&L SEWERS Itic. •
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 this board, 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 8TH day of SEPTEMBER i9 95
R 6 INC. Sesl
Sipatun and Title
Authorized Signature end Title
WASHINGTON IN'ZRNATIONAL INSURANCE a
Name of Sunty
1930 V(OREKU /U?lV,fT/AA0I,iS , IL 60173
MICHAEL A,/QUIgEY,
Signature and Title of AmftrGed Agent
23455 MADERO, SUITE A, MISSION VIEJO, CA 92691
Addrns of A@w
(714) 470 -0011
Tdephom Numba of Agent
STATE OF CALIFORNIA • •
1
COUNTY OF ORANGE J SS.
On SEPTEMBER 8. 1995 ,before me, N. TREDINNICK, NOTARY PUBLIC
PERSONALLY APPEARED MICHAEL A. QUIGLEY
personally known to me (or proved to me on the basis of
satisfactory evidence) to be the person(s) whose name(s)
is /are subscribed to the within instrument and acknowl-
edged 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.
Signature `_.X( E
OPTIONAL
M. TREDINNICK
COMM. #1053033
NOTARY PUBLIC . CALIFORNIA
ORANGE COUNTY
1999
My Comm. EMDlrm Mara y�99
This area for Official Notarial Seal
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 SIGNERN0.
❑ INDIVIDUAL
❑ CORPORATE OFFICER
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
❑ ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIANICONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSONISI OR ENTITY(IES(
DESCRIPTION OF ATTACHED DOCUMENT
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
111 19191, 1, /'q AI.I.- PURPOSE ACKNOWLEDGEMENT
WASHINGTOAWTERNATIONAL INSURANC�COMPANY
POWER OF ATTORNEY
KNOW ALL BY THESE PRESENTS: That the Washington International Insurance Comapny, a corporation organized and existing under the
laws of the State of Arizona, and having its principal office in the Village of Schaumburg, Illinois does hereby constitute and appoint
SHAWN BLUME, JENNIFER JOHNSTON, MICHAEL A. OUIGLEY AND DWIGHT REILLY
EACH IN THEIR SEPARATE CAPACITY
its true and lawful attorney(s) -in -fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings,
recognizances, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required, or
permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents,
shall be as binding upon the said Washington International Insurance Company as fully and amply, to all intents and purposes, as if the
same has been duly executed and acknowledged by its President and its principal office.
This Power of Attorney shall be limited in amount to $2,000,000.00 for any single obligation.
This Power of Attorney is issued pursuant to authority granted by the resolutions of the Board of Directors adopted March 22, 1978, July
3, 198P and October 21, 1986 which read, in part, as follows:
The Chairman of the Board, President, Vice President, Assistant Secretary, Treasurer and Secretary may designate Attorneys -in-
Fact, and authorize them 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 to appoint Special
Attorneys -in -Fact, who are hereby authorized to certify copies of any power -of- attorney issued in pursuant to this section and /or
any of the By -Laws of the Company, and to remove, at any time, any such Attorney -in -Fact or Special Attorney -in -Fact and revoke
the authority given him. -
2. The signatures of the Chairman of the Board, the President, Vice President, Assistant Secretary, Treasurer and Secretary, and the
corporate seal of the Company, may be affixed to any Power of Attorney, certificate, bond or undertaking relating thereto, by
facsimile. Any such Power of Attorney, certificate bond or undertaking bearing such facsimile signature or facsimile seal affixed
in the ordinary course of business shall be valid and binding upon the Company.
IN TESTIMONY WHEREOF4atbet hington International Insurance Company has caused this instrument to be signed and its corporate
seal to be affixed by�G6'atNjffk��ti4er, this 2nd day of November, 1994.
` .•� ••.
G� AS
0 z :COP, ?ORATE
P° ; SEAL
ARIZONA illia
STATE OF ILLINOIS�oa p► ��1V,a
COUNTY OF COOK) '*ANXZ ,mv°
INTERNATIONAL INSURANCE COMPANY
r
2,ra
Sterrett, Chairman of the Board
On this 2nd day of November, 1994, before me came the individual who executed the preceding instrument, to me personally know, and,
being by me duly sworn, said that he is the therein described and authorized officer of the Washington International Insurance Company;
that the seal affixed to said instrument is the Corporate Seal of said Company;
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, the day and year first above written.
"OFFICIAL SEAL" _
Ii CHrZISTINE ZARETSKY S� 1�� Ll
Ii 11 tary Fu;!it, Stale of Illines istine Zaretsky, Notary Public
My C -nua si cn y Ex0es 10.7.96 My Commission Ex.prres ctober 7 1996
CERTI0J6A;FEr—
STATE OF ILLINOIS)
COUNTY OF COOK)
1, the undersigned, Secretary of WASHINGTON INTERNATIONAL INSURANCE COMPANY, an ARIZONA Corporation, DO HEREBY CERTIFY
that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked, and furthermore that Article III,
Section 5 of the By -Laws of the Corporation, and the Resolution of the Board of Directors, set forth in the Power of Attorney, are now
in force.
Signed and sealed in the County of Cook. Dated hu 8 TH day of SEPTEMBER .19 99
Lewis M. Moeller, Secretary
E0159
(60. um )
ENDORSEMENT
LENDT. NO. I g
BLANKET ADDITIONAL INSURED
IT IS AGREED THAT COVERAGE IS PROVIDED TO THE ADDITIONAL INSURED(S) NAMED IN THIS
ENDORSEMENT AS FOLLOWS:
1. THE TERM 'ADDITIONAL INSURED" SHALL ALSO INCLUDE ANY PERSON OR ORGANIZATION
SPECIFICALLY DESIGNATED AN "ADDITIONAL INSURED" ON A CERTIFICATE OF INSURANCE
APPROVED BY THE COMPANY. A PERSON OR ORGANIZATION NOT SPECIFICALLY
DESIGNATED AS AN ADDITIONAL INSURED ON A CERTIFICATE APPROVED BY THE COMPANY
IS AFFORDED NO COVERAGE HEREUNDER.
2. COVERAGE FOR ANY ADDITIONAL INSURED SHALL INCEPT AT 12:01 A.M. ON THE DATE THE
CERTIFICATE DESIGNATING SUCH PERSON OR ORGANIZATION AS AN ADDITIONAL INSURED
IS APPROVED BY THE COMPANY.
3. THE APPLICABLE LIMIT OF THE COMPANY'S LIABILITY SHALL NOT BE INCREASED BY THE
INCLUSION OF ANY NUMBER OF ADDITIONAL INSUREDS.
4. OTHER THAN AS EXPRESSLY MODIFIED HEREIN, COVERAGE FOR THE ADDITIONAL INSURED
IS GOVERNED BY THE TERMS AND CONDITIONS OF THIS POLICY, INCLUDING THE INSURING
AGREEMENTS.
5. THE COVERAGE PROVIDED FOR "ADDITIONAL INSUREDS" IS ONLY TO THE EXTENT THE
LIABILITY OF SUCH ADDITIONAL INSUREO(S) IS SOLELY BASED UPON THE PRODUCTS, ACTS,
ERRORS OR OMISSIONS OF THE NAMED INSURED. NO COVERAGE IS PROVIDED FOR
LIABILITY BASED UPON THE PRODUCTS, ACTS, ERRORS OR OMISSIONS OF THE ADDITIONAL
INSURED.
CITY OF NEWPORT BEACH
& DMC ENGINEERING
P.O. BOX 1768
3300 NEWPORT BLVD.
NEWPORT BEACH, CA 92658 -8915
AL 1591
ALPINE INSURANCE COMPANY
THIS
RL SEWERS
fr<
03/22/91
SEP 09 '95 13:35 P&L SEWERS INC.
STRACHOTA INSURANCE AGENCY
43500 RIDGE PARK DRIVE, #203
TEMECULA, CA 92590
RL SEWERS
8815 EAST SOMERSET
PARAMONT, CA 92723
COMPANM AFFORDING COVERAGE
A CENTURY NATIONAL
•.umrn ' H B
LETIBR
COMPANY C
LETTER
I MANYD
E
THE 0 TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE SEEN ISSUED TO TIRE INSURED NAMED ABOVE FOR THE POUcY PERIOD
npCATEDL NOTWTTNSYANDINIG ANY REOUIHEMEW TOM OR CONDInON OF ANY CONTRACT OR OTHER DOCUMENT 1WTI RESPECT TO YMIcN TNIB
CERTIFICATE AMY BE ISSUED OR MAY PERTAIN. TIE INSURANCE AFFORDED BY TIE POLICIES DESCRIBED HEPRIN 9 SUBJECT TO All THE
TERMS. E)Id.USIONB, AND CONDITIONS OF SUCH POLICIES AND IS NOTAMENDED. EXTENDED OR ALTERED BY IM CERTIFICATE.
L�tnl TYPE OPiNSURANCE I UBER EFFCiVE I > AT
NM D E ALL LIMTTSINTHOUSANDS 1
I
FNWUL'TaCOIiLElTQ OPERAnoN
ICU HAZARDS
BROAD FORM PROP®RY DAMAGE
SEVDIASBITY OF BAEREST CLAUSE
P. I. WITH EMPLOYEE OCCLUSION
REMOVED
MARE
AOT'OUOBB4 LABILITY
ANY AUTO
BOWNED AUTOS
SO NULE AUTOS
MI �)AUTO B v
NdNOMMED A1/}DB
GAIAME lUiltlTY Lei
EXC=3 L IABMM
UMBRELLA FORM
DnIeRTWWIR1eIreaAPanA I I
0E161AL AGGREGATE
I S
FETED
OPERATIONS AGGREGATE
S
PERSONAL, INAMW
M rarulRSR
s
EACH OCCURENCE
EACH ACCIDENT
S
FIRE DAMADE
FIRE)
s
S
(ANYONE
anm
MEOICAL EXPOMS
S
WIT ONE PERSON)
DESCRIPTION OF OPERATION&LOCATONSNEM ITEMS: ALLOPFAATIONS P61POR1E0 FOR THE CITY OF
NEINFDRT BEACH BY OR ON BEHALF OF THE NAMED INSUNED IN COMFSTION+ MIN. SUT NOT LIMITED TO TINE POLLOW ING CONTACT:
VIA LIDO WATER MAIN RELOCATION PROJECT C23-8� 3062
Pumbumnsaw mwmacr
COMBINED
s 1000
SINGLE UIMIT
DORY MARIRV
S
f" PERSON)
� �
S
PROPERTY
QYMAME
S
Oc u�+ce
ADGRSMTE
s
s
CfTYOPNBNPORTBBACA & DMC ENGR. 3"OADAMYOFTIISABOVEDeSCR![O POUClB BE NOMRBNEWED. CANm EO OR
P.O. BOX 17U COVERREIR REDUCED BEFORE TIE EXPIRATION DATE THE COMPANY AFFORDING
CCVERADE SMALL PROVIDE 30 DAYS MINIMUM ADVANCE NOTICE TO THE CRY OF
7300 NRMPORT BOULEVARD NEWPORT BEACH BY RPw CLAN MAIL. .
NBYYPORTBBAC)L CALIFORNIA 92659 -9915
AUIIsmaID Bl1oe®OGTIVE ISSUE DATE
WORUW COI�N3ATION
t
PAAGWYERS' LIABUZrY
M rarulRSR
S
EACH ACCIDENT
S
ol"A9E•POLIcY LIMIT
s
DISEASE -EACH EMPLOYEE
anm
$
DESCRIPTION OF OPERATION&LOCATONSNEM ITEMS: ALLOPFAATIONS P61POR1E0 FOR THE CITY OF
NEINFDRT BEACH BY OR ON BEHALF OF THE NAMED INSUNED IN COMFSTION+ MIN. SUT NOT LIMITED TO TINE POLLOW ING CONTACT:
VIA LIDO WATER MAIN RELOCATION PROJECT C23-8� 3062
Pumbumnsaw mwmacr
CfTYOPNBNPORTBBACA & DMC ENGR. 3"OADAMYOFTIISABOVEDeSCR![O POUClB BE NOMRBNEWED. CANm EO OR
P.O. BOX 17U COVERREIR REDUCED BEFORE TIE EXPIRATION DATE THE COMPANY AFFORDING
CCVERADE SMALL PROVIDE 30 DAYS MINIMUM ADVANCE NOTICE TO THE CRY OF
7300 NRMPORT BOULEVARD NEWPORT BEACH BY RPw CLAN MAIL. .
NBYYPORTBBAC)L CALIFORNIA 92659 -9915
AUIIsmaID Bl1oe®OGTIVE ISSUE DATE
SEA 02 'o _3: 36 Rf.L SEWEPS .NC, -c _ ----..
Page 13
CITY OF NEWPORT ]BEACH
AUTOMOTIVE IJABILITY TNSiRANCg ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for Autcatobile Liability, the City of
Newport Beadl, its officers and etapioyeeSS are additiaoalinAaads but only with respect to liability
for damages arising out of the ownership, maintenance Or sae of automobiles (or autos) used by or otn
behalf of the named insured in connection with the contract designated below- The insurance extended
by this endorsement to said additional inataed 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 ranted by an additional insured, or (3) operated by an additional insured. The insurance afforded
said additional insured(s) shall apply aspriamry irhsnrta ce 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:
"Tine 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 endometent 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 Lability 6 LONA9Q per, person
Bodily Injury Liability S LWA00 per accident
Property Damage Liability $l"M
[ J Combined Single Limit
Bodily Injury Liability 5 JMA90
and
Property Damage Liability
The limits of liability as stated in this endorsement shall not incase the total liability of the
company affording coverage for all damages as the result of any am accident or onuzearre in excess of
the limits of liability stated in the policy as applicable to Automobile Liability Insurance.
4. Should the policy be non- tennewed, cancelled or coverage reduced before the expiration date thereof,
the bout tg Company shall provide 30 days advance notice to the City of Newport Beach by
registered mail, Attention: Public Works Departffmrt *EXCEPT FOR NON PAY THEN 10 DAYS
S. Designated Contract VIA LIDO WATER MAIN 1tMDC 770N PROUCr C -2792
Project Tide —� Conusc No.
This endorsement is effective 9/12/95 at 1241 A.M. and forms part of
policy No. BAP61747
of CENTURY NATIONAL
(Company Aff n in CavasR)
harmed RL SEWERS Endona meuNo.
Iesubng Canpurty STRACHOTA INS. AGENCY B9 <-;Z� qyr dam°
(Autbarmred Repreaea=v0
'95 13:37 R&L SE 1NC.
0
It is agreed that
1. With respect to such insurance as is afforded try the policy for Gesteral Liability, 1*e Ci',
Beach, its officers and employees are additional insureds but only with respect to liability
operations performed by or an behalf of the named insureds in connection with the contrz:
below or acts and omissions of the additLonsi insureds in connection with its general iupcz,
operations. The insurance afforded said additional kwa-ed(;) shall apply as primary ir.
other kwurwxe maintained by the City of Newport Beach shall be called upon to c i
insurance provided by this policy.
The policy includes the following Provision:
elite insurance afforded bv the policy a % hwumd against wtcm daim w r
F== - 1 0 the companyaffretUngcovoruge."
suit is brought. except with n:spect to the . the=1,Dt;M4
3. The insurance afforded by the policy for Contractual Liability Instuance (subject to the
and exchation& applicable to such insurance) includes liability asaimed by the named ins t.
indemnification or hold harmless provision contained in the written contract, designated
the named insured and the City at Newport Beach.
4. With respect to such insurance as is afforded by this policy, the exclusicna, if my,
explosion hazard, collapse hazard and undinground property hazard (commonly nnferr-1
hazards) are deleted.
S. The limits of liability under this endorsement for the additional insured(s) named in -3
endorsement " be the limits indicated below written on an 'Occurrence basis;
t I cotnummia) I I Comprehensive
General Liability S 1AM.Ow each acciv- , �- r
$ 1.0maw _each om— - .
11-w applicable limit of the Contractual Liability for the company affording coverage shat
any amount paid as damages under this endorsernent in behalf of the Additional, imured(s).
The limits of liability as stated in this endorsement *&H not increase the total liability -,-:
affording coverage for all damages as the result of arty one occurrence in et¢ras of the lirm" q
stated in the policy as applicable to General Liability Insurance.
6. Should the policy be non - renewed, car"llied or coverage reduced before the expiration
lwu" Company shall provide 30 days' advance notice to the City of N*%VW Beach by m.,:
Attentiom Public Works Department *IN EVENT OF COMPANY ELECTION
7. Designated Contract pmjectrltio Cow
This enclormctact is effective 9/12/95 at 1241 A.M. and forms,
poitcyNo. AL1591 of ALPINE
(CoGnmy Affaft COVWW)
RL SEWERS Endoesenumt 140. 8
bou <-;Z'L� ;,Y��.
" STRC HOTA INS. AGENCY By.
(AuddInIM
E
CONTRACT
0 Page 15
THIS AGREEMENT, entered into this 28TH day of AUGUST 19 95 ,
by and between the CITY OF NEWPORT BEACH, hereinafter "City," and R & L
SEWERS. INC. hereinafter "Contractor," is made with reference to the following
facts:
(a) City has heretofore advertised for bids for the following described public
work:
VIA LIDO WATER MAIN RELOCATION PROJECT C -3062
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:
VIA LIDO WATER MAIN RELOCATION PROJECT C -3062
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 Hundred Ninety
Eight Thousand Five Hundred & Twenty -Three & No /100 ( $ 198,523.00 )
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
• Page 16
(f) Plans and Special Provisions for VIA LIDO WATER MAIN
RELOCATION PROJECT 3o�z
Title of Project Contract No.
(g) This Contract
4. Contractor shall assume the defense of, and indemnify and hold
harmless, City and its officers, employees and representatives from all
claims, loss or damage, except such loss or damage proximately caused
by the sole negligence of City or its officers, employees and
representatives.
IN WITNESS WHEREOF, the parties hereto have caused this contract to be
executed the day and year first above written.
CITY OF NEWPORT BEACH
a municipal corporation
John Hedges, Mayor
ATTEST:
Wanda Raggio, City
APPROVED AS TO FORM:
Robin Clauson, Assistant City Attorney
CONTRACTOR:
Authorized Signature and Title
9
Page 17
WORKERS' COMPENSATION INSURANCE CERTIFICATION
" I am aware of the provisions of Section 3700 of the Labor Code which requires
every employer to be insured against liability for workers' compensation or to
undertake self - insurance in accordance with the provisions of that code, and I will
comply with such provisions before commencing the performance of the work of
this contract."
Date
R & LSEWERS, INC.
Name of Contractor (Principal)
Authorized Signature and Title
VIA LIDO WATER MAIN RELOCATION PROJECT C-2m �� l
Title of Project Contract No.
CITY OF NEWPR
ATTN: UTILITi
3300 NEWPROT
NEWPORT BEACH
P.O. BOX 420807, SAN FRANCISCO, CA 94142 407
MAIN REPLACEMENT.'
L
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 policy period indicated.
This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer.
We will also give you TEN 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 after 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 jssued ;or may pertain " insure
no afforded, =by the policies
described herein Js- jebt to ail tlha t, ms` exclusions aril cgnditloat of such pdticies
r
a,.
. ,.:
F
/
14 11,
EMPLOYER,
T,ss:
8815 SOMERE'T BLVD..
PARAMOUNT CA 90723
DYISION
SH
:A 92660
MAIN REPLACEMENT.'
L
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 policy period indicated.
This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer.
We will also give you TEN 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 after 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 jssued ;or may pertain " insure
no afforded, =by the policies
described herein Js- jebt to ail tlha t, ms` exclusions aril cgnditloat of such pdticies
r
a,.
. ,.:
F
/
14 11,
EMPLOYER,
R & L SEWERS INC
8815 SOMERE'T BLVD..
PARAMOUNT CA 90723
SH
C
•
C�
TO: Mayor & Members of the City Council
FROM: Public Works Department
August 28, 1995
CITY COUNCIL AGENDA
ITEM NO. 7
SUBJECT: VIA LIDO WATER PIPELINE PROJECT
AWARD OF CONTRACT (CONTRACT NO. 3062)
RECOMMENDATIONS:
Approve appropriation of $218,375.00 from Water
Enterprise Fund Reserves.
2. Find that the lowest bidder, R & L Sewer or
Paramount, can meet the requirements for
completing the proposed contract work and
declare them the "low bidder ".
3. Award Contract No. C -3062 to R & L Sewer,
Paramount, in the amount of $198,523.00.
4. Authorize the Mayor and the City Clerk to execute
the contract on behalf of the City.
DISCUSSION:
At 2:15 p.m. on August 3, 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
R & L Sewer, Paramount
$198,523.00
2
Majich Bros., Inc., Altadena
229,647.00
3
Savala Construction, Irvine
259,493.00
4
Sully- Miller, Anaheim
275,841.45
The low bid is 1.5 percent below the Engineer's Estimate of $201,460.
PROJECT DESCRIPTION:
This project provides for installation of approximately 1,250 linear
feet of new 12 -inch water main and 300 linear feet of new 8 -inch and 6 -inch
water mains in Via Lido between Central Avenue and the Lido Island Bridge.
The project will replace a section of 50 -year old pipe that is badly deteriorated
and has a history of leaks and the frequent need for repairs. The main breaks
have caused substantial damage to public and private property and has also
hampered patron access to the Lido Village. The water pipeline project is
necessary to prevent further costly water pipeline and street damage repairs
and to provide improved water circulation and fire flow capacity.
0 0
Page 2
Via Lido Water Pipeline Project
August 28, 1995
THE LOW BIDDER: !
i
The low b,Idder, 9'. L Sewer of Paramount, is a general contractor
licensed to do busin @ ss.4n.- California. This company has successfully
completed construction projects for: The Los Angeles Flood Control District
and the cities of Santa Fe Springs, Hawthorn, Paramount and Newport Beach.
The low bidder, R & L Sewer, failed to submit two Addenda with
their bid on the contract. The Addenda relate to modifications of the date of
the pre -bid conference and the bid opening. The Addenda do not pertain to
any contract specifications that could affect the price of any bid. Based on
language in the Addenda, the City Council could reject the bid of R & L Sewer
as non - responsive. However, the City Attorney has advised that Council has
the authority to waive the failure to attach the Addenda as a minor irregularity
since there was no competitive advantage gained by the apparent low bidder
and the low bidder complied with the directions in the Addenda.
Reference checks on their recent projects revealed a number of
comments favorable to their ability to perform the work in an efficient manner.
R & L Sewer'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 Engineer's Estimate of project construction costs is
$201,460.00. Funds for the work were approved in the Water Capital Projects
Budget in 1994/95, Account No. 7501- P500217A. This project was planned to
be awarded prior to June 30, 1995. However, after review and discussion with
the Lido Village Business Community, it was decided to postpone the project
until after the summer peak tourist season. The funds remaining in the above
1994/95 account were returned to the Water Enterprise Fund. It is now
necessary to provide a budget amendment to appropriate the funds for the
project. If approved, a new Water Capital Projects Budget, Account No. 7501 -
05500217, will be established. The $218,375.00 appropriation includes a 10
percent construction contingency of $19,523.00. Upon award of contract, this
projects anticipated completion date is Friday, October 27, 1995 (60 calendar
days from the date of award).
CONCLUSION:
The bid price is favorable in that it was below the construction cost
estimate. Staff believes the contractor can complete the project satisfactorily
with the required inspection and recommends award of the contract to the low
bidder. R & L Sewer of Paramount.
�
Respectfully submitted,
`-J_ J
PUBLIC WORKS DEPARTMENT
Don Webb, Director
MJS:tm
Attachments: Exhibit "A ", Itemized Bid Summary
Exhibit "B ", Project Vicinity Map
By: L�,
Mi hael J. Sinacori, P.E.
(Acting) Utilities Manager
•
•
E
i
•
W
O
W
Q
d
V)
LV
S�
U
�F
07 uj
O�
CL
3 CL
mm
z
LL cn
OY
U
3
U
U
a
•
W
Q
Q
N
W
Y
U
W
I
U
0
U
owF
mom
� V
ry f
y O <
U W F
W U
W F Z W
F O Z K
H U W d
R
m
X
W
tD
m
ry
P
O
�O
v1
m
a
m
t0
O
I
N
P
t0
O
N
Of
n
m
O1
P
N
0
N
O
1D
N
P
{p
10
{p
N
n
Q
N
P
H
H
V
O
H
w
H
w
w
w
w
w
N
H
H
O
y
N
m
0
w
n
�Q
N
V
H
C
O
P
O1
N
�
O
N
m
V1
OI
N
N
(O
P
O
VI
Gf
U
O
I
T
n
Of
Of
O
m
P
b
O
N
m
m
r
G
H
Q
m
t0
m
m
P
t0
Z
E
N
N
Q
H
N
w
m
R
m
X
W
r
o� r
�Ptf _..• "�C
� � ; 'PCSS fT..- ` ...y,nV` JI '•,,3,1 1 � 1 11 1'1 11
:v \ i VV... (( -• ./` '��(• 2. Tit 11 11 ��.,�'° `yI•
P�1f 44'� V "O •Yrt `Il�r �� \ r M, Tit 11-
� t ype t
1
1
Via Lido Water Main
Wp '" Relocation Project
12t( WATER MAIN
9 C lf..�.- • • � i °rr � �
' {1'a.�1.� !�,�� ....._ Wes•/ � / ,' '�i.
4..rw• �
u �;� ,
-''� � + ..w•�,
ter'
�� i4.
�
�_ . \ '3•
C •^ •1#4 q, —r.
940
=,. � r'
VICINITY MAP
N.T.S.
EXHIBIT "B"
0
•
June 12', 1995
CITY COUNCIL AGENDA
ITEM NO. -AQ
TO: Mayor & Members of the City Council I I II N ' i 1995
FROM: Utilities Department
SUBJECT: CONTRACT FOR CONSTRUCTION
VIA LIDO WATER PIPELINE PROJECT
ADVERTISE FORBIDS (CONTRACT No. 12082)
-W z-
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 Thursday, July 6th, 1995, at the
office of the City Clerk. 7 :o0
DISCUSSION:
This project provides for installation of approximately
1,250 linear feet of new 12 -inch water main and 300 linear feet of new
8 -inch and 6 -inch water mains in Via Lido between Central Avenue and
the Lido Island Bridge. The project will replace a section of 50 -year old
pipe that is badly deteriorated and has a history of leaks and the
frequent need for repairs. The water pipeline project is necessary to
prevent further costly water pipeline and street damage repairs and to
provide improved water circulation and fire flow capacity.
Project plans and specifications were prepared by the
consulting civil engineering firm of DM` Engineering, Inc. The project
construction will be performed by private contractor.
The Engineers' Estimate of project construction costs is
$201,460. Funds for the work are available in the Water Capital Projects
Budget in Account No. 7501- P500217A. A breakdown of the project cost
estimate is given in the table on the following page.
ps)
0
Item
Engineers' Cost Estimate
0
Page 2
Via Lido Water Pipeline Project
Authorization to Advertise Bids
June 12`", 1995
Amount
Provide & install 1,241 linear feet of 12 -inch PVC water pipeline
$120,500
Provide & install 61 linear feet of 8 -inch PVC water pipeline
6,410
Provide & install 221 linear feet of 6 -inch PVC water pipeline
14.750
Install water service connections
19,500
Install 4 -inch fire service connection & backflow prevention device
4,450
Install 3 fire hydrants
10,875
Make tie -ins & abandon existing pipelines
12,075
Pressure test & disinfect water pipeline
2,650
Excavation safety measures, shoring & dewatering
5,500
Misc. clean-up & pavement repair
4,750
Total Estimated Cost $201,460
The Contract specifications require the contractor to complete
the work within 90 calendar days.
The City proposes to commence construction as soon as bids
are received. This will allow completion of the project prior to September
30', 1995, when the City's construction work -load is projected to increase
significantly in other project areas. This schedule will facilitate an orderly
project completion during the drier summer months and will accommodate
the City's anticipated construction program work -load.
Staff recommends approval to advertise for bids.
Respectfully submitted,
JEFF STANEART
Jeff Staneart, P.E.
Utilities Director
]S: sdi
Attachments: Exhibit "A ", Project Vicinity Map
EXHIBIT "A"
1
\ 1�
t
v. \
1
\
,
1
_ Via Lido Water Main
Relocation Project
V G• i �I }1 _
°T O, t2- WATER MA N
y � ate`-'.. •• � ,
ti
VICINITY MAP
N.T.S.