Loading...
HomeMy WebLinkAboutC-3073 - Corona del Mar Water Main Improvement ProjectCITY OF NEWPORT B• CH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 October 25, 1996 R. F. Paulus, Inc. 2871 E. Coronado St. Anaheim, CA 92806 (714) 644 -3005 Subject: Surety: Frontier Pacific Insurance Company Bond No.: 3192 -FP Contract No.: C -3073 Project: Corona del Mar Water Main Improvement Project On September 9, 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 September 18, 1996, Reference No. 19960475328. Sincerely, p LaVonne M. Harkless, CMC /AAE City Clerk LH:ib cc: Public Works Department 3300 Newport Boulevard, Newport Beach RECORDING REQUESTOBY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Recorded in the Cnty of Orange. California Gary L. Granville, Clerk ;Recorder No Fee 19960415328 09'53am 09/18/96 005 18001814 18 49 N12 1 7 00 0.00 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and R. F. Paulus, Inc. as Contractor, entered into a Contract on February 12, 1996 Said Contract set forth certain improvements, as follows: Corona del Mar Water Main Improvement Project, Contract No. 3073 Work on said Contract was completed on July 19, 1996 and was found to be acceptable on September 9, 1996 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Frontier Pacific Insurance Com M- I run.iic worxs virecuor City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. / M % ' �Ji7��` Executed on n C•ti'r (� at Newport Beach, California. BY L � City Clerk �'i "+ 5i l i LJ E r 1 f`J 0 E September 9, 1996 CITY COUNCIL AGENDA ITEM NO. 8 TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: NOTICE OF COMPLETION CORONA DEL MAR WATER MAIN IMPROVEMENT PROJECT CONTRACT NO. C -3073 RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. DISCUSSION: The contract for the construction of the Corona del Mar Water Main Improvement Project has been completed by R. F. Paulus, Inc. to the satisfaction of the Public Works Department. The bid price was $ 292,402.50 Amount of change orders $3,216.00 Additional pavement replacement $37,712.00 Total contract cost $333,330.50 There were four (4) change orders for this project. The first two were for time extensions only, one was initiated by the City and the other by the contractor. The third change order requested by the City was to install two fire hydrant assemblies. The fourth change order was for additional pavement work at the City's request and for compensation for difficult bedrock conditions that the contractor encountered. Funds for the project were budgeted in the following accounts: Description Account Number Amount Corona del Mar Water Main Improvement 7501- C5500287 $313,330.50 Corona del Mar Water Main Improvement 7013- C5500287 $20,000.00 $333,330.50 Corona del Mar Water Main Improvement Project Notice of Completion C -3073 September 9, 1996 The contractor was R. F. Paulus, Inc. of Anaheim. The scheduled completion • date was May 13, 1996. Due to the two time extension requests, the new projected completion date was August 7, 1996. Construction was completed on July 19, 1996, almost three weeks ahead of the projected completion date. Staff recommends acceptance of the work. Respectfully submitted, PLI WORKS DEPARTMENT Don Webb, Director By: Lo-� ' Mioiael J. Sinacori, P.E. Utilities Engineer MJS:tam • • 1A BY THE CITY COUNCIL CITY OF NEWPORT BEACH February 12, 1996 tt3 I CITY COUNCIL AGENDA ITEM NO. 16 TO: MAYOR AND M COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: AWARD OF CONTRACT, CORONA DEL MAR WATER MAIN IMPROVEMENT PROJECT, CONTRACT NO. C -3073 RECOMMENDATIONS: 1. Approve the plans and specifications for the Corona del Mar Water Main Improvement Project, Contract No. C- 3073, 2. Find, based on evidence submitted, that the "apparent low bidder', Kay Construction Company, committed an error in preparing their bid proposal and approve the written request from the "apparent low bidder" to rescind their bid because of the error. 3. Find, based on evidence submitted, that the "second apparent low bidder ", B. R. Day Construction Company, also committed an error in preparing their bid proposal and approve the written request from the "second apparent low bidder" to rescind their bid because of the error. 4. Find that R.F. Paulus, Inc. submitted the "lowest responsible bid" and that they can meet the requirements for completing the proposed contract work and declare them the "low bidder ". 5. Award Contract No. C -3073 to R.F. Paulus, Inc. in the amount of $292,402.50, and authorize the Mayor and the City Clerk to execute the contract on behalf of the City. DISCUSSION: At 2:00 p.m. on January 25, 1996, the City Clerk opened and read bids for the subject project. A summary of the results is listed below, and an itemized bid summary is attached as Exhibit "A ": Rank Contractor /Bidder Total Bid Price low Kay Construction Co. $177,526.25 2 B. R. Day Construction Co. $277,154.50 3 R.F. Paulus, Inc. $292.402.50 4 Majich Brothers, Inc. $305,330.00 5 Highland Engineering $3141775.00 6 BNB Engineering $316,777.00 The Engineer's Estimate of $353,000 was based on past work completed in the Corona Del Mar area. The "lowest responsible bidder" was 17% below the estimate. The plans and specifications for this project were prepared by Daniel Boyle Engineering, Inc. APPARENT LOW BIDDER VERSUS THE LOWEST RESPONSIBLE BIDDER The contracting company who submitted the apparent low bid, Kay Construction Company of Quail Valley, submitted evidence to the City which shows they erred in preparing their bid proposal. A review of their bid calculation sheets revealed an error that, had it not been made, would have resulted in a bid price that was significantly higher The contracting company who submitted the second apparent low bid, B.R. Day Construction Company of Covina, also submitted evidence to the City which shows they, too, erred in preparing their bid proposal. A review of their bid calculation sheets revealed an error that, had it not been made, would have resulted in a bid price that was significantly higher. In addition, S.R. Day Construction Company also notified the City, prior to their learning they were the apparent second low bidder, that they had taken on other projects. In keeping with the provisions of the State Contracting Code related to errors in bid preparation, the contractor made a written request to rescind the bid submitted. Staff believes granting the requests of these companies is both prudent and appropriate, given the circumstances. Under the law, the City would not be able to hold the contractors to bid price proposals that were prepared in error. The contractor who submitted the third lowest bid should be declared the 'lowest responsible bidder ". Page 2 Award of Contract Corona del Mar Water Main Improvement Project, C -3073 February 12. 1996 7 Steve Casada Construction Co. $319,700.00 8 W. A. Rasic Construction $336,528.00 9 Urbantec Engineers $346,400.00 10 John T. Malloy, Inc. $347,000.00 11 H. P. L. Mechanical Contractor $347,270.00 12 Bebek Company $356,890.00 13 G. R. McKervey, Inc. $359,101.00 14 Simich Construction Company $365,390.00 15 Fleming Engineering, Inc. $378,430.00 16 S. J. Burkhardt, Inc. $380,962.00 17 Doty Brothers Equipment Co. $430,765.00 18 Atlas - Allied, Inc. $467,425.00 19 R & L Sewers, Inc. $529,425.00 The Engineer's Estimate of $353,000 was based on past work completed in the Corona Del Mar area. The "lowest responsible bidder" was 17% below the estimate. The plans and specifications for this project were prepared by Daniel Boyle Engineering, Inc. APPARENT LOW BIDDER VERSUS THE LOWEST RESPONSIBLE BIDDER The contracting company who submitted the apparent low bid, Kay Construction Company of Quail Valley, submitted evidence to the City which shows they erred in preparing their bid proposal. A review of their bid calculation sheets revealed an error that, had it not been made, would have resulted in a bid price that was significantly higher The contracting company who submitted the second apparent low bid, B.R. Day Construction Company of Covina, also submitted evidence to the City which shows they, too, erred in preparing their bid proposal. A review of their bid calculation sheets revealed an error that, had it not been made, would have resulted in a bid price that was significantly higher. In addition, S.R. Day Construction Company also notified the City, prior to their learning they were the apparent second low bidder, that they had taken on other projects. In keeping with the provisions of the State Contracting Code related to errors in bid preparation, the contractor made a written request to rescind the bid submitted. Staff believes granting the requests of these companies is both prudent and appropriate, given the circumstances. Under the law, the City would not be able to hold the contractors to bid price proposals that were prepared in error. The contractor who submitted the third lowest bid should be declared the 'lowest responsible bidder ". . . Page 3 Award of Contract Corona del Mar Water Main Improvement Project. C -3073 February 12, 1996 The lowest responsible bidder, R.F. Paulus, Inc. of Anaheim, is a qualified Engineering Contractor licensed to do business in California. This company has successfully completed pipeline projects for other municipalities. The firm has done work for the Irvine Ranch Water District, County Sanitation District of Orange County, the County of Orange Environmental Management Agency, and the City of LaHabra. R.F. Paulus, Inc.'s insurance policies and bidder's bonds meet the City's requirements. Staff believes this contractor is more than able to satisfactorily complete the proposed work. PROJECT DESCRIPTION: The water mains included in this project require installation of 3,065 linear feet of 12 -inch PVC water main, including the appropriate fittings, valves and concrete pavement replacement. These mains are to be installed in Seaview Avenue and Marguerite Avenue. They will serve as a backup to the 18- inch Bayside Drive transmission main and will improve water pressure and fire flow capabilities to the area. PROJECT COSTS AND SCHEDULE: The project will be funded from the following account: 7501- C5500287 Corona Del Mar Water Main Improvement $292,402.50 The Contract specifications require the contractor to complete the water main replacement work within 90 consecutive calendar days. Respectfully submitted, (91 PUBLIC WORKS DEPARTMENT Don Webb, Director By: 1;11" 10,� MicAael J. Sinacori, P.E. (Acting) Utilities Manager MJS: tam Attachments: Exhibit "A ": Itemized Bid Summary Exhibit "B ": Project Location Map imp ! ml I I ICI LI I I :NI I t' • I ;i I i i 49� I i� p I I .Ip C- Z L N n� �- ry C � Y ZC }u r ii T' U Ib O! �. y Y N LJ T O 7i rl Z f- G O O P: O C� N O V. E � > v `n M•O' y S; 3 S' o �v' o ' C � _ C Z O Z C h U W G R, a a u 0 LP C U 0 o 0 0 0 0 O 0 O 0 O 0 O 0 0 r 0 0 0 0 0 0 0 7 tp P 0 0 0 N M C O O P M N P w P N N H t0 NH M V' a N N O m L w O m 0 0 0 0 0 0 M O O O O O O n V r 0 0 0 0 0 W = Z M o �? H m H N P o P N H H w 0 h 0 0 00 0 0 0 0 00 0 0 0 r N 0 0 0 0 0 0 Z 7p m O O of n O 0 O �n O v� O O m W m 16 N m 0 C� Q N H H w H m m Q N N N J N �y R ' L/+ 0 0 0 0 0 0 zr_moo 000�o p Z H 1+ N O ✓� H H H H w pH 0 0 0� 0 0 0 h C r 0 0 V Z N O 96666 0 0 o N c m 0 0 0 h m R^ N Vt N a N H w c O V °0 °0 °80 °8 O r m O O d Z P w O m O m M 0 O 0 O 0 H Z m � .- H Y ✓� Vi N H H H H �.,o p0000 S m n N W O 0 0 0 0 0 0 0 0 0 0 N E Z 0 0 0 0 o N o 0 N 2 r u° w w w w w c Q o " w -• �+0oa 000 N 0 0 0 0 0 0 m 00 00 0 o w 3 u° 0-1 w F- 0 0 0 0 0 0 Z m o o o 0 m 000 Li n O o_ 0 o rn O m o m O M 0 Ol P H w H H 0� N � H H M M aw H M O O O O O V H Z 0 0 0 0 0 0 H w H w w H J W W J J J V1 H 0 0 0 Z o M '^ 0 c F � Z O > n? m m E O J> 01 A L c w E u y O V 'u C - D V m O V C 1_ R, a a u 0 LP C U ,1 L I N. U L A "IIIm d jm,C ul si �tix ui 'rvl LL_ d! I I 1 � f Z i G Z V � U � J y F W �- t < c b C m +- a C W N W Y Z O LL } U F J U M , u; O. C� I 30 i jl OI 6'm!OI ql E {no, ril A I I N; 3 � I S' a� G V I z W Z Z � N H 1j c Z W r O W O O O O!O O OI it 0 0 0 0 0 0 0 o O O m 0 0 8 O Z ^ H N N M N N N N ill V< V p N H M N 8$88888 g o z n O O O O O O BOOOLi vo0c50001 °oe888N ZN N= N N N M N 8888.888 8 z n m O m N m N 0 O 0 O 0 O NN w N N CI< y w 0 0 0 0 0 0 0 m O O O O O O ppO N N m w N 0 w l0 M O N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 c 0 N ON 0 0 0 0 n n C< N � N a _ 0 0 0 0 0 0 0 - t a °o °o °OO °oa 3 = z M N vi 0 0 N � M wIM Nw J 00 °m °o z o 0 o rn m 0 m m m N o n N w N w w< N N < wm 0 0 0 0 0 0 <NOO I w ZN N w w N w JI W W JI J JI N � O < n c d - N O > E u j 'in � .• c c d N N y R V 6 io r ti w C Ad v YI b n ql m O� I N II C ill �� i •y � I Mi i i J I i >. I ^I 6 o� ml U uj N , I �FI Z `• I W F- b <> a w 00 CL N w Y a z 0 LL O U C CO a o G V: E _c' Ci mI pi p; E: V�M'21 E. I I 3 ? S, O < C lc h `•J Z N � J C CW w :- Z •J - O Z r U W C 0 p o 0 0 0 o 0 0 0 0 0 0 0 F 0 w 0 0 0 vi 0 0 p O Z Dmo_°m�8 ? c O N O 01 Pf N N m, A N N N N VI 1011 0 M M M p 1 Y o o°° 0 0 0 0 0 0 0 0 0 b Z N N P 1O m N I M « ° 0 0 0 0 0 0 0 0 0 0 0 0 0 0 g Z o 0 0 0 0 0 0 g Q O U A N m m 0 0° 0 o n H H 0 o A q a y N M N N N C pO 00 00 O O m s�Na000Qg» o « w 0 0 O 0 0 O 0 O ~ O O Z A 0 0 ° pQ O N O p V O G N 0 Z 0 0 0 0 0 0 - °000l O Z N O O 00 O Nj « Z « NI N N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O 2 0 0 0 0 0 NO Wi O C O O O O p O^ 0 ° 0 °o 0 $ 0 °o 0 °0 0 » 3 3 z N O mN O O 0° O O M « N M 0 0 0 0 0 0 O O m 0 0 0 m �j�« ✓' OPI ON O O NI W N N N m « w �I <1 <1 � �l 0i 0l 1 c E c Z p w > m u > E - O > u u N U E w Li l0 r F W C F I Q i PI U e m m O C u Vi I I ' _T U I 1 b� dl I m: O; I I✓II U vl � nl u N O C ul NJ 1J i I I Z � I Z G Z Z U LLJ w F < H Q CL O w O N w Y Z O O U J U m a _ . 0 �� IN b I of OI i; G mi OI ml EI OI NI C I Vi '1 f 3 I v � W of I < C ryl I F w Si Z w Z r In E I < w u i Z w 0 U W C i L oQOQQQQ o Q o 0 0 0 0 S z N 0 0 0 0 0 0 Z tD r p 0 0 N m v Li 0 VI Q V1 N- w JI m p N QN M N M Q% G Y m 05000 p p N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 S 0 0 60. 0 0 0 c m« n« S« v N p N N N m $ < ry N N d w c 0 0 0 0 0 0 0 w 0 0 0 0 0 0 r.i 0 0 0 G O P O cc N - - Q LL p N p N 0 0 0 0 0 0 0 O O O O O 00 O 8 m Z S O 0 S O 0 S 0 E o O b C 0 0 O N N N M N C� N N � w � 0000,200 c 0 0 0 0 g 0 » g Ct Z Z N N E= Ml N p M pM O 0 O 0 O 0 O O z 8 8 P b M p M m m a N w w u N Y p i 0 0 0 0 0 0 0 »« 3 �z «Sool°op N p abN O O O O O N Z O O N M N N MN N w 0 0 0 0 80 0 000N I l l w w » » «w I tJ 1 Eu c d Z O N = F vii pw Ij _i c N o o b *:-- 1 O - N m! m R- N N N P j r C I< C � i I I w U v L m L i I f V` v: S: VI GI u NI i W Y U W U Ni C� • r z z I vw u ° 'w_• I wO E G Y m r< d F a � w 0 d z N w Y Z LL j O U J I U m a G _ V is ' 0 `sE �• .t n p n l UI Ml EI u' I i I I i ii iy O' U UIO w 2 Z W � N ti U C w w Z J O o Q U W L C� • z z 0 I � r z i < 0 a 0 0 0 0$ 0 0 0 0 0 0 p Z N P O O C N 0 0 O 0 O 0 O O v 0 c N N N N N O 1•t A N Q N N N N N N u 3 ^ °o °o $ °o o 0 0 0 o N o N a: G=> N O 0 �o$p$oopo$ O0 0 0 0 0 g N 0 N O O (O m�� -10 � m n Q M N N N N 9 u_ N N p °,gg00 0 0 o w O Z w o N a�01�� 0 0 0 0 0 0 0 p 00 0 0 0 0 0', O U Z O O N 0 0 0 e O c 7 P °o 0 0 0 0 °o n E N N N M C M M N f7 v t 0°gg000 ° O O ° ° pp 0 0 N O 0� N N M 00 Op M M M M N 0 0 0 0 0 0 z o °0 m ° °o °0 °OJ rn O N N N N NI C N I N 0I 0 0 0I 0 b O O N Z N 0 I I I I m b 1 W NN 1 M M M J w w J J J VI r N + + <1 E v c w Z o O N > F J y = c E . G U N = n J L) U d _ W d C C C C d m x \C - N 9 WOCAUON MAP CORONA DEL MAR WATER MAIN lumovEmEw CORGI 0\ NOT TO SCALE DEL = DENOTES PROJECT AREA Authorl:ed to Publish Advertisements of all kin cluding public notices by Decree of •the Superior court or Orange Coun lifomia. Number A -6214, September 29, 1961, and A -24831 June 11, 1963. PROOF OF PUBLICATION STATE OF CALIFORNIA) ) SS. County of Orange ) I am a Citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the below entitled matter. I am a principal clerk of the NEWPORT BEACH -COSTA MESA DAILY PILOT, a newspaper of general circulation, printed and published in the City-of Costa Mesa, County of Orange, State of California, and that attache is a true and complete copy as was printed and published on the following dates: January 3, 8, 1996 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on January 8 1 199 6 at Costa Mesa, California. Signatu e L] PUBLIC NOTICE NOTICE INVITING BIDS Sealed bids may be re- ceived at the office of the City Clerk, 3300 Newport, Boulevard, Post Office Box 1768, Newport Beach, Cali- fornia 92658 -8915 until 2:00 o'clock p.m. on 25th day of January, 1996, at which time such bids shall be opened and read for: CO- RONA DEL MAR WATER MAIN IMPROVEMENT PROJECT Contract C +3073 Enqineer's Estimate ved by the City this 12th day of y 1996 no Harklelf. City rctive bidders may one set of contract !nts for at no cost at ice of the Public Department, 3300 t Boulevard, Post Box 1768, Newport California 9265B- shed Newport :osta Mesa Daily 'wary 3, 8, 1996. W419 0 NOTICE P41TING 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 25th day of Tang a , 1996, at which time such bids shall be opened and read for: CORONA DEL MAR WkTER MAIN IMPROVEMENT PROTECT Title of Project C -3073 Contract No. 000 Engineer's Estimate F(�, U� �1 �n 2 �/- I FO wt; Approved by the City Council this 12th day of February, 1996 r LaVonne Harkless City Clerk Prospective bidders may obtain one ,set of contract documents for at no cost at the office of the Public Forks Department, 3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92658 -8915 For further information, call Michael T. Sinacori at 644 -3011. Project Manager T`,' 111.( Inpy • CITY OF NEWPORT BEAT PUBLIC WORKS DEPARTMENT ' ' 1 VIM" CORONA DEL MAR WATER MAIN REPLACEMENT CONTRACT NO. 3073 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P. O. Box 1768 Newport Beach, California 92663 -8915 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 3073 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: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3,065 L.F. Install 12 -inch PVC water main (C900, CL 200) with ductile iron fittings and permanent 8 -inch trench resurfacing. Forty -Eight Dollars and Fifty Cents $ 48.50 $148,652.50 per Linear Foot 2. 16 EA. Install 12 -inch resilient wedge valve. One Thousand Seven Hundred Dollars and Fifty and No Cents $ 1,750.00 $ 28,000.00 per Each P -la 0 0 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. 7 EA. Install 6 -inch resilient wedge valve. One Thousand Two Hunred Dollars and Fifty and No Cents $1,250.00 $ 8,750.00 per Each 4. Lump Sum Pressure test, disinfect and flush water main. Six Thousand Dollars and No Cents Lump Sum $ 6,000.00 per Lump Sum 5. Lump Sum Provide traffic control plans and measures. Two Thousand Five Hundred Dollars and No Cents Lump Sum $ 2,500.00 per Lump Sum 6. Lump Sum Excavation safety measures including adequate sheeting, shoring and bracing or equivalent method, for the protection of life and limb, which shall comply to the applicable safety orders. Eight Thousand Five Hundred Dollars and No Cents Lump Sum $ 8,500.00 per Lump Sum 7. 15,000 S.F. Remove and replace concrete pavement in accord with the Specifications, 8- inches thick. Six Dollars and No Cents $ 6.00 $ 90,000.00 per Square Foot on 0 TOTAL PRICE IN WRITTEN WORDS Two Hundred Ninety -Two Thousand Four Hundred and Two Dollars and Fiftv Cents Bidder's Name R. F. PAULUS. INC 0 $ 292,402.50 Total Price Bidder's Address 2871 E. CORONADO ST., ANAHEIM, CA 92806 Bidder's Telephone Number (714) 632 -3322 Contractor's License No. & Classification 443106 "A" 7/31/97 Expiration Date 1 -25 -96 S /JASON PAULUS, VICE PRESIDENT Date Authorized Signature & Title Me • INSTRUCTIONS TO BIDDERS 1] Page 2 The following documents shall be completed, executed and received by the City Clerk in accord with the "NOTICE INVITING BIDS ". 1.PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON - COLLUSION AFFIDAVIT 6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the documents. The City of Newport Beach will not permit a substitute format for the documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informailty in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substition of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. In accord with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the California Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." 0 Page 2A All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 443106 A Contr's Lic. No. & Classification 1 -25 -96 Date R. F. PAULUS. INC. Bidder S ASON PAULUS, VICE PRESIDENT Authorized Signature /Title 0 Page 3 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accord with State law and /or the Standard Specifications for Public Works Construction, as applicable. The Bidder, by signing this designation certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accord with State law. No changes may be made in these subcontractors except with prior written approval of the City of Newport Beach. Subcontractor Address Subcontract Work 1. Tohn Jezowski, Inc. 748 Poplar St., Orange Ca 92668 Pavement /Cement 7. 8, 9. 10 11 12 R. F. PAULUS, INC. Bidder SITASt PAULUS, VICE PRESIDENT Authorized Signature /Title Ll BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, 0 Page 4 That we, R. F. PAULUS. INC., as bidder, and FRONTIER PACIFIC INSURANCE COMPANY, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT (10 %) OF AMOUNT BID Dollars ($ 10 %), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of CORONA DEL MAR WATER MAIN IMPROVEMENT PROJECT C -3073 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 mull 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 24TH day of JANUARY, 1926. (Attach acknowledgement of R. F. PAULU/SS,, INC. Attorney -in -Fact) Bidder��V� S /KELLY PRYOR S/ AS PAULUS, VICE PRESIDENT Notary Public #1022890 Authorized Signature /Title APRIL 10, 1998 Commission Expires Frontier Pacific Insurance Company Surety By: S /WILLIAM R. LAMBERT Bond No.: 3179 -FP Title: Attorney -in -Fact Page 5 NON - COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be suggested, offered, paid or delivered to any person whomsoever to influence the acceptance of 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. R. F. PAULUS INC. Bidder/N*PAULL S /JASS. VIC E PRESIDENT Authorized Signature /Title Subscribed and sworn to before me this 25TH day of JANUARY, 1996. My Commission Expires: 06 -12 -98 S /ANGELINA A. MATERSON Notary Public #1029541 E 0 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. SEE ATTACHED R. F. PAULUS, INC. Bidder S /JASON PAULUS, VICE PRESIDENT Authorized Signature /Title ` R. F. PAUL USOiNC. CONSTRUCTION PROJECT REFERENCES R. F. Paulus, Inc. has entered their 12th year as a merit shop specializing the in installation of water, sewer, and storm drain lines. During the past eleven years, R. F, Paulus, Inc. has completed over 400 contracts for clients in Los Angeles, Orange, Riverside, and San Bernadine Counties. Contracts have ranged from a single water service to complete water, sewer, and storm drain systems for residential, commercial and industrial developments. Field crews are extensively trained and maintain a safe, accident free, workplace. R. F Paulus. Inc. is fully insured and bondable to meet your requirements Project Date Project Awarding Agency Agency's Contract Phone # Awarded Administrator Oak Creek Golf Course June 1995 Clayton Engineering Steve Murow (714) 863 -0202 Nestle Distribution Facility ".,r=ta Town nment Centre °i i,� _a nar" Rancho Monterey March 1995 J. D. Diffenbaugh December 1994 Koll Construction Co. December 1994 Snyder Langston Builders October 1994 Western National Homes Glenn Ranch Road October 1994 Transmission Line Tustin Ranch - October 1994 Tr 14168 Branseis -Bardin September 1994 Institute Toyota USA May 1994 Ontario, CA CostCo March 1994 Garden Grove, CA Planting Area l l March 1994 Aliso Viejo, CA Anaheim Plaza February 1994 Anaheim, CA Konoike Transport January 1994 Wilmington, CA ' Target Center June 1993 Santa Margarita, CA Jeffrey Rd Water Facility November 1992 Irvine, CA West Covina Mall August 1992 West Covina, CA Irvine Ranch Water District California Pacific Homes Millie- Severson Snyder Langston J. D. Diffenbaugh, Inc. Kathryn G. Thompson Construction Collins General Contractors W. G. Clark Construction Co. San Juan Group Irvine Ranch Water District Whiting- Turner Company 3 Russ North Mike Zion Deryl Robinson Tom Knutson Tim Tran Dan O'Donovan Scott Feest Mike Sajjadi Greg Hoizem Chuck Brannan John Penny John Boyd John Markel Jim Tran Keith Parsons (909) 684 -2820 (310) 594 -5577 (714) 863 -9200 (714) 476 -3031 (714) 453 -5300 (714) 759 -1782 (310) 493 -3611 (714) 863 -9200 (909) 684 -2820 (714) 472 -5873 (619) 481 -7700 (310) 518 -2552 (714) 589 -9455 (714) 453 -5300 (714) 863 -0800 0 Page 7 NOTICE TO SUCCESSFUL BIDDER The following contract documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of mailing the Notice of Award to the successful bidder: PAYMENT BOND (pages 8 & 9) FAITHFUL PERFORMANCE BOND (pages 10 & 11) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12,13 &14) WORKERS' COMPENSATION INSURANCE CERTIFICATION (page 15) CONTRACT (pages 16 & 17) The City of Newport Beach will not permit a substitute format for these contract documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Payment and Faithful Performance Bonds shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal ReZiister 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 Ke Rating Guide: Property- Casualh . Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. The Worker's Compensation Insurance Certification shall be executed and delivered to the Engineer along with a Certificate of Insurance for Worker's Compensation prior to the City's execution of the Contract. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. 0 9 Bond # 3192 -FP Pages Premium Included In Performance Bond 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 FEBRUARY 12TH. 1996 has awarded to R. F. PAULUS. INC. hereinafter designated as the "Principal ", a contract for CORONA DEL MAR WATER MAIN AND ALLEYS REPLACEMENT, CONTRACT NO. C -3029 . in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach, and all of which are incorporated herein by this reference; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We R. F. PAULUS. INC. as Principal, Frontier Pacific Insurance Company as Surety, are held firmly bound unto the City of Newport Beach, in the Two Hundred Ninety -Two Thousand Four Hundred and Two and 50/100 Dollars ($ 292.402.50 ), said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions or other supplies, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with resoect to such work and labor, that the Surety or Sureties will pay for the same, in an amount not to exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 9 Boud # 3192 -FP Premium Included In Performance Bond r L J Page 9 The bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this bond as required by the provisions of Section 3247 et seq. of the Civil Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 22nd day of February 1996. R. F. PAULUS, INC. (Seal) Name of Contractor (Principal) Jason Pa 1 ice President �J' Autho ized Signature and Title Frontier Pacific Insurance Company ,(Seal) Name of Surety 6404 Wilshire Blvd., Ste 850, Los Angeles, CA 90048 Address f Surety llss nn ' W William R_ i.pamher Attorney -In -Fart Signature and Title of Authorized Agent 115 N. E1 Molino Ave., Pasadena, CA 91101 Address of Agent (818) 795 - 9000 Telephone Number of Agent Bond it 3192 -FP Premium $4,386.00 0 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That Page 10 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted FEBRUARY 12TH. 1996 has awarded to R. F. PAULUS. INC. hereinafter designated as the 'Principal ", a CORONA DEL MAR WATER MAIN REPLACEMENT (SEAVIEW), CONTRACT NO. C -3073 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach, all of which are incorporated herein by this reference; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, R. F. PAULUS. INC., as Principal and Frontier Pacific Insurance Company , as Surety, are held and firmly found unto the City of Newport Beach, in the sum of Two Hundred Ninety -Two Thousand Four Hundred and Two and 50/100 Dollars ($ 292.402.50). said sum being equal to 100% of the estimated amount of the contract, to be paid to said City or its certain attorney, its successors and assigns; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. As a part of the obligation secured hereby, and in addition to the fact amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, in the event it is required by bringing any action in law or equity to enforce the obligations of this Bond. Bond # 3192 -FP Piemium $4,386.00 Pagell And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effeect for six (6) months following the date of formal acceptance of the Project by the City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 22udlay of RPh,-„a,-y .1996. R. F. PAULUS, INC. (Seal) Name of Contractor (Principal) Jason P 1 ice President ryh V-0 A orized Signature and Title Frontier Pacific Insurance Company (Seal) Name of Surety 6404 Wilshire Blvd., Ste 850. Los Angeles. CA 90048 Address % of Surety William R. Lambert, Attorney -In -Fact Signature and Title of Authorized Agent Q roll Ma ,. Address of Agent (818) 795 - 9000 Telephone Number of Agent ONTIER am=_=_sCirJ INSURANCE COMPANY (a California Company) 6404 Wilshire Blvd., Suite 850, Los Angeles, California 90048 -5510 POWER OF ATTORNEY V1nobt All �Ili oil AIL7 Tlieee prescuts: That FRONTIER PACIFIC INSURANCE COMPANY, a California Corporation. having its principal office in Los Angeles, California, pursuant to the following resolution, adopted by the Board of Directors of the Corporation on the 15th day of November, 1991. "RESOLVED, that the Chairman of the Board, the President, or any Vice President be, and hereby is, authorized to appoint Attorneys -in- Fact to represent and act for and on behalf of the Company to execute bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory In the nature thereof, and to attach thereto the corporate seal of the Company, in the transaction of its surety business; "RESOLVED, that the signatures and attestations of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed with respect to any bond, undertaking, recognizance or other contract of indemnity or writing obligatory in the nature thereof; "RESOLVED, that any such Attorney -i n -Fact delivering a secretarial certification that the foregoing resolutions still be in effect may insert in such certification the date thereof, said date to be not later than the date of delivery thereof by such Attorney -in -Fact." This Power of Attorney is signed and sealed in facsimile under and by the authority of the above Resolution. DOES HEREBY MAKE, CONSTITUTE AND APPOINT:ENRY F. WRIGHT JOHN P. BROOKS FWILLIAM R. LAMBERT JERI S. SUMNER of Pasadena , in the State of California its true and lawful Attorney(s) - in - Fact with full power and authority hereby conferred in its name, place and stead to sign, execute, acknowledge and deliver in Its behalf, and as Its act and deed, without power of redelegation, as follows: Bonds guaranteeing the fidelity of persons holding places of public or private trust; guaranteeing the performance of contracts other than insurance policies; and executing or guaranteeing bonds and undertakings required or permitted in all actions or proceedings or by law allowed; IN AN AMOUNT NOT TO EXCEED THREE MILLION FIVE HUNDRED THOUSAND ($3,500,000.00) DOLLARS: and to bind FRONTIER PACIFIC INSURANCE COMPANY thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of FRONTIER PACIFIC INSURANCE COMPANY, and all the acts of said Attorney(s) -in -Fact pursuant to the authority herein given are hereby ratified and confirmed. 74i 311ibieas 311 hereof, FRONTIER PACIFIC INSURANCE COMPANY of Los Angeles, California, has caused this Power of Attorney to be signed by its Vice President and its Corporate seal to be affixed this 22nd day of February -19 96 FRONTIER PACIFIC INSURANCE COMPANY �W' JV�Y I50 :9 Ile 2 BY: STATE OF CALIFORNIA) DAVID E. CAMPBELL, Vice President COUNTY OF LOS ANGELES) On February 22, 1996 before me, Pilar M. Landeta, Notary Public, personally appeared David E. Campbell, personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal �PILAR M. LANDETA W COMM. #1006226 D < 0MYCom NOTARY PUBLIC - CALIFORNIA M U) m LOS ANGELES COUNTY m. Expires SEPT. 00, 1997 Notary Public I, the undersigned. Joseph P. Loughlin, Secretary of FRONTIER PACIFIC INSURANCE COMPANY, clo hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Joseph P. Loughlin, Secretary, and affixed the Corporate Seal of the Corporation this 22nd day of February , fg 96. FM 19- 5002A -FP (4/95) ?av Pvon `. gym; L Joseph P. Loughlin, Secretary W- 1NH9- < /95 -SM CALIFORNIA ALL- PURPOACKNOWLEDGMENT State of CALIFORNIA County of LOS ANGELES • No. 580] On 02/22/96 before me, KELLY PRYOR, NOTARY PUBLIC DATE NAME TITLE OF OFFICER - E.G..'JANE DOE, NOTARY PUSUC' personally appeared WILLIAM R. LAMBERT NAME(S) OF SIGNERS) personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose I-larne(s) is /are subscribed to the within instrument and ac- knowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their KELLY PRYOR signature(s) on the instrument the person(s), COMM. rlozzevo or the entity upon behalf of which the Notary Public — Colifornio LOS ANGELES COUNTY person(s) acted, executed the instrument. My Comm. Expires APR 10, 1998 WITNESS my hand and official seal. 1 L_e - �2� IGNATUR.E OF NOTAR OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TRLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITV(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION -8236 Remmet A,e.. P.O. Box 7184 -Canoga Park. CA 91309.71 S- CALIFORNIA A*PURPOSE ACKNOVEDGMENT ' State of California County of ORANGE On Feb 26, 1996 before me, Angelina A. Materon Notary Public Date Notary personally appeared Jason Paulus Name of Sig m(s) Upersonally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose the person(s) whose name(s) istare subscribed to the within instrument and acknowledged to me that he/ she /they executed the same in his/her /their _ authorized capacity(ics), 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. :Egngum of Notary Mmusl*C data below Y eel rc* tt'dby law. ttmay prove valuable to ptmmla telft on the docura t old could veveR t}auluteat moue mauet of Qua from. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT (3 INDIVIDUAL(S) ❑ CORPORATE OFFICERS) TITLES(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL 0 ATTORNEY -IN -FACT' ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR . ❑ OTHER SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE CERTIFICATE OF INSURANC PRODUCER COMPANIES A ORDING COVERAGE The Rule Company, Inc. COMPANY LETTER The Travelers P.O. Box 7072 Pasadena, Ca 91109 -7072 COMPANY E LETTER The Travelers INSURED COMPANY C LETTER R.F. Paulus, Inc. COMPANY p P.O. Box 6216 LETTER Zenith Insurance Company Anaheim, Ca 92816 -0216 COMPANY LETTER The Travelers COVERAGES THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE. Co'. TRI TYPE OF INSURANCE POLICY NUMBER EFFECTIVE DATE EXPIRATION DATE j ALL LIMITS IN THOUSANDS j GENERAL LIABILITY I ( OCCURENCE BASIS ONLY) A' 66011OX700912/11/95 5/01/96 GENERAL AGGREGATE 1 S 5,000. 1VI COMMERCIAL COMPREHENSIVE PRODUCTS/COMPLETEO OPERATIONS AGGREGATE I S r� OWNERS & CONTRACTORS I 2,000. PROTECTIVE - ( CONTRACTUAL FOR SPECIFIC PERSONAL INJURY $ CONTRACT R X PRODUCTS/COMPLETED OPERATION IX EACH OCCURENCE S 1 XCU HAZARDS I FI�X,I '000. BROAD FORM PROPERTY DAMAGE j x SEVERABILITY OF INTEREST CLAUSE rI FIRE DAMAGE (ANYONE FIRE) S 50. P. I. WITH EMPLOYEE EXCLUSION MEDICAL EXPENSES S 5• —' REMOVED ;_j MARINE (ANY ONE PERSON) AUTOMOBILE LIABILITY B'' 81033OK8482 2/11/96 5/01/96 I COMBINED SINGLE LIMIT $ 1 000. ""'k -� � _ m IXi ANY AUTO r" BODILY INJURY S _ice ALL OWNED AUTOS (PER PERSON) e SCHEDULED AUTOS Ij BODILY INJURY yrt" HIRED AUTOS (PER ACCIDENT) I' NON -OWNED AUTOS PROPERTY S 3 r--' GARAGE LIABILITY I DAMAGE EXCESS LIABILITY Ij5T EACH OCCURENCE AGGREGATE UMBRELLA FORM `f1sTYm OTHER THAN UMBRELLA FORM WORKERS'COMPENSATION sranlrogv $ 1,000. EACH ACCIDENT D Z040008101 5/01/95 5/01/96 S EMPLOYERS'LIABILITY ' 1,000. L DISEASE - POLICY LIMIT S 1,000. DISEASE -EACH EMPLOYEE OTHER Automobile E 1810330K8482,2/11/96 S ACV. $1,000.00 PhvqjPPI Damage 5/01/96 Comp/Coll Comp/C Deduct. DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES /RESTRICTIONS /SPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH, BUTNOTLIMITED TO THE FOLLOWING CONTRACT: CORONA DEL MAR WATER MAIN REPLACEMENT (SEAVIEW). CONTRACT NO. C -3073 PROJECT TITLE AND CONTRACT NUMBER CERTIFICATE !.HOLDEW ':CANCELLATION , - - CITY OF NEWPORT BEACH SHOULD ANY OF THE ABOVE DESCRIBED POLICES BE - RENEWED, CANCELLED OR P.O. BOX 1768 COVERAGE REDUCED BEFORE THE EXPIRATION D THE COMPANY AFFORDING COVERAGEISHALL PR DE 30 DAYS INIMUM AD ANCE trTICE TO THE CITY OF 3300 NEWPORT BOULEVARD NEWPO CH Si IL. NEWPORT BEACH, CALIFORNIA 92658 -8915 ATTENTION: / '/ 4/01/96 THO E TIVE "- ISSL/E DATE E2/08/1996 15:52 714- 632 -5077 CITY OF NEWPORT BEACH, ITS OFFICERS, AGENTS AND EMPLOYEES ARE NAMED AS ADDITIONAL INSURED. POLICY NUMBER: As per Certificate / AUTHORIZED SIGNATURE: PAGE _-j 9 0 Page 13 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Automobile Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage." 3. The limits of liability under this endorsement for the additional insureds named in Paragraph 1. of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit: [ ] Multiple Limits Bodily Injury Liability $ 1.000.000 per person Bodily Injury Liability $ 1.000.000 per accident Property Damage Liability $ 11000,000 [x ] Combined Single Limit Bodily Injury Liability $ 1.000.000 and Property Damage Liability The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one accident or occurrence in excess of the limits of liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be non - renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: CORONA DEL MAR WATER MAIN IMPROVEMENT PROJECT C -3073 Project Title Contract No. This endorsement is effective 4/01/96 at 12:01 A.M. and forms part of Policy No. 810330K8482 of The Travelers (Company Affording Coverage) R.F. Paulus Inc. Insured Endorsem�t No.. Issuing Company The Rule Company, Inc. By L- ° (A thonzed Representative) • • Page 14 CITY OF NEWPORT BEACH GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. The insurance afforded said additional insured(s) shall apply as primary insurance and rto other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Lability of the company affording coverage." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision contained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU" hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured(s) named in paragraph I of this endorsement shall be the limits indicated below written on an "Occurrence" basis: [x j Commercial[ ] Comprehensive General Liability $ 1.000.000 each occurrence $ 1,000.000 aggregate The applicable limit of the Contractual Liability for the company affording coverage shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insured(s). The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to General Liability Insurance. 6. Should the policy be non - renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department 7. Designated Contract: CORONA DEL MAR WATER MAIN IMPROVEMENT PROJECT C -3073 Project Title Contract No. This endorsement is effective 4/01/96 at 12:01 A.M. and forms part of Policy No. 660110X7009 of The Travelers (Company Affording Coverage) Insured R.F. Paulus, Inc. Endorsement No. . / Issuing Company The Rule Company, Inc. By (Authorized Representative) Page 15 WORKERS' COMPENSATION INSURANCE CERTIFICATION " I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self - insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." 3 - L(--ri Date R. F. PAULUS, INC. Name of Contractor (Principal) A and Title CORONA DEL MAR WATER MAIN IMPROVEMENT PROJECT C -3073 Title of Project Contract No. i • Page 16 CONTRACT THIS AGREEMENT, entered into this 12TH day of FEBRUARY. 1996 by and between the CITY OF NEWPORT BEACH, hereinafter "City" and R. F. PAULUS, INC., hereinafter "Contractor," is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: CORONA DEL MAR WATER MAIN IMPROVEMENT PROJECT C -3073 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: CORONA DEL MAR WATER MAIN IMPROVEMENT PROJECT C -3073 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 Two Hundred Ninety- -Two Thousand Four Hundred and Two and 50 /100 Dollars ( $ 292,402.50). This compensation includes (1) any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and Endorsements(s) (f) Workers' Compensation Insurance Certification 0 Page 17 (f) Plans and Special Provisions CORONA DEL MAR WATER MAIN IMPROVEMENT PROJECT C -3073 Title of Project Contract No. (g) This Contract. 4. Contractor shall assume the defense of, pay all expenses of defense and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, injury and liability of every kind, nature and description by reason of or arising out of the negligent or willful conduct of the Contractor, his /her employees, agents and subcontractors in the performance of the Project, except such loss or damage caused solely by the active negligence of the City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. LaVonne M. Harkless, City Clerk APPROVED AS TO FORM: obin Clausen, Assistant City Attorney CITY OF NEWPORT BEACH a municipal corporation John Hedges, Mayor CONTRACTOR: R.F. Paulus, Inc. Name of Contractor (Principal) (\ Ik Jason Paulus /VP Auth zed Signature and Title Authorized Signature and Title 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 25th day of Tanu , 1996, at which time such bids shall be opened and read for: CORONA DEL MAR WATER MAIN IMPROVEMENT PROJECT Title of Project C-30?3 Contract No. 000 Engineer's Estimate • -'z9l //nn�� LaVonne Harkless City Clerk Prospective bidders may obtain one set of contract documents for at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92658 -8915 For further information, call Michael 1. Sinacori at 644 -3011. Project Manager FILE C. °Y • CITY OF NEWPORT BEAC? PUBLIC WORKS DEPARTMENT PROPOSAL CORONA DEL MAR WATER MAIN REPLACEMENT CONTRACT NO. 3073 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P. O. Box 1768 Newport Beach, California 92663 -8915 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 3073 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: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3,065 L.F. Install 12 -inch PVC water main (C900, CL 200) with ductile iron fittings and permanent 8 -inch trench resurfacing. Forty -Eight Dollars and Fifty Cents $ 48.50 $148,652.50 per Linear Foot 2. 16 EA. Install 12 -inch resilient wedge valve. One Thousand Seven Hundred Dollars and Fifty and No Cents $ 1,750.00 $ 28,000.00 per Each P -la Two Thousand Five Hundred Dollars and No Cents Lump Sum $ 2,500.00 per Lump Sum 6. Lump Sum Excavation safety measures including adequate sheeting, shoring and bracing or equivalent method, for the protection of life and limb, which shall comply to the applicable safety orders. Eight Thousand Five Hundred Dollars and No Cents Lump Sum $ 8,500.00 per Lump Sum 7. 15,000 S.F. Remove and replace concrete pavement in accord with the Specifications, 8- inches thick. Six Dollars and No Cents $ 6.00 $ 90,000.00 per Square Foot P -]b 1 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. 7 EA. Install 6 -inch resilient wedge valve. One Thousand Two Hunred Dollars and Fifty and No Cents $1,250.00 $ 8,750.00 per Each 4. Lump Sum Pressure test, disinfect and flush water main. Six Thousand Dollars and No Cents Lump Sum $ 6,000.00 per Lump Sum 5. Lump Sum Provide traffic control plans and measures. Two Thousand Five Hundred Dollars and No Cents Lump Sum $ 2,500.00 per Lump Sum 6. Lump Sum Excavation safety measures including adequate sheeting, shoring and bracing or equivalent method, for the protection of life and limb, which shall comply to the applicable safety orders. Eight Thousand Five Hundred Dollars and No Cents Lump Sum $ 8,500.00 per Lump Sum 7. 15,000 S.F. Remove and replace concrete pavement in accord with the Specifications, 8- inches thick. Six Dollars and No Cents $ 6.00 $ 90,000.00 per Square Foot P -]b TOTAL PRICE IN WRITTEN WORDS Two Hundred Ninety -Two Thousand Four Hundred and Two Dollars and Fiftv Cents Bidder's Name R. F. PAULUS. INC 9 $ 292,402.50 Total Price Bidder's Address 2871 E. CORONADO ST., ANAHEIM, CA 92806 Bidder's Telephone Number (714) 632 -3322 Contractor's License No. & Classification 443106 "A" 7/31/97 Expiration Date 1 -25 -96 Date S /JASON PAULUS, VICE PRESIDENT Authorized Signature & Title P -lc 0 0 Page 2 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accord with the "NOTICE INVITING BIDS ". L PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON - COLLUSION AFFIDAVIT 6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the documents. The City of Newport Beach will not permit a substitute format for the documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informailty in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substition of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. In accord with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the California Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." 0 9 Page 2A All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 443106 A Contr's Lic. No. & Classification 1 -25 -96 Date R. F. PAULUS, INC. Bidder S /iASON PAULUS, VICE PRESIDENT Authorized Signature /Title Page 3 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accord with State law and /or the Standard Specifications for Public Works Construction, as applicable. The Bidder, by signing this designation certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accord with State law. No changes may be made in these subcontractors except with prior written approval of the City of Newport Beach. Subcontractor Address Subcontract Work 1. Iohn Jezowski, Inc. 748 Poplar St., Orange Ca 92668 Pavement /Cement 12 7. 8. 9. 10 11 12 R. F. PAULUS, INC. Bidder S /JASON PAULUS, VICE PRESIDENT Authorized Signature /Title Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, R. F. PAULUS. INC.. as bidder, and FRONTIER PACIFIC INSURANCE COMPANY, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT (10 %) OF AMOUNT BID Dollars ($ 10 %), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of CORONA DEL MAR WATER MAIN IMPROVEMENT PROJECT C -3073 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 24TH day of JANUARY, 1996. (Attach acknowledgement of Attorney -in -Fact) S /KELLY PRYOR Notary Public #1022890 R. F. PAULUS, INC. Bidder JASON PAULUS, VICE PRESIDENT Authorized Signature /Title APRIL 10, 1998 Frontier Pacific Insurance Company Comm ssion Expires Surety By: S /WILLIAM R. LAMBERT Bond No.: 3179 -FP Title: Attorney -in -Fact Page 5 NON - COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be suggested, offered, paid or delivered to any person whomsoever to influence the acceptance of 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. R. F. PAULUS, INC. Bidder S /IASON PAULUS, VICE PRESIDENT Authorized Signature /Title Subscribed and sworn to before me this 25TH day of JANUARY, 1996. My Commission Expires: 06 -12 -98 S /ANGELINA A. MATERSON Notary Public #1029541 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 SEE ATTACHED R. F. PAULUS, INC. Bidder SJASON PAULUS, VICE PRESIDENT Authorized Signature /Title R F. PA UL US.�'VC. CONSTRUCTION PROJECT REFERENCES R. F. Paulus, Inc. has entered their 12th year as a merit shop specializing the in installation of water, sewer, and storm drain lines. During the past eleven years, R. F. Paulus, Inc. has completed over 400 contracts for clients in Los Angeles, Grange, Riverside, and San Bernadino Counties. Contracts have ranged from a single water service to complete water, sewer, and storm drain systems for residential, commercial and industrial developments. Field crews are extensively trained and maintain a safe, accident free, workplace. R. F. Paulus, Inc. is fully insured and bondable to meet your requirements Project Date Project Awarding Agency Agency's Contract Phone # Awarded Administrator Oak Creek Golf Course June 1995 Clayton Engineering Steve Murow, (714) 863 -0202 Nestle Distribution March 1995 J. D. Di$enbaugh Facility Russ North (909) 684 -2820 ',.rearita Town December 1994 Koll Construction Co. Mike Zion (310) 594 -5577 nrnent December 1994 Snyder Langston Builders Deryl Robinson (714) 863 -9200 Centre °i . _ uaa " Rancho Monterey October 1994 Western National Homes Tom Knutson (714) 476 -3031 Glenn Ranch Road October 1994 Irvine Ranch Water District Jim Tran (714) 453 -5300 Transmission Line Tustin Ranch - October 1994 California Pacific Homes Dan ODonovan (714) 759 -1782 Tr 14168 Branseis- Bardin September 1994 Millie-Severson Scott Feest (310) 493 -3611 Institute Toyota USA May 1994 Snyder Langston Mike Sabadi (714) 863 -9200 Ontario, CA CostCo March 1994 J. D. Diffenbaugh, Inc. Greg Holzem (909) 6842820 Garden Grove, CA Planning Area 1 l March 1994 Kathryn G. Thompson Chuck Brannan (714) 472 -5873 Aliso Viejo, CA Construction Anaheim Plaza February 1994 Collins General Contractors John Penny (619) 481 -7700 Anaheim, CA Konoike Transport January 1994 W, G. Clark Construction Co. John Boyd (310) 518 -2552 Wilmington, CA Target Center June 1993 San Juan Group John Markel (714) 589 -9455 Santa Margarita, CA Jeffrey Rd Water Facility November 1992 Irvine Ranch Water District Jim Tran (714) 453 -5300 Irvine, CA West Covina Mall August 1992 Whiting- Turner Company Keith Parsons (714) 863 -0800 West Covina, CA 7 i 0 Page 7 NOTICE TO SUCCESSFUL BIDDER The following contract documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of mailing the Notice of Award to the successful bidder: PAYMENT BOND (pages 8 & 9) FAITHFUL PERFORMANCE BOND (pages 10 & 11) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12,13 &14) WORKERS' COMPENSATION INSURANCE CERTIFICATION (page 15) CONTRACT (pages 16 & 17) The City of Newport Beach will not permit a substitute format for these contract documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Payment and Faithful Performance Bonds shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal ReZiister 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. Coverages shall be provided as specified in the Standard Speci ications -for Public Works Construction, except as modified by the Special Provisions. The Worker's Compensation Insurance Certification shall be executed and delivered to the Engineer along with a Certificate of Insurance for Worker's Compensation prior to the City's execution of the Contract. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction. except as modified by the Special Provisions. Bond Number 3192FP Page 8 Executed In Triplicate 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 FEBRUARY 12TH, 1996 has awarded to R. F. PAULUS, INC. hereinafter designated as the "Principal ", a contract for CORONA DEL MAR WATER MAIN REPLACEMENT (SEAVIEW). CONTRACT NO. C -3073 . in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach, and all of which are incorporated herein by this reference; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We R. F. PAULUS, INC. as Principal, Frontier Pacific Insurance Company as Surety, are held firmly bound unto the City of Newport Beach, in the Two Hundred Ninety -Two Thousand Four Hundred and Two and 50 /100 Dollars ($ 292.402.50 ), said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions or other supplies, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with resoect to such work and labor, that the Surety or Sureties will pay for the same, in an amount not to exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 9 0 Page 9 The bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this bond as required by the provisions of Section 3247 et seq. of the Civil Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 22nd day of February .1996. R. F. PAULUS. INC. (Seal) Name of Contract cipal) U �? Authorized Jeijrature and Title Authorized Signature and Title Frontier Pacific Insurance Company ,(Seal) Name of Surety 6404 Wilshire Blvd., Ste 850 Los Angeles, CA 90048 Address of Surety n y(, N4&6i -- R- 4 fa' William R T.amhart, Attnrnpy -Tn -Fart Signature and Title of Authorized Agent 115 N. E1 Molino Ave. Pasadena, CA 91101 Address of Agent 818 -795 -9000 Telephone Number of Agent Bond Number 3192FP • • Page 10 Executed In Triplicate Premium $4,386.00 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, THAT WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted FEBRUARY 12TH. 1996 has awarded to R. F. PAULUS. INC, hereinafter designated as the 'Principal ", a CORONA DEL MAR WATER MAIN REPLACEMENT (SEAVIEW). CONTRACT NO. C -3073 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach, all of which are incorporated herein by this reference; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, R. F. PAULUS. INC. as Principal and Frontier Pacific Insurance Company , as Surety, are held and firmly found unto the City of Newport Beach, in the sum of Two Hundred Ninety- -Two Thousand Four Hundred and Two and 50/100 Dollars ($ 292.402.50). said sum being equal to 100% of the estimated amount of the contract, to be paid to said City or its certain attorney, its successors and assigns; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. As a part of the obligation secured hereby, and in addition to the fact amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, in the event it is required by bringing any action in law or equity to enforce the obligations of this Bond. 0 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 bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effeect for six (6) months following the date of formal acceptance of the Project by the City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 22rday of February . 1996. R. F. PAULUS, INC. (Seal) Name of Contract ipal) Authorize ignature and Title Authorized Signature and Title Frontier Pacific Insurance Company ,(Seal) Name of Suret 6404 Wilshire Blvd., Ste 850 Los Angeles, CA 90048 Address " / of Surety 4J r-- William R. Lambert, Attorney -In -Fact Signature and Title of Authorized Agent 115 N. E1 Molino Ave Pasadena, CA 91101 Address of Agent 818 - 795 -9000 Telephone Number of Agent ONTIER _ = �_p_! INSURANCE COMPANY (a California Company) 6404 Wilshire Blvd., Suite 850, Los Angeles, California 90048 -5510 POWER OF ATTORNEY Mucilm All Men 3OU111ree presrnte: That FRONTIER PACIFIC INSURANCE COMPANY, a California Corporation, having its principal office in Los Angeles, California, pursuant to the following resolution, adopted by the Board of Directors of the Corporation on the 15th day of November, 1991. "RESOLVED, that the Chairman of the Board, the President, or any Vice President be, and hereby is, authorized to appoint Attorneys -in- Fact to represent and act for and on behalf of the Compa ny to execute bonds, undertakings, recog nizances and other contracts of indemnity and writings obligatory in the nature thereof, and to attach thereto the corporate seal of the Company, in the transaction of its surety business; "RESOLVED, that the signatures and attestations of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed with respectto any bond, undertaking, recognizance orother contractof indemnity or writing obligatory in the nature thereof; "RESOLVED, that any such Attorney - in -Fact delivering a secretarial certification that the foregoing resolutions still be in effect may insert in such certification the date thereof, said date to be not later than the date of delivery thereof by such Attorney - in- Fact." This Power of Attorney is signed and sealed in facsimile under and by the authority of the above Resolution. DOES HEREBY MAKE, CONSTITUTE AND APPOINT: HENRY F. WRIGHT JOHN P. BROOKS WILLIAM R. LAMBERT MARGARETA T. HIERL of PASADENA , in the State of CALIFORNIA its true and lawful Attorney(s) - in -Fact with full power and authority hereby conferred in its name, place and stead to sign, execute, acknowledge and deliver in its behalf, and as its act and deed, without power of redelegation, as follows: Bonds guaranteeing the fidelity of persons holding places of public or private trust; guaranteeing the performance of contracts other than insurance policies; and executing or guaranteeing bonds and undertakings required or permitted in all actions or proceedings or by law allowed; IN AN AMOUNT NOT TO EXCEED THREE MILLION FIVE HUNDRED THOUSAND ($3,500,000.00) DOLLARS, and to bind FRONTIER PACIFIC INSURANCE COMPANY thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of FRONTIER PACIFIC INSURANCE COMPANY, and all the acts of said Attorney(s) -in -Fact pursuant to the authority herein given are hereby ratified and confirmed. tt Witnew 311hrreaf, FRONTIER PACIFIC INSURANCE COMPANY of Los Angeles, California, has causedthis Power of Attorney to be signed by its Vice President and its Corporate seal to be affixed this 12"61 day of Fob PHW^y 1996 FRONTIER PACIFIC INSURANCE COMPANY Ly 9 BY: STATE OF CALIFORNIA) `'•..,, DAVID E. CAMPBELL, Vice President COUNTY OF LOS ANGELES) On reb rkarrvr !! i 996 before me, Pilar M. Landeta, Notary Public, personally appeared David E. Campbell, personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal w , PILAR M. LANDETA w COMM. #1006226 D < NOTARY PUBLIC - CAUFORNIA Ti 00 Ti LOS ANGELES COUNTY My Comm. Expires SEPT 30, 1997 Notary Public I, the undersigned, Joseph P. Loughlin, Secretary of FRONTIER PACIFIC INSURANCE COMPANY, do hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Joseph P. Loughlin, Secretary, and affixed the Corporate Seal of Z Z N d the Corporation this day of FrbV tot iq , 19 9, / FM 19- 5002A -FP (4/95) IULI r L Joseph P. Loughlin, Secretary W- 1(699- 4195 -5M r 1�. ALL PURPOSE ACKNOWLEDGMENT State of California County of Orange On 9/ ,29/96 before me, Maroareta T. Hierl. Notary Public Date Nam, The of Officer-e.g. 'Jane Doe, Notary Pubic" personally appeared William R Lambert Name(s) of Signer(s) [ X] personally known to me - OR - [ y SETA T. HIERL in, 103 - !C'C.'.IIr0RNIA COUNTY proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) istare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/herttheir signature(s) on the instrument the person(s), or the entity on behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal, MY C °t1 "115`'C° EXPIRE 98 signature of Notary OPTIONAL Though the information requested 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(s) [ ] Corporate Officer(s) Title(s) [ ] Partners) [ ] Limited [ ] General [X] Attomey -in -Fact [ ] Trustee(s) [ ] Guardian/Conservator [ ] Other. SIGNER IS REPRESENTING: Name of persons or entity(ies) DESCRIPTION OF ATTACHED DOCUMENT Title or Type of Document Number of Pages Date of Document Signer(s) Other than Named Above CERTIFICATE OF R4SVIO&Cla PRODUCER I COMPANIES AFFORDING COVERAGE The Rule Company, Inc. COMPA P.O. Box 7072 LETTER Y A LETTER The Travelers Pasadena, Ca 91109 -7072 COMPANY B LETTER The Travelers INSURED COMPANY C LETTER R.F. Paulus, Inc. COMPANY D P.O. Box 6216 LETTER Zenith Insurance Company Anaheim, Ca 92816 -0216 COMPANY E LETTER The Travelers COVERAGES THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE. Co .T.R TYPE OF INSURANCE POLICY NUMBER EFFECTIVE DATE EXPIRATION DATE ALL LIMITS IN THOUSANDS GENERAL LIABILITY A (OCCURENCE BASIS ONLY) 660110X7009 2/11/95 5/01/96 GENERAL AGGREGATE $ 5,000. g COMMERCIAL COMPREHENSIVE PRODUCTS /COMPLETED $ xj OPERATIONS AGGREGATE 2 000 X OWNERS & CONTRACTORS PROTECTIVE CONTRACTUAL FOR SPECIFIC PERSONAL INJURY $ CONTRACT X PRODUCTS/COMPLETED OPERATION EACH OCCURENCE $ 1,000. X %CU HAZARDS X BROAD FORM PROPERTY DAMAGE X SEVERABILITV OF INTEREST CLAUSE FIRE DAMAGE (ANYONE FIRE) $ rj0 , P. I. WITH EMPLOYEE E %CLUSION MEDICAL EXPENSES $ S REMOVED MARINE (ANY ONE PERSON) B AUTOMOBILE LIABILITY 810330K8482 2/11/96 5/01/96 Ms S NGLE LEI $ -; X ANY AUTO q � ' ALL OWNED AUTOS BODILY PER PERSON) $ a '^ I SCHEDULED AUTOS �. c X. HIRED AUTOS BODILY INJURY (PER ACCIDENT) NON-OWNED AUTOS PROPERTY GARAGE LIABILITY DAMAGE EXCESS LIABILITY EACH AGGREGATE OCCURENCE UMBRELLA FORM OTHER THAN UMBRELLA FORM $ $ WORKERS' COMPENSATION STATUTORY $ 1,000. EACH ACCIDENT & D Z040008101 5/01/95 5/01/96 EMPLOYERS'LIABILITY $ 1,000. DISEASE - POLICY LIMIT $ 1,000. DISEASE -EACH EMPLOYEE OTHER Automobile ACV. $1,000.00 S Physical Dampgp 81033OK8482 2/11/96 5/01/96 $ Comp/Coll Deduct, DESCRIPTION OF OPERATIONS / LOCATIONSNEHICLES /RESTRICTIONS/SPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH, BUT NOT LIMITED TO THE FOLLOWING CONTRACT: CORONA DEL MAR WATER MAIN REPLACEMENT (SEAVIEW), CONTRACT NO. C -3073 PROJECT TITLE AND CONTRACT NUMBER +CERTIFICATE HOLDER., - : ":'- '; - CANCELLATION CITY OF NEWPORT BEACH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON - RENEWED, CANCELLED OR P.O. BOX 1768 COVERAGE REDUCED BEFORE THE EXPIRATION DATE T_u PAN' AFFORDING COVERAGE SHALL PROVIDE 30 DAYS MIN MUM ADV NOTI E TO THE CITY OF 330() NEWPORT BOULEVARD NEWPORT BEAC IR TC 'SSM IL NEWPORT BEACH, CALIFORNIA 92658 -8915 ATTENTION: .O1 / 96 All ORI D ENTATIVE ISSUE DATE 0 0 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 13 With respect to such insurance as is afforded by the policy for Automobile Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage." 3. The limits of liability under this endorsement for the additional insureds named in Paragraph 1. of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit: [ ] Multiple Limits Bodily Injury Liability $ 1.000.000 per person Bodily Injury Liability $ 1.000.000 per accident Property Damage Liability $ 1,000.000 [x ] Combined Single Limit Bodily Injury Liability $ 1.000,000 and Property Damage Liability The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one accident or occurrence in excess of the limits of liability stated in the policy as applicable to Automobile Liability Insurance. Should the policy be non - renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: CORONA DEL MAR WATER MAIN IMPROVEMENT PROJECT C -3073 Project Title Contract No. This endorsement is effective 4/01/96 at 12:01 A.M. and forms part of Policy No. 810330K8482 of The Travelers (Company Affording Coverage) Insured R.F. Paulus, Inc. Endorsemen No. Issuing Company The Rule Company,Inc. By c--'C- (Authorized Representative) • 0 Page 14 CITY OF NEWPORT BEACH GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: With respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: 'The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the liability of the company affording coverage." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision contained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as " XCU" hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured(s) named in paragraph I of this endorsement shall be the limits indicated below written on an "Occurrence" basis: [x] Commercial[ ] Comprehensive General Liability $ 1.000.000 each occurrence $ 1.000.000 aggregate The applicable limit of the Contractual Liability for the company affording coverage shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insured(s). The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to General Liability Insurance. 6. Should the policy be non - renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department 7. Designated Contract: CORONA DEL MAR WATER MAIN IMPROVEMENT PROJECT C -3073 Project Title Contract No. This endorsement is effective 4/01/96 at 12:01 A.M. and forms part of Policy No. 660110X7009 of The Travelers (Company Affording Coverage) Insured R.F. Paulus, Inc. Endorsement No. Issuing Company The Rule Company, Inc. B4 C (Atfilio&ed Representative) 0 Page 15 WORKERS' COMPENSATION INSURANCE CERTIFICATION " I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." Date R. F. PAULUS, INC. Name of Contractor (Principal) r_141)v V I P Author z Signature and Title CORONA DEL MAR WATER MAIN IMPROVEMENT PROJECT C -3073 Title of Project Contract No. CONTRACT 0 Page 16 THIS AGREEMENT, entered into this 12TH day of FEBRUARY, 1996 by and between the CITY OF NEWPORT BEACH, hereinafter "City" and R. F. PAULUS, INC., hereinafter "Contractor;' is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: CORONA DEL MAR WATER MAIN IMPROVEMENT PROJECT C -3073 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: CORONA DEL MAR WATER MAIN IMPROVEMENT PROJECT C -3073 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 Two Hundred Nine , -Two Thousand Four Hundred and Two and 50 /100 Dollars ( $ 292.402.50 ). 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 h • • Page 17 (f) Plans and Special Provisions CORONA DEL MAR WATER MAIN IMPROVEMENT PROJECT C -3073 Title of Project Contract No. (g) This Contract. 4. Contractor shall assume the defense of, pay all expenses of defense and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, injury and liability of every kind, nature and description by reason of or arising out of the negligent or willful conduct of the Contractor, his /her employees, agents and subcontractors in the performance of the Project, except such loss or damage caused solely by the active negligence of the City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. ATTEST: coa M. Harkless, City Clerk APPROVED A O FORM: Robin Clausen, Assistant City Attorney CITY OF NEWPORT BEACH a municipal corporation -uj John Hedges, Mayor CONTRACTOR: R.F. Paulus, Inc. Name of Contractor (Principal) rM. Jason Paulus VP Auth zed Signature and Title Authorized Signature and Title