Loading...
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.