Loading...
HomeMy WebLinkAboutC-3111 - West Newport Beach Sewer Main Replacement Projectcsev '� C;5 60V1ST &X-Xion NOTICE INVITING $IDS 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 2:30 o'clock p.m, on 29th day of October, 1996, at which time such bids shall be opened and read for: WEST NEWPORT SEWER MAIN REPLACEMENT PROTECT Tide of Project C-3111 Contract No. $ 469,000 - Schedule "A" S 408.000 - Schedule "B" Engineer's Estimate ` TAB bb: R Approved by the Public Works Department this 9th day of October, 1996 Prospective bidders may obtain a set of contract documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92658 -8915 For further information, call Michael 1. Sinacori at (714) 644 -3011. Project Manager CITY OF NEWPORT BEACH 1 PUBLIC WORKS DEPARTMENT - UTILITIES WEST NEWPORT BEACH SEWER MAIN REPLACEMENT PROJECT ' CONTRACT NO. C -3111 ' PROPOSAL To the Honorable City Council City of Newport Beach N 3300 Newport Boulevard, P.O. Box 1768 Newport Beach, California 92658 -8915 1 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 fumish all materials and shall perform all work required to complete Contract No. C -3111 in accord with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: NOTE: All applicable sales taxes, State and /or Federal, and any other special taxes, patent rights or royalties shall be included in the prices quoted in this proposal. rSCHEDULE "A" WORK ITEMS All Construction Plan Sheets Included ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT ' 1. Lump Sum Mobilization, demobilization and cleanup. ' rtlr T114u5e:a" '­Dollars L and /t) 0 / c9 O _ �.. _ _ Cents Lump Sum 2. 3412 L.F. Remove existing 8 -inch concrete gravity sewer pipe and install 8-inch PVC gravity sewer pipe (SDR -35) with permanent trench resurfacing. Dollars and A2 0 2 / !J O _ -- _dents $ / &9• �L Per Lineal Foot ' P -1 Schedule "A" I SCHEDULE "A" WORK ITEMS All Construction Plan Sheets Included i ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 3. 93 L.F. Remove existing 12 -inch VCP gravity ' sewer pipe and install 15 -inch PVC gravity sewer pipe (SDR -35) with permanent trench resurfacing. �1 -_2 Dollars A) 0 and Cents $ G�- Per Lineal Foot 4. 257 EA Remove existing sewer lateral and ' replace with new PVC (SDR -35) sewer lateral and cleanout per CNB STD -406 -L with permanent trench resurfacing. E /_cf" AJ /L C 1P, Dollars and ' �U D ll De Cents $ 'S dO $'1°lT ° ° Per Each ' S. 3 EA Remove existing terminal sewer clean- out and replace with new terminal sewer ' cleanout per CNB STD - 400 -L. diU�77{cu SANS F,'Vc11aA)A 1,?c -Lo Dollars �L! y and C'Z Cents $ Per Each 6. 1 EA Remove existing sewer manhole and replace with new 48 -inch sewer manhole per CNB STD - 401 -L. El V r' 7-iNeu 5It,) -1, Dollars and Cents $ D Per Each 7. 8,000 S.F. Remove and replace additional existing concrete pavement in accordance with the project specifications. Dollars and - -- ` i— Cents $ $ O Per Square Foot ' P -2 Schedule "A" i I I SCHEDULE "A" WORK ITEMS All Construction Plan Sheets Included ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 8. 1,000 S.F. Remove and replace additional existing concrete sidewalk. G` Dollars and Cents $ Per Square Foot 9. 200 L.F. Remove and replace additional existing curb and gutter In c NTH/ – �� ✓� Dollars and Cents $ o�S. D o $ Per Lineal Foot 10. 16,500 S.F. Grind 1-1/z" AC pavement. t(/ D Dollars and 'F r Cents $ e9- SO $ Per Square Foot 11. 325 Tons Construct 1 -Vz" asphalt concrete finish course. $ `V Tom/ Dollars ' � ) U o and s —Cents _ per Ton 12. L.S. Test and flush new sewer mains. ' 7YC�E i 1171--,, ShJa 11 Dollars D/ ) y and Cents $ 30Op. .'_ $ Lump Sum —7— 13. L.S. Provide construction dewatering. f%�:� TftD<< bA� Dollars and ' v1, p�j P b entS $ � Q °O . $ Lump Sum P -3 Schedule "A" i 1 SCHEDULE "A" WORK ITEMS All Construction Plan Sheets Included ITEM APPROXIMATE UNIT TOTAL ' NO. QUANTITY DESCRIPTION PRICE AMOUNT I P -4 Schedule "A" 14. L.S. Provide traffic control. Si,C 7-Nea Sd-+ -'S- Dollars 1 and A)d // 6 o Cents $ eeo- $ d Dch_ Lump Sum M 15. L.S. Excavation safety measures including adequate sheeting, shoring and bracing or equivalent methods for the protection ' of life and limb, which shall comply to applicable safety orders. TNo cam. Dollars and A_) o X, D o — "°°` Cents $ poa 1 LUMPS= ' Total Schedule "A" Price in Written Words of Bid Items 1 through 15: �i vt ne u�,rpKr`rS r /�j %E�ti T7fou•f.�j ;':�i-VC NNNb/txla Ti✓G't-- = Dollars 1 and fl O v ✓ To al Price Schedule "A" Bidder's Name 5;U e- AJ C 5 C�?D n) 5 iW-u 117-1 i✓ ��tJG, _ _ Bidder's Address� D _ 03�01/ Bidder's Telephone Number ' Contractor's License No. & Classification Expiration Date ' Date Authorized Signature & Title I P -4 Schedule "A" I CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT - UTILITIES WEST NEWPORT BEACH SEWER MAIN REPLACEMENT PROJECT CONTRACT NO. C -3111 PROPOSAL ' To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P.O. Box 1768 Newport Beach, California 92658 -8915 Gentlemen: location has The undersigned declares that he has carefully examined the of the work, read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and shall perform all work required to complete Contract No. C -3111 in accord with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ' NOTE: All applicable sales taxes, State and /or Federal, and any other special taxes, patent rights or royalties shall be included in the prices quoted in this proposal. SCHEDULE "B" WORK ITEMS Construction Plan Sheets 1 through it and 15 ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 1. Lump Sum Mobilization, demobilization and cleanup. fiut TFfou l::. Dollars and ' v n�� c� v �– ----- Cents Lump Sum 2. 2580 L.F. Remove existing 8 -inch concrete gravity sewer pipe and install 8 -inch PVC gravity sewer pipe (SDR -35) with permanent trench resurfacing. Sin/ –�/'e� H 7— Dollars Y and itJ c �j �a and $ �� $ Per Lineal Foot P -1 Schedule "B" I SCHEDULE "B" WORK ITEMS Construction Plan Sheets 1 through 11 and 15 ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 3. 93 L.F. Remove existing 12 -inch VCP gravity sewer pipe and install 15 -inch PVC gravity sewer pipe (SDR -35) with permanent trench resurfacing. o Dollars A) ° /i o ej and Cents -- er Lineal Foot 4. 193 EA Remove existing sewer lateral and ' replace with new PVC (SDR -35) sewer lateral and cleanout per CNB STD -406 -L ' with permanent trench resurfacing. Dollars ' and _ Cents Per Each 5. 2 EA Remove existing terminal sewer clean- out and replace with new terminal sewer cleanout per CNB STD - 400 -L. Dollars e' �/ o—v and ,—'_ —Cents $ Sa ° Per Each 6. 1 EA Remove existing sewer manhole and replace with new 48 -inch sewer manhole per CNB STD - 401 -L. F't/ e % /-/ o it 5 Dollars and _ Cents d o $ 17er Each 7. 8,000 S.F. Remove and replace additional existing concrete ' pavement in accordance with the project specifications. Dollars T� and �- Cents $ �. $ Per Square Foot ' P -2 Schedule "B" 13. L.S. Provide construction dewatering. —11 ° u 5 kq- Dollars ' and Cents' '— Lump Sum P -3 Schedule "B" i SCHEDULE "B" WORK ITEMS Construction Plan Sheets 1 through 11 and 15 ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 8. 1,000 S.F. Remove and replace additional ' existing concrete sidewalk, Dollars and ' /✓ y�f t� -cS --"' Cents $ -3- $ 3 ate_ Per Square Foot r9. 200 L.F. Remove and replace additional existing curb and gutter Dollars and a� O� D o -- - - -- Cents Per Lineal Foot 10. 16,500 S.F. Grind 1 -1/z" AC pavement. ' O Dollars T and Cents Per Square Foot ' 11. 225 Tons Construct 1-1/z" asphalt concrete finish course. ' :5z X 7-V Dollars A) d4 and —dents ' per Ton 12. L.S. Test and flush new sewer mains. Dollars and - -...'. —Cents Lump Sum 13. L.S. Provide construction dewatering. —11 ° u 5 kq- Dollars ' and Cents' '— Lump Sum P -3 Schedule "B" i I I I 1 I 1 W] I ' 1 i L I 15. L.S. Excavation safety measures including adequate sheeting, shoring and bracing or equivalent methods for the protection of life and limb, which shall comply to applicable safety orders. si,)C 7 -/40a /! N Dollars and /VO1 i rr'y -- Cents Lump Sum Total Schedule "B" Price in Written Words of Bid Items 1 through 15: r:• ONG /dci� 't1 /zr - -� SxT�cc .J Dollars and / Cents 7 To al Price Schedule "B" R:ft rtcr c Niama <e l%r--;uj C /5 C_. �N ST��Ie i % o.� bt fG Bidder's Address \—P O 'R°/ �4D/ !�, q Bidder's Telephone Number Contractor's License No. 8: Classification Expiration Date /,, -,?j- � (:r Date P -4 Schedule "B" Authorized Signature & Title SEc- SCHEDULE "B" WORK ITEMS ' Construction Plan Sheets 1 through 11 and 15 ITEM APPROXIMATE UNIT TOTAL ' NO. QUANTITY DESCRIPTION PRICE AMOUNT 14. L.S. Provide traffic control. Dollars and A� F-11j erl r — - -- Cents $ Go 0. Lump Sum I I I 1 I 1 W] I ' 1 i L I 15. L.S. Excavation safety measures including adequate sheeting, shoring and bracing or equivalent methods for the protection of life and limb, which shall comply to applicable safety orders. si,)C 7 -/40a /! N Dollars and /VO1 i rr'y -- Cents Lump Sum Total Schedule "B" Price in Written Words of Bid Items 1 through 15: r:• ONG /dci� 't1 /zr - -� SxT�cc .J Dollars and / Cents 7 To al Price Schedule "B" R:ft rtcr c Niama <e l%r--;uj C /5 C_. �N ST��Ie i % o.� bt fG Bidder's Address \—P O 'R°/ �4D/ !�, q Bidder's Telephone Number Contractor's License No. 8: Classification Expiration Date /,, -,?j- � (:r Date P -4 Schedule "B" Authorized Signature & Title SEc- INSTRUCTIONS TO BIDDERS Page 2 The following documents shall be completed, executed and received by the City Clerk in accord with the "NOTICE INVITING BIDS ". L PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON - COLLUSION AFFIDAVIT 6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the documents. 1 The City of Beach reserves the exclusive right, in its sole discretion, to award either Bid Schedule "A" or Bid Schedule "B" as contained in the proposal based primarily on the lowest overall cost and in the best interest of the City. The City may reject any or all bids, waive any informality in any bid and make the award in the best interest of the City. The City of Newport Beach will not permit a substitute format for the documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of ' California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The estimated quantities indicated in the PROPOSAL are approximate, and are given ' solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between ' wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed ' and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. In accord with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the ' office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor ' Code for all apprenticeable occupations. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual ' authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. Contr's Lic. No., Classification & Exp. Date Bidder — IA�'J Date uth9 ed Signature and Title 1 1 1 1 '1 1 1 1 1 1 1 '1 1 1 1 1 it Page 3 DESIGNATION OF SUBCONTRACTOR(S) State lave 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. Subcontractor Address Subcontract Work it 2. 4. 5. 6. 7. 8. 9. 10. 11. Bidder ,J C s CC ,Ls 157-4 . /N e Signature and Title BOND NO. TPI 3893906 -028 KNOW ALL MEN BY THESE PRESENTS, Page 4 That we; Seven C's Construction, Inc. as bidder, and TIG Premier Insurance Company as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Fifty -Six Thousand Two Hundred Eighty and 00 /100 Dollars ($ 56,280.00 ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of 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 22nd day of Uctober, 1996. (Attach acknowledgement of Altucney -in -Fact) Notary Public Commission Expires Title: Kenneth A. Coate, Attorney in Fact STATE OF CALIFORNIA C' OUNTY OF RIVERSIDE On October 22, 1996 , before me, PERSONALLY APPEARED KENNETH A. CUTE I SS. JULIA B. LUCID, NOTARY PUBLIC personally known to me to be the person( whose name* isfere subscribed to the within instrument and acknowl- edged to me that he,'sh@,itl ey executed the same in his/ `erl„'am authorized capacity(iee), and that by his /bier./ their signatureH on the instrument the person(a), or the � entity upon behalf of which the person(.,*) � acted, executed CautartNo ', ' COUNT i the instrument. , aMErtSIDE M. 1998 WITNESS my hand and official seal. Signature LW' WI a kxj OPTIONAL This area for Official Notarial Seat Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL CORPORATE OFFICER TITLE(S) PARTNER(S) ❑ LIMITED ❑ GENERAL g ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT Bid Bond TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 1D -OF1 R='.6/'' ALL - PURPOSE ACKNOWLEDGEMENT ` TIG Premier Insurance Company Administrative Office: Battle Creek, Michigan J €;565 GENERAL POWER OF ATTORNEY GPA Power Of Attorney, valid only if numbered in red: Know All Men by These Presents, That TIG Premier Insurance Company, a corporation duly organized and existing under the laws of the State of California, and having its administrative office in Battle Creek, Calhoun County, Michigan, does by these presents make, constitute and appoint Kenneth A. Coate & Mark N. Cladding of Riverside and 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 execute, acknowledge and deliver CONTRACT BOND (S.B.A. GUARANTEE AGREEMENT)-MAXIMUM PENALTY $1,000,000.00 OTHER CONTRACT BONDS- MAXIMUM PENALTY $175,000.00 ALL OTHER BONDS - MAXIMUM PENALTY $25,000.00 "THIS POWER OF ATTORNEY SHALL TERMINATE AND BE OF NO FURTHER EFFECT AFTER DECEMBER 31, 1996. and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of Section 35 of the bylaws, as amended, and duly adopted by the Board of Directors of the TIG Premier Insurance Company. "Be It Resolved, that the President, any Vice- President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any or more suitable persons as Attorneyls)- in -Fact to represent and act for and on behalf of the Company subject to the following provisions: "Section 1. Attorney -in -Fact Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity, consents of surety and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company ss if signed by the President and sealed and attested by the Corporate Secretary." In Witness Whereof, TIG Premier Insurance Company has caused these presents to be signed by its VICE PRESIDENT and its corporate seal to be hereto affixeo this 6TH day of A.D., 19 95 01;;r L'" ",^ TIG EMIER INSURA E COMPANY State of Michigan JULY O — SS.. 'Q 1 1941 Q y JOAN H. DILLARD County of Calhoun' On this 6TH day of E)CT ER* in the year 1995 before me CY J. RAYMOND a notary public, personally appeared JOAN H. DILLARD , personally known to me to be the person who executed the within instrument as VICE PRESIDENT on behalf of the corporation therein named and acknowledged to me that th oration executed it NANCY I. RAYMOND N Couxrr, MI No7ARY QU9LI; CAM 13, 1999 MY COMMtsslox &xrtRas MAX- Notary Public I, the undersigned Secretary of TIG Premier Insurance Company hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in force and effect And I do hereby further certify that the Certification of this Power of Attorney is signed and sealed by facsimile under and by the authority of Section 30 of the bylaws, as amended, and duly adopted by the Board of Directors of the TIG Premier Insurance Company and that said Section 30 of said bylaws has not been amended or repealed as of the date hereof; "Resolved, that the signature of the Secretary or any Assistant Secretary of this Corporation, and the seal of the Corporation, may be affixed or printed by facsimile to any certificate to a Power of Attorney of this Corporation, and that such printed facsimile signature and seal shall be valid and binding upon this Corporation." GIVEN under my hand and the seal of said Company, this 22nd day of October 19_ 96 THIS POWER OF ATTORNEY EFFECTIVE ONLY IF ATTACHED TO BOND NO. TPI 3893906 -028 secretary 30024 C 01 -94 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of County of On Z� 1 DATE personally appeared I before me, ❑ personally known to me - OR - r .A �. COivSM...983424 r] U :�a N07Ar'YPUBLIC- CALIFCRNUI'{ Q � -� � C,OJNTY- ORANGE � _ PAy G,nm. Ends Feb.4, 1937 No. 5907 DOE, NOTARY PUBLIC" =d to-tne on the basis of satisfactory evidence to be the person whose name Fsj is/a -Pe subscribed to the within instrument and ac- knowledged to me that he /%hefthey executed the same in his /he Ah-e +F authorized capacity(iesj-, and that by his /4ef t -e i signature(-sj'on the instrument the person.(.sj; or the entity upon behalf of which the persorL< acted, executed the instrument. WITNESS my hand r I __ 1 \ OPTIONAL rrl 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 ❑ CORPORAL CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER:— SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE F DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE (91993 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 91309 -7184 Page 4 BIDDER'S BOND ' KNOW ALL MEN BY THESE PRESENTS, That we; as bidder, and as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($ ), 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 WEST NEWPORT BEACH SEWER MAIN REPLACEMENT PROJECT C -3111 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 day of October, 1996. (Attach acknowledgement of ' Attorney -in -Fact) Bidder ' Notary Public Authorized Signature and Title i I I I Commission Expires Surety iilil Title: i I I I I 1 [1 I d i I 1 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. Bidder Subscribed and sworn to before me this 1 day of October, 1996. My Commis_sio Expires: COMM ... 983424 n NOTARY PUBLIC-CA COUt.TY-ORANGE MGE � ` F My Comm. Erds Feb. 4, t 9V 5 �0 Signature and Title l�l �J Notary Public it 1 1 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 Competed For Whom Performed (Detail) Person to Contact Telephone No /i�9J- C, iv //,- DRv,-b o /0 */ 1 iT ,6G /Z /f 9(o Cii Y G � ///}/L�f"� �Di%✓T ��/lia �/ �n/�Gi?sn.J ��J�t j r7.y- 1 /yy� /h, s; i oA-) ru /y9S C�7�/ Or 5/�LJ,�ctrirl Cj��: STiry,�c� Teti EX,�r�3s��;�j3~� 1 i 1 i I i -5 t, ;J c s �'e--) SF1 %-J S Page 7 NOTICE The following contract documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of mailing the Notice of Award to the successful bidder: ' PAYMENT BOND (pages 8 & 9) FAITHFUL PERFORMANCE BOND (pages 10 & 11) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12,13 &14) ' CONTRACT (pages 15 & 16) WORKERS' COMPENSATION INSURANCE CERTIFICATION (page 17) ' The City of Newport Beach will not permit a substitute format for these contract documents. Bidders are advised to review their content with bonding, ' insuring and legal agents prior to submission of bid. Payment and Faithful Performance Bonds shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) meeting the Policyholder's Rating and Financial Size Category criteria in the paragraph below. Insurance Companies affording coverage and sureties issuing bonds shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accord with the latest edition of Best's Keu Rating Guide: Property- Casualt4 except as modified by the Special Provisions. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each ' contract document and (2) the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Page 8 PAYMENT BOND ' KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, ' by motion adopted October 1996 has awarded to . hereinafter designated as the "Principal ", a ' contract for WEST NEWPORT BEACH SEWER MAIN REPLACEMENT PROJECT CONTRACT NO. C -3111 ' in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We as Principal, and as Surety, are held firmly bound unto the City of Newport Beach, in the sum Dollars ($ ), said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly ' made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. ' THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions or other supplies, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 ' of the Civil Code of the State of California. Page 9 The bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this bond as required by the provisions of Section 3247 et seq. of the Civil Code of the ' State of California. ' And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same ' shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or 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 day of October, 1996. SEVri C 5 �pasrF, /,ter_ (Seal) Name of Contractor (Principal) Authorized Signature and Title 1 .1 Authorized Signature and Title Name of Surety Address of Surety Signature and Title of Authorized Agent Address of Agent Telephone Number of Agent (Seal) I 1 i I F Page 10 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 October 1996 has awarded to hereinafter designated as the 'Principal ", a contract for the WEST NEWPORT BEACH SEWER MAIN REPLACEMENT PROJECT CONTRACT NO. C -3111 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 o` the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We. are held and firmly found unto the City of Newport Beach, in the sum of Dollars as Principal as Surety, 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. Page 11 And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an ' individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. ' IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the day of October, 1996. I 1 F d D V Name of Surety Address of Surety Signature and Title of Authorized Agent Address of Agent Telephone Number of Agent (Seal) (Seal) Name of Contractor (Principal) Authorized Signature and Title Authorized Signature and Title I 1 F d D V Name of Surety Address of Surety Signature and Title of Authorized Agent Address of Agent Telephone Number of Agent (Seal) w CERTIFICATEOFINSURANCE PRODUCER COMPANIES AFFORDING COVERAGE COMPANY p LETTER COMPANY B LETTER INSURED COMPANY C LETTER COMPANY D LETTER COMPANY E LETTER COVERAGES' THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE. D POLICY EFFECTIVE EXPIRATION .� TYPE OF INSURANCE NUMBER DATE DATE ALL LIMITS IN THOUSANDS GENERAL LIABILITY (OCCURENCE BASIS ONLY) GENERAL AGGREGATE $ COMMERCIAL COMPREHENSIVE PRODUCTS /COMPLETED $ OPERATIONS AGGREGATE OWNERS 8 CONTRACTORS PROTECTIVE CONTRACTUAL FOR SPECIFIC PERSONAL INJURY $ CONTRACT EACH OCCURENCE $ PRODUCTS /COMPLETED OPERATION XCU HAZARDS BROAD FORM PROPERTY DAMAGE SEVERABILITY OF INTEREST CLAUSE FIRE DAMAGE $ P. I. WITH EMPLOYEE EXCLUSION (ANYONE FIRE) REMOVED MEDICAL EXPENSES $ MARINE (ANYONE PERSON) AUTOMOBILE LIABILITY COMBINED $ SINGLE LIMIT ANY AUTO BODILY INJURY $ ALL OWNED AUTOS (PER PERSON) SCHEDULED AUTOS HIRED AUTOS BODILY INJURY (PER ACCIDENT) $ NON -OWNED AUTOS PROPERTY $ GARAGE LIABILITY DAMAGE EXCESS LIABILITY EACH AGGREGATE OCCURENCE UMBRELLA FORM OTHER THAN UMBRELLA FORM $ $ STATUTORY WORKERS' COMPENSATION $ EACH ACCIDENT & $ DISEASE - POLICY LIMIT EMPLOYERS' LIABILITY $ DISEASE -EACH EMPLOYEE OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES /RESTRICTIONS /SPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH, BUT NOT LIMITED TO THE FOLLOWING CONTRACT: WEST NEWPORT BEACH SEWER MAIN REPLACEMENT PROTECT CONTRACT ON C -3111 PROJECT TITLE AND CONTRACT NUMBER ERTIFICATEF HOLDER CITY OF NEWPORT BEACH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON - RENEWED, CANCELLED OR P.O. BOX 1768 COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE COMPANY AFFORDING COVERAGE SHALL PROVIDE 30 DAYS MINIMUM ADVANCE NOTICE TO THE CITY OF 3300 NEWPORT BOULEVARD NEWPORT BEACH BY FIRST CLASS MAIL. NEWPORT BEACH, CALIFORNIA 92658 -8915 ATTENTION: Michael J. Sinacori AUTHORIZED REPRESENTATIVE ISSUE DATE w R11=910ormy •c Page 13 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. 1 11 fl, 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 [ ] 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: WEST NEWPORT BEACH SEWER MAIN REPLACEMENT PROJECT C -3111 Project Title Contract No. This endorsement is effective Policy No. ' Insured Issuing Company I of at 12:01 A.M. and forms part of (Company Affording Coverage) Endorsement No. LEI (Authorized Representative) CITY OF NEWPORT BEACH GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 14 With respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. The insurance afforded said additional insured(s) shall apply as primary insurance and m 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: ' [ ] Commercial[ ] Comprehensive General Liability $ 1,000,000 each occurrence t $ 1.000.000 each occurrence The applicable limit of the Contractual Liability for the company affording coverage shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insured(s). 1 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 lim is 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: WEST NEWPORT BEACH SEWER MAIN REPLACEMENT PROJECT C -3111 Project Title Contract No. This endorsement is effective_ Policy No. of Insured Issuing Company at 12:01 A.M. and forms part of (Company Affording Coverage) Endorsement 0 (Authorized Representative) ' Page 15 ' CONTRACT THIS AGREEMENT, entered into this day of OCTOBER, 1996, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and , hereinafter "Contractor," is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: WEST NEWPORT BEACH SEWER MAIN REPLACEMENT PROJECT C -3111 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: WEST NEWPORT BEACH SEWER MAIN REPLACEMENT PROJECT C -3111 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 Dollars ($ ) ' 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) 1 (f) Workers' Compensation Insurance Certification ' (f) Plans and Special Provisions for WEST NEWPORT BEACH SEWER MAIN REPLACEMENT PROJECT C -3111 Title of Project Contract No. (g) This Contract. ' 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximately caused ' by the sole negligence of City or its officers, employees and representatives. ' IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. ' CITY OF NEWPORT BEACH a municipal corporation ' ATTEST: LaVonne Harkless, City Clerk ' APPROVED AS TO FORM: ' Robin Clauson, Assistant City Attorney 11 John Hedges, Mayor CONTRACTOR: Name of Contractor (Principal) Authorized Signature and Title Authorized Signature and Title Page 16 i Page 17 WORKERS' COMPENSATION INSURANCE CERTIFICATION "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self - insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." Date Name of Contractor (Principal) Authorized Signature and Title WEST NEWPORT BEACH SEWER MAIN REPLACEMENT PROJECT C -3111 Title of Project Contract No. 1 1 t 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX tv FOR SPECIAL PROVISIONS N0.004o21d WEST NEWPORT BEACH SEWER MAIN REPLACEMENT PROJECT CONTRACT NO. C -3111 PART I -- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 1 2 -1 AWARD AND EXECUTION OF CONTRACT 1 2 -1.1 Pre -Bid Conference and Job Walk 1 2 -1.2 Pre - Construction 1 2 -5 PLANS AND SPECIFICATIONS 1 2 -5.1 General 1 2 -6 WORK TO BE DONE ^< 2 -7 SUBSURFACE DATA 2 2 -9 SURVEYING 2 2 -9.3 Survey Service 2 SECTION 4 CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 2 4 -1.3 Inspection Requirements 2 4 -1.3.3 & 4 Inspection and Testing 2 SECTION 5 UTILITIES 3 5 -7 ADJUSTMENT TO GRADE 3 SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE 3 OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND 3 COMMENCEMENT OF WORK 6 -2 PROSECUTION OF WORK 3 6 -2.1 Construction Sequencing 3 6 -7 TIME OF COMPLETION 4 6 -7.1 General 4 6 -7.2 Working Days 4 6 -7.4 Working Hours 4 6 -9 LIQUIDATED DAMAGES 4 Special Provisions Table of Contents - I i. t J SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 5 7 -5 PERMITS 5 7 -8 PROJECT SITE MAINTENANCE 5 7 -8.5 Temporary Light, Power, and Water 5 7 -8.6 Water Pollution Control 5 7 -8.8 Steel Plates 5 7 -10 PUBLIC CONVENIENCE AND SAFETY 5 7 -10.1 Traffic and Access 5 7 -10.3 Street Closures, Detours, Barricades 5 7 -10.4 Public Safety 5 7- 10.4.1 Safety Orders 5 7 -10.5 "No Parking" Signs 6 7 -10.6 Street Sweeping Signs 6 7 -10.7 Notice to Residents 6 7 -15 CONTRACTOR LICENSES 6 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS 6 SECTION 9 MEASUREMENT AND PAYMENT 7 9 -3 PAYMENT 7 9 -3.1 General 7 9 -3.2 Partial and Final Payment 10 PART 3 - -- CONSTRUCTION METHODS SECTION 300 EARTHWORK 10 300 -1 CLEARING AND GRUBBING 10 300 -1.3 Removal and Disposal of Materials 10 300 -1.3.1 General 10 300 -1.5 Solid Waste Diversion 10 SECTION 302 ROADWAY SURFACING 11 302 -5 ASPHALT CONCRETE PAVEMENT 1 1 302 -5.1 General 11 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 11 302 -6.6 Curing 11 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 11 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS I 1 GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303 -5.4 Joints it 303 -5.4.1 General 11 303 -5.5 Finishing 12 303 -5.5.1 General 12 303 -5.5.2 Curb 12 303 -5.5.4 Gutter 12 Special Provisions Table of Contents - 2 SECTION 306 UNDERGROUND CONDUIT CONSTRUCTION 1 12 306 -1 OPEN TRENCH OPERATIONS 12 306 -1.1 Trench Excavation 12 306 -1.1.6 Bracing Excavation 12 SECTION 307 STREET LIGHTING AND TRAFFIC SIGNALS 13 307 -4 Traffic Signal Construction 13 307 -4.9 Vehicle Detectors 13 SECTION 310 PAINTING 13 310.5 Painting Various Surfaces 13 310 -5.6 Painting Traffic Striping, Pavement Markings 13 and Curb Markings APPENDIX A Soils Borings 15 APPENDIX B Construction Plans (Reduced 1 /2) 16 Special Provisions Table of Contents - 3 SP I of 15 Special Provisions CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS WEST NEWPORT BEACH SEWER MAIN REPLACEMENT PROJECT CONTRACT NO. C -3111 PART I GENERAL PROVISIONS SECTION 2-- -SCOPE AND CONTROL OF THE WORK 2 -1 AWARD AND EXECUTION OF CONTRACT. Add the following to this section: 2 -1.1 Pre -Bid Conference and Job Walk. A pre -bid conference and job walk will not be held for this project. 2 -1.2 Pre - Construction. A mandatory pre - construction meeting shall be scheduled at least 48 hours prior to start of construction with City of Newport Beach Public Works Department representatives. The pre - construction meeting will address the following items: A, Introduction and acquaintance of key project personnel. The Contractor is expected to be represented at the meeting by his assigned superintendent and foreman. Any major subcontractors should also be present. B. Discuss the Construction Schedule. C. Review required shop drawing submittals and processing. D. Discuss cost breakdown of major bid items and progress payment processing. E. Staging area for equipment and materials. F. Outline required field inspections and construction staking. ' G. Traffic control and parking restrictions. H. Coordination to minimize impacts on residents. 1. Discussion to clarify any questionable areas of work. 2 -5 PLANS AND SPECIFICATIONS. 2 -5.1 General. Add the following to this section: "All work necessary for the completion of this contract shall be done in accord with (1) these Special Provisions; (2) the Plans (Drawing Nos. S- 5158 -S, (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (1994 edition), including Supplements; and (4) The Standard Specifications for Public Works Construction (1994 edition), including supplements. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department for Ten Dollars ($10.00). Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California, 90034, telephone (310) 202 - 7775." 1 ! SP 2 of 15 Special Provisions 2 -6 WORK TO BE DONE. Add the following to this section: "The work to be done under this contract consists of removing existing sewer main and laterals; replacement of sewer main and laterals with new pipe; and other incidental items of work. The sewer main replacement installation is as follows: A. Installation of 8 -inch and 15 -inch PVC SDR 35 sewer main, connection of existing ' 6 -inch sewer laterals to new sewer laterals at the property line, installation of sewer laterals and cleanouts, connections to existing sewer pipe, manholes and laterals, permanent trench resurfacing in 24th Street, 27th Street, 28th Street, 29th Street, 30th Street, 31st Street, 32nd Street, 33rd Street, 34Th Street and Marcus Avenue and complete pavement replacement on 25th Street. 2 -7 SUBSURFACE DATA. Add the following to this section: "A copy of the soils boring logs identified on the title sheet's location map are attached as Appendix A. Groundwater may be encountered at certain sites in the project area. The Contractor will be responsible for providing, installing, maintaining and operating a dewatering system in the project area. Groundwater or surface runoff water containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basins) sufficient to prevent such material from migrating into the bay." f2 -9 SURVEYING 2 -9.3 Survey Service. Add to this section: "The City will provide construction staking for the 8 -inch and 15 -inch sewer main at 25 -foot intervals. Staking for sewer laterals will not be provided. Any additional stakes or any restaking or costs thereof shall be the responsibility of the Contractor. The Contractor shall notify the City in writing two (2) working days in advance of the time that the stakes are needed. There will be NO survey crews available on Fridays." SECTION 4 - -- CONTROL OF MATERIALS 1 4 -1 MATERIALS AND WORKMANSHIP. 4 -1.3 Inspection Requirements. 4 -1.3.4 Inspection and Testing. All material and articles furnished by the Contractor ' shall be subject to rigid inspection, no material or article shall be used in the work until it has been inspected and accepted by the City. The Contractor shall furnish the City full information as to the progress of the work in its various parts and shall give the City timely (48 hours minimum) notice of the Contractor's readiness for inspection. The City shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When in the opinion of the City, additional tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed his work, such tests and inspections shall be paid for by the Contractor. LJ SP 3 of 15 Special Provisions SECTION 5 - -- UTILITIES ' 5-7 ADUSTMENT TO GRADE. The Contractor shall adjust to finish grade all manholes, water valve covers, and survey monuments after to the placement of final pavement. SECTION 6 - -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section: "No work shall begin until a schedule of work has been approved by the City. The Contractor shall submit a construction schedule to the City for approval a minimum of five (5) working days prior to commencing any work. Schedule may be bar chart or CPM style. Schedule may be on a weekly progress basis showing line item activities of work by the Contractor. The City will review the schedule and may require the Contractor to reschedule to conform to the requirements of the Contract Documents before the start of work." 1 6 -2 PROSECUTION OF WORK. 6 -2.1 Construction Sequencing. Add to this section: "The Contractor shall pothole and locate all existing sewer laterals at the property line after the lateral at the main is uncovered. The excavations for each pothole shall be backfilled and temporarily surfaced with 2- inches of ' asphalt concrete. No more than 100 -feet of trench will be open at any given time. Excavations shall be backfilled or plated at the end of each work day. Sewer service shall not be interrupted except for brief periods during tie -ins and as approved by ' the City. The new sewer lines shall have passed testing before making any connections to existing sewer. ' A one hour shut down of sewer facilities will be allowed. The Contractor will be responsible for completing all connections within the time periods allowed. The times and dates of any sewer to ' be shut down will be approved by the City. Any nighttime work must be approved by the City in advance. The Contractor shall submit a detailed construction sequencing schedule for the City's approval prior to commencement of construction. The Contractor has the option to submit an alternative sequence of construction for consideration by the City. ' The Contractor is responsible for replacing any and all improvements damaged during construction of this project, including but not limited to sidewalk, curb and gutter driveway approaches. The Contractor is advised to thoroughly familiarize himself with all field conditions prior to submitting his bid. It will be assumed the Contractor's bid includes replacement of all standard and non - standard improvements damaged during construction and no additional allowance will be made therefor." �I SP 4 of 15 Special Provisions 6 -7 TIME OF COMPLETION. 6 -7.1 General. Add to this section: "The Contractor shall complete all work under ' the Contract within seventy seven (77) consecutive working days from the date of award of contract by the City Council. It will be the Contractor's responsibility to ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100% completion of work. The Contractor shall schedule his work in such a fashion that no consecutive or adjacent street shall be under construction at any one time. All work on any street shall be finished within twenty (20) working days after beginning work on that street. The term "work" as used herein shall include all removals, adjustments and replacements, construction of sewer mains; and construction of P.C.C. or AC streets, curbs, gutters, and sidewalks. Also included within the specified period is curing time for new P.C.C. improvements. The Contractor shall phase his construction in such a manner as to minimize inconvenience to the public. In summary, this means that each street must be returned to normal vehicular use within twenty (20) working days from the day it is first closed to such use. The Contractor must employ sufficient staff and equipment to meet this schedule." 6 -7.2 Working Days. Revise sentence 4) to read: "No work will be permitted on Sundays and holidays. "Holiday" shall be defined as January I st (New Years), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first I Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday in November (Thanksgiving) and the Friday after, December 24th (Christmas Eve), 25th (Christmas) and December 31st (New Years Eve). If January 1st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday. In addition, no work will be allowed between December 23rd and January 1st." 6 -7.4 Working Hours. Normal working hours are limited to 7 :30 a.m. to 5:00 p.m. Monday through Friday. Should the Contractor elect to work later than 5:00 p.m. (up to 6:30 p.m.) weekdays or between 8:00 a.m. and 6:00 p.m. Saturday, he must first obtain special permission from the City. A request for working during any of these hours must be made at least 72 hours in advance of the time period. A separate request must be made for each work shift. The City reserves the right to deny any or all such requests. Additionally, the Contractor will be required to pay for any inspection during these periods when such work is approved. 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive calendar day after the seventy seven (77) consecutive working days specified for completion of the work or after March 14, 1997, the time specified for project completion, whichever occurs first, as adjusted in accordance with subsection 6 -6, the Contractor shall pay to the City or have ' withheld from moneys due it, the daily sum of $500.00. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly, preplanned, continuous sequence so as to minimize the time that the street ends are closed to the public." 1 ' SP 5 of 15 Special Provisions SECTION 7--- RESPONSIBILITIES OF THE CONTRACTOR 7 -5 PERMITS. Replace Paragraph one with: "The Contractor shall procure all necessary permits, including a no fee Encroachment Permit from the City. The Contractor is solely responsible for strict adherence to all permit requirements." ' 7 -8 PROJECT SITE MAINTENANCE. 7 -8.5 Temporary Light, Power and Water. Add to this section: "]f the Contractor elects to use the City's water, he shall arrange for a meter and tender a $750 meter deposit with the City. Upon return of the meter in good condition to the City, the deposit will be returned to the Contractor." ' 7 -8.6 Water Pollution Control. Add to this section: "Surface runoff water containing mud, silt or other deleterious material due to the construction of this project shall be ' treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into the ocean." D [_I i 11 �I 7 -8.8 Steel Plates. The City can provide a limited quantity of steel plates. These plates may be obtained for a rental charge of $15.00 per plate per week or part thereof. There is a $100 deposit for the use of the City's lifting eye fitting and for the use of trench plates. Plates shall be returned to the City's Utilities Yard at 949 West 16th Street. To determine the number of plates available and to reserve the plates, the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (714) 644 -3011. 7 -10 PUBLIC CONVENIENCE AND SAFETY. 7 -10.1 Traffic and Access. Add to this section: "The Contractor shall provide traffic control and access in accord with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH) also published by Building News, Inc. Access to alleys shall be maintained at all times. Two lanes of traffic shall be maitained on Newport Boulevard except between the hours 9:00 a.m. and 3:00 p.m. or during night work construction where single lane closures will be allowed. Maintain single lane of traffic in each direction on 32nd Street." 7 -10.3 Street Closures, Detours, Barricades. Add to this section: "The Contractor will be responsible for processing and obtaining approval of a traffic control plan from the City's Traffic Engineer, which shall be prepared and signed by a registered Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan." 7 -10.4 Public Safety. 7- 10.4.1 Safety Orders. Add to this section: "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of public and workers. The right of the City or the City's representative to conduct construction review or observation of the Contractor's performance will not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." SP 6 of 15 Special Provisions 7 -10.5 "No Parking" Signs. The Contractor shall furnish, install, and maintain in place "NO PARKING - TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least 48 hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division at (714) 644 -3740, for verification of posting at least 48 hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimension of 12- inches wide and 18- inches high; and (3) be similar in design and color to sign R -38 of the CalTrans Uniform Sign Chart. construction in a manner approved by the City. Immediately after construction is complete, the Contractor shall remove the bag or cover. 7 -10.7 Notices to Residents. Forty -eight (48) hours before restricting vehicular or pedestrian access to garages, parking spaces, sidewalks and easements, the Contractor shall distribute a written notice stating when construction operations will start and approximately ' when vehicular and pedestrian access will be restored. The written notices will be prepared by the City. The Contractor shall insert the applicable dates and time at the time he distributes the notices. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor renotification using an explanatory letter furnished by the City. In addition, Contractor will be required to attend a neighborhood meeting at a time set up by the ' City to discuss the project prior to the start of construction. The Contractor will be responsible for providing all residents and businesses impacted by any utility shutdown with written notice twice; once three (3) days in advance and once twenty four (24) hours in advance of any service interruption. The City will review and approve the notification format prior to the Contractor distributing literature. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General Engineering Contractor "A" License and/or a ' Pipeline Specialty Contractor C -34 License. At the start of work and until completion of work, the Contractor shall possess a Business License issued by the City of Newport Beach. 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS. Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three (3) years after the date of completion of the project. During this time, the material shall be made available to the City. Suitable facilities are to be provided for access, inspection, and copying of this material. The stamped set of approved plans and specifications shall be on the jobsite at 0 times. In addition, the Contractor shall maintain "As- Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and so certified by the City at the time each progress bill is submitted. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING - TOW AWAY" signs in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the City prior to posting. "NO 7 -10.6 Street Sweeping Signs. After posting PARKING - TOW AWAY" signs, the Contractor shall bag or cover street sweeping signs on those streets adjacent to construction in a manner approved by the City. Immediately after construction is complete, the Contractor shall remove the bag or cover. 7 -10.7 Notices to Residents. Forty -eight (48) hours before restricting vehicular or pedestrian access to garages, parking spaces, sidewalks and easements, the Contractor shall distribute a written notice stating when construction operations will start and approximately ' when vehicular and pedestrian access will be restored. The written notices will be prepared by the City. The Contractor shall insert the applicable dates and time at the time he distributes the notices. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor renotification using an explanatory letter furnished by the City. In addition, Contractor will be required to attend a neighborhood meeting at a time set up by the ' City to discuss the project prior to the start of construction. The Contractor will be responsible for providing all residents and businesses impacted by any utility shutdown with written notice twice; once three (3) days in advance and once twenty four (24) hours in advance of any service interruption. The City will review and approve the notification format prior to the Contractor distributing literature. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General Engineering Contractor "A" License and/or a ' Pipeline Specialty Contractor C -34 License. At the start of work and until completion of work, the Contractor shall possess a Business License issued by the City of Newport Beach. 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS. Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three (3) years after the date of completion of the project. During this time, the material shall be made available to the City. Suitable facilities are to be provided for access, inspection, and copying of this material. The stamped set of approved plans and specifications shall be on the jobsite at 0 times. In addition, the Contractor shall maintain "As- Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and so certified by the City at the time each progress bill is submitted. SP 7 of 15 Special Provisions Upon completion of the project, the Contractor shall provide "As- Built" corrections upon a ' copy of the Plans. The "As- Built" correction plans shall be verified by the City prior to final payment or release of any bonds. ' SECTION 9 - -- MEASUREMENT AND PAYMENT 9 -3 PAYMENT. 9 -3.1 General. Revise paragraph two to read: "The unit and lump sum prices include ' full compensation for furnishing the labor, materials, tools, and equipment and labor involved to complete the work included in the Contract Documents. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. ' No additional compensation will be allowed. The following items of work pertain to the bid items included within the Proposal: ' Item No. 1 Mobilization, demobilization and cleanup. Payment of this item will be in two progress payments. Half of this item will be paid for at the first progress payment, the remaining half will be paid for at the final progress payment. Item No. 2 Remove existing 8 -inch concrete gravity sewer pipe and install 8 -inch PVC gravity sewer pipe (SDR 35) with permanent trench resurfacing: work under this item shall include furnishing and installing all pipe material including, but not limited to, removal and disposal of interfering portions of existing gravity sewer pipe and manholes (including manhole frame and cover, grade rings, shaft and base), pavement removal and replacement as shown on Detail A on Sheet 5 of Plans (excluding asphalt concrete finishing course), exposing utilities in ' advance of pipe excavation operations, trench excavation, temporary patch or trench plates, bedding, backfill, compaction, installation of pipe, fittings, couplings, potholing of all existing utilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the pipe complete in place. Item No. 3 Remove existing 12 -inch VCP gravity sewer pipe and install 15 -inch PVC gravity sewer pipe (SDR 35) with permanent trench resurfacing: work under this item shall ' include furnishing and installing all pipe material including, but not limited to, removal and disposal of interfering portions of existing gravity sewer pipe and manholes (including manhole ' frame and cover, grade rings, shaft and base), pavement removal and replacement as shown on Detail A on Sheet 5 of Plans (excluding asphalt concrete finishing course), exposing utilities in advance of pipe excavation operations, trench excavation, temporary patch or trench plates, ' control of ground and surface water, bedding, backfill, compaction, installation of pipe, fittings, couplings, potholing of all existing utilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, ' temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the pipe complete in place. 1 i SP 8 of IS Special Provisions Item No. 4 Remove existing concrete sewer lateral and replace with new PVC (SDR 35) sewer lateral and cleanout with permanent trench resurfacing: work under this item shall include furnishing and installing all pipe material (4" or 6 ") including, but not limited to, pavement removal and replacement as shown on Detail A on Sheet 5 of Plans (excluding asphalt concrete finishing course), sidewalk, curb and gutter removal and replacement, exposing utilities in advance of pipe excavation operations (potholing), trench excavation, temporary patching or trench ' plates, control of ground and surface water, bedding, backfill, compaction, installation of pipe, fittings, potholing of all existing utilities, connections to existing facilities, removal or protection of interfering portions of existing utilities or improvements, the removal and/or abandonment of ' existing utilities or structures, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the sewer laterals complete in place. New sewer laterals shall be installed perpendicular to the new sewer main from the connection to the existing lateral at the right -of -way line to the new sewer main. Contractor to remove interfering portions of existing lateral, which may or may not be perpendicular to the main. The ' exact location of existing sewer laterals are not known. The location of the sewer lateral on the plans are for quantity purposes only and contractor shall provide exact station of new laterals after installation. Contractor to install a cleanout on the sewer lateral adjacent to the right -of -way line at this connection. Contractor is to include as part of his bid item for the new sewer lateral the removal and replacement of sidewalk from existing construction joint to existing construction joint at the location of the new cleanout and connection to existing lateral. Item No. 5 Remove existing terminal sewer cleanout and replace with new terminal sewer cleanout: work under this item shall include furnishing and installing all pipe material including, ' but not limitied to, pavement removal and replacement, trench excavation, temporary patching, or trench plates, control of ground and surface water, bedding, backfill compaction, installation of pipe, fittings, potholing of all existing utilities, connections to existing facilities, removal or protection of interfering portions of existing utilities or improvements, disposal of excess materials and all other work necessary to install the terminal cleanout complete and in place. Item No. 6 Remove existing sewer manhole and replace with new 48 -inch sewer manhole: work under this item shall include furnishing and installing manholes including, but not limited to, pavement removal and replacement, exposing utilities in advance of excavation operations, control of ground and surface water, bedding, backfill, compaction, installation of base, shaft, grade rings, manhole frames and covers, potholing of all existing utilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the manholes complete in place. ' Item No. 7 Remove and replace additional existing concrete pavement: work under this item shall include removal and replacement of concrete pavement in 25th Street (does not include concrete removal and replacement in the trench areasin 25th Street as identified in bid items above). Work may also include additional pavement removal and replacement in other streets as directed by the Engineer. If it is agreed to by the City's inspector that additional pavement ' removal and replacement is required, Contractor shall be paid for additional removal and replacement per unit cost of this bid item which shall include any additional sawcutting. All other costs for the sewer mains and laterals are to be included in the Contractor's sewer main and lateral bid items as identified above. Pavement thickness shall be a minimum of 8- inches. 1 SP 9 of 15 Special Provisions Item No. 8 Remove and replace additional existing concrete sidewalk: work under this ' item shall include removal and replacement of additional concrete sidewalk that is not covered by the removal and replacement of these items as specified in the bid items discussed above. If it is agreed to by the City's inspector that additional sidewalk is required to be removed to locate an existing lateral at the right -of -way, Contractor shall be paid for additional sidewalk removal and replacement per unit cost of this bid item. All other costs for the sewer lateral are to be included in the sewer lateral bid item as identified above, including asphalt concrete patching for potholing. The square footage quantity for this item may be increased or decreased from the bid quantity. ' The Contractor shall be compensated for the actual square footage of concrete removed and replaced based on his unit price. ' Item No. 9 Remove and replace additional existing curb and gutter: work under this item shall include removal and replacement of additional concrete curb and gutter that is not covered by the removal and replacement of these items as specified in the bid items discussed above. If it ' is agreed to by the City's inspector that additional curb and gutter is required by the Engineer, Contractor shall be paid for additional curb and gutter removal and replacement per unit cost of this bid item. All other costs for the sewer lateral to be included in the sewer lateral bid item as identified above. The linear footage quantity for this item may be increased or decreased from the bid quantity. The Contractor shall be compensated for the actual linear footage of curb and gutter removed and replaced based on his unit price. 1 Item No. 10 Grind I Vz" AC pavement: work under this item shall include grinding of the existing asphalt concrete pavement streets five (5) feet from the gutter lines and at all join lines. Work shall also include grinding all of 28th Street, north of Balboa Boulevard as shown on the ' plans. The work shall also include preparing and submitting traffic control plans for the Engineer to review and approve and furnishing and maintaining the traffic control devices. ' Item No. I1 Construct li /z" asphalt concrete finish course: work under this item will include placing of asphalt concrete finish course in the locations indicated on the plans. Work ' shall include preparing and submitting traffic control plans for Engineers review and approval. The work shall include furnishing and maintaining traffic control devices, street restriping to its original condition, and adjusting all manholes, valve covers, and utility boxes to grade per applicable portions of CNB STD -1 I 1 -L, 400 -L, and 511 -L. Item No. 12 Test and flush new sewer mains: work under this item shall include ' successfully mandreling, and flushing the new sewer mains per the project specifications. Item No. 13 Provide construction dewatering: work under this item shall include, but not be limited to, providing power, obtaining and complying with permits, and maintaining ample means and devices for disposing of all water from any source entering the excavations or other parts of the work. Work shall include, but not be limited to, sump pumping, deep wells, or well ' points. It is the Contractors responsibility to determine the magnitude of water which will be encountered prior to the bid. There shall be NO additional compensation for removing surface water or groundwater which is encountered during excavations and is in excess of that anticipated ' by the Contractor. -1 L.1 J I i I I , SP W of 15 Special Provisions Item No. 14 Provide traffic control: work under this item shall include providing traffic control required for the project including, but not limited to, preparation of traffic control plans, signs, cones, barricades, flashing arrow sign, K -rail, striping, restriping, flagmen and all other work necessary to comply with the WATCH manual, latest edition and City of Newport Beach requirements. Traffic Control plans, where required, shall be signed by a registered Traffic Engineer. Item No. 15 Excavation and safety measures including adequate sheeting, shoring and bracing or equivalent methods for the protection of life and limb, which shall comply to applicable safety orders: work under this item shall include, but not be limited to, planning, designing, engineering, furnishing, constructing, and removing temporary sheeting, shoring and bracing, and any other work necessary to conform to the requirements of any permits, OSHA and the Construction Safety Orders of the State of California, pursuant to the provisions of Section 6707 of the California Labor Code." 9 -3.2 Partial and Final Payment. Add to this section: "Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." PART CONSTRUCTION METHODS SECTION 300 - -- EARTHWORK 300 -1 CLEARING AND GRUBBING. 300 -1.3 Removal and Disposal of Materials. 300 -1.3.1 General. Add to this section: "The work shall be done in accord with Section 300 -1.3.2 of the Standard Specifications except as modified and supplemented herein. Joins to existing pavement lines shall be at 2 -inch minimum depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. Final removal accomplished by other means must be approved, in advance, by the City. The Contractor shall maintain the job site in a clean and safe condition. The Contractor will remove any broken concrete, debris or other deleterious material from the job site at the end of each work day." 300 -1.5 Solid Waste Diversion. Unless specified elsewhere in this contract, all non - reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility which crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the City on a form provided by the City. SP II of 15 Special Provisions SECTION 302 - -- ROADWAY SURFACING ' 302 -5 ASPHALT CONCRETE PAVEMENT. 302 -5.1 General. Add to this section: "The work shall be done in accordance with Section 302 -5 and 400 -4 of the Standard Specifications, except as modified and ' supplemented below: The overlay surface shall be free of all dirt, debris, water and vegetation prior to overlay. The asphalt concrete finish course shall be III -C3 -AR -4000. The Contractor shall feather a minimum of five (5) feet when joining existing pavement. Longitudinal joints for the finished course (where applicable) shall correspond with the edges of proposed traffic lanes. No longitudinal joints will be allowed in the wheel path. Asphalt concrete base course is defined as the AC required in a trench or pavement repair or pavement reconstruction area to bring the pavement to 11/2" below finished grade. ' Base course shall be Type III -B2 -AR -8000. For all street resurfacing, Contractor shall construct the AC finished course within seven ' (7) consecutive calendar days after the street has been cold planed. The Contractor will be assessed $500.00 per day (including Saturdays, Sundays, and holidays) liquidated damages for each day in excess of the seven (7) consecutive calendar days allowed for completion of the AC finished course. ' 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 302 -6.6 Curing. The Contractor shall not open street improvements to vehicular ' use until P.C.C. has attained the minimum compressive strength specified in Section 201 -1.1 ? of the Standard Specifications. Said strength may be attained more rapidly, to meet the time constraints in Section 6 -7.1 herein, by the use of additional Portland Cement admixtures with ' prior approval of the City. SECTION 303 - -- CONCRETE AND MASONRY CONSTRUCTION 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303 -5.4 Joints. ' 303 -5.4.1 General. Add to this section: "The Contractor shall sawcut parallel or perpendicular to the centerline of the street for all concrete removal." ' SP 12 of 15 Special Provisions 303 -5.5 Finishing. ' 303 -5.5.1 General. Add to this section: "The Contractor shall patch back AC, P.C.C. and brick within private property at locations shown on the plans in a manner that matches the adjoining existing private property in structural - section, texture and color." ' 303 -5.5.2 Curb. Add to this section: "The Contractor shall install or replace curb markings that indicate sewer lateral or water valve locations on the face of the curb. The Contractor shall mark the curb with a chiseled "S" for sewer lateral. To determine the location of sewer laterals, the Contractor must cal] the City's Utilities Superintendent, Mr. Ed Burt, at (714) 644 - 3011." ' 303 -5.5.4 Gutter. Add to this section: "The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." SECTION 306 - -- UNDERGROUND CONDUIT CONSTRUCTION 306 -1 OPEN TRENCH OPERATIONS. 306 -1.1 Trench Excavation. I LJ i 306 -1.1.6 Bracing Excavation. Add to this Section: "The Contractor shall submit to the City for acceptance, in advance of excavation, a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during the excavation of any trench or trenches 5 -feet or more in depth. The plan shall be prepared by a registered civil or structural engineer licensed in the State of California. As part of the plan, a note shall be included stating that the registered civil or structural engineer certifies that the plan complies with CAL -OSHA Construction Safety Orders, or that the registered civil or structural engineer certifies that the plan is not less effective than the shoring, bracing, sloping, or other provisions of the Safety Orders. The detailed plan showing the design of shoring, etc., which the Contractor is required to submit to the City for acceptance in advance of excavation, will not be accepted by the City if the plan is based on subsurface conditions which are more favorable than those revealed by the investigations made by the City or their consultants; nor will the plan be accepted if it is based on soils related design criteria which is less restrictive that the criteria set forth in the report on the aforesaid investigations of subsurface conditions. The detailed plan showing the design of shoring, etc., shall include surcharge loads for nearby embankments and structures, spoil banks, construction equipment and other construction loading. The plan shall indicate the minimum horizontal distances from the side of the trench to its top to the near side of the surcharge loads for all trench conditions. Nothing contained in this article shall be construed as relieving the Contractor of the full responsibility for providing shoring, bracing, sloping, or other provisions which are adequate for worker protection." SP 13 or 15 Special Promians 307 -4 TRAFFIC SIGNAL CONSTRUCTION. 307 -4.9 Vehicle Detectors. Add to this Section: "The Contractor shall notify the Traffic Engineer at (714) 644 -3344 to locate existing traffic signal detection feed points at least two (2) working days prior to the cold planing or any work which may damage existing traffic loops. Once the Engineer has marked the location of the existing traffic signal detection feed points, the Contractor shall avoid cold planing those areas. Hence, any detection devices located by the Engineer which are damaged as a result of cold planing shall be repaired or replaced at the Contractor's sole expense within five (5) working days. Replacement or repair of damaged detection devices shall be inspected by Signal Maintenance, Inc. (Peek Traffic) at (714) 563 -4000, at no cost to the City. Signal Maintenance, Inc. (Peek ' Signal) shall provide the Engineer a written acceptance of their inspected work prior to the Engineer's final inspection of the completed work." 310 -5 PAINTING VARIOUS SURFACES. 310 -5.6 Traffic Striping and Pavement Markings. Add to this Section: "This item of work shall be done in accordance with Section 210 -1.6, "Paint for Traffic Striping, Pavement Marking and Curb Marking" and Section 310 -5.6, "Painting Traffic Striping, Pavement ' Markings and Curb Markings" of the Standard Specifications, except as supplemented or modified below: Paint for traffic striping and pavement markings shall be white Formula Number 2572 -A9 and yellow Formula Number 2573 -A9 as manufactured by J.E. Bauer Company. ' Delete paragraph 1 of Subsection 310 - 5.6.7, "Layout, Alignment and Spotting" of the Standard Specifications and add the following: The Contractor shall perform all layout, alignment and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than Y2-inch in 40 feet from the alignment shown ' in the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping and markings. No street shall be without the proper striping over a weekend. ' If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require that the Contractor reinstall "NO PARKING, TOW -AWAY' signs and renotify residents in accordance with Sections 7.10.5 herein, at the Contractor's sole expense. In addition. if the Contractor removes /covers /damages existing striping /raised pavement markers outside of the work area, he shall restripe /replace at his expense. The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, temporary ' traffic lanes when two opposing traffic lanes are adjacent or when there is more than one lane in any one direction and when this temporary condition shall exist for more than three consecutive days. Two (2) applications of paint may be necessary to maintain adequate delineation and may be required on base pavement surfaces depending on construction phasing. SP 14 of 15 Special Provisions New raised pavement buttons and markers shall be provided and installed per plan by the Contractor in accordance with Section 85 'Pavement Markers' of the Caltrans Standard Specifications, except all new non - reflective pavement markers (types A and AY) shall be ceramic and all new reflective payment markers shall have glass- covered reflective faces. Raised pavement markers for location of fire hydrants shall conform to City of Newport Beach Std. ' 902 -L. In addition, the Contractor shall clean and protect (except as indicated per striping plans) or replace within 24 hours all raised pavement buttons and markers covered, damaged, or removed as a result of the slurry seal operation. Thermoplastic traffic striping and pavement markings shall be Alkyd type and be installed per plan by the Contractor in accordance with Section 84 -2 "Thermoplastic Traffic Stripes and Pavement Markings" of the Caltrans Standard Specifications. The Contractor shall remove all existing thermoplastic traffic striping and/or pavement markings prior to resurfacing or slurry seal. Method of removal shall be approved by the Engineer prior to construction. Non - thermoplastic traffic stripes and pavement markings shall be applied in two ' coats. The first coat of paint shall be dry before application of the second coat. At least one (1) application of paint shall be applied to all striping and markings with 24 hours after the asphalt concrete overlay. All the raised pavement markers to be installed must be installed between 15 ' days and 30 days after the asphalt concrete overlay and shall be placed directly over striping, where applicable. In addition, the thermoplastic shall be warranted by the Contractor against blistering, bleeding, excessive cracking, staining, discoloring, chipping, and poor adhesion for one year." l 1 1 1 1 1 1 1 1 1 1 1 1 1 1 APPENDIX A SOILS BORING RESULTS (For Reference Only) I I I 1 a I F KEY TO SOIL SYMBOLS ANV I L.I .,.,_ v USCS TERMS VSEp IN THIS REPORT . OESCgT, SOILS ACCORDING TO MAJOR DIVISIONS GROUP TYPICAL NAMES .. THEIR TEXTURE OR O..IN SIZE DISTgIeVTIONS w0.E GENERALLY Iv PCCOROaNCE WITH THE UNIFICO SOIL 0.a521f ICPTgv SYSTEM. SYMBOLS Gw well- graded gravels. gravel -sand TERMS DESCRIBING DENSITY AND CONSISTENCY - mix4n er. $111. or no Ilnaz COARSE GRAINED SOILS (major portion rotalned on No. 200 sieve) include ° ` cl (1) efe.n gravels. (2) silly .1 clayey gra +eb, and 13) a;) Y- clayey or n'm e d 9 anon. Rela live Y is related to SPT Dbw cram cerra<Ud GP Pandy- graded graveh. gavel- red 1 drive for overburden pressure or tlrive energy. and mixtures. Yt11e Or no Nnea °d - RELATIVE DENSITY SPT "N' VALUE {Blows /I) RELATIVE DENSITY .% - •� GM Silt l gravel sit y grave a, gray Very L. fM) D-a O m 5 C-_�= mixlwea 300 Mdan o. Grad )0-30 40 to TO a - GC Clayey gravels, gravel -sand. nclay mixtures. Dcm (d) 30-50 TO to 65 a _ O Very Dea) >50 H5 to %)O na lv c SW Wee - graded saner. gravdyy sane. ' ; _ - GWa or no lino le FINE GRAINED SOILS (major Portion Passmg 200 a veh Include (D 0 o e c gravelly. and. Inorganic and organic silts and days, (2) gravely. sandy. or silty days. U E _ a < c , as (3) clayey silo. Consistency Is rated according to sneering strength, as indicated by penetrometer readings, direct shear. or SPT blow count. • 'o o O SP Poorly - graded seam. gravely lands. eRM or m fines CONSISTENCY SHEAR STRENGTH NO) SPT 'M VALUE cqc Vy son lea man on 0 - 2 c ° c SaLy sans. sane -sat mixture% Z -. Soh 025 b 050 2 -4 - F. 0501. t00 d -8 E c Q 'o ® SC ,Clayey sardz, aantl -daY mizlmas $L1I LCO [0 200 8-6 In E _ very S1a1 200 to 4.00 O ML Sal, and very HIM saris. rock - Hare 4.00 and lilw >32 c Iber, Sty or dayey tine .antls. or �,� clayey safe with rrgne Plasticity TERMS CHARACTERIZING SOIL STRUCTURE 0 a m CL klorgarvc days of bur to meCxan SI.ka+eidad Having F<linee plan.. of ...Mee that are 0.1, C gr c ayx, sandy asitcil ave y e 1 and ga"Y in apPaarance. . E clays, ly day.. ban clay, Fizved ge with I.1 h a 1, -1 W- ve bail fete sand or sit; usually ono a or Mss vertical. fiMI .. al 1 sat; OL OrgarJC Sts and organic silly ® c _ clays of law Plasticity Laminated Cornpoaed of thin Layers of varying color and texture. oe � - Mtabeddad Composed of aliernale sayers at dlinent aoa type,. Yargalge aiiH, micaceous or da- tpmaanic t.. i a,.. or Or May Calcareous Containing lade qualities or cak'Mm earoonate. ^9 afWreO u i sons. elastic eat. wee yradee Having wide range n ,an a¢e% era su(xunGal amovnfe °O of lotnmmSun ParticM dzs a. 5 _ n : CFI Inorganic days of high Plasticity, LL E E c =_ let day. POONY graded Predominantly One grain aza, w eavxg a range of sizes o . v with soma iltermadiate site mazirg. - H_'c 0-1 Organic days of median to high Porous Nevi g risibly apparent raid apace% through wNCh water, plutkity, orgarJc safe u. P, light may pas.. 0 =.` 1 Pt Put and other NgMy organic soil SOIL MOISTURE S O w v From low to high the soil moi.twe ie indicated byr Dry (o) LEGEND OF LABORATORY TESTS is Slightly Mot ($1 M) G •Grain -size $ - $wee DS - Direct Shear Moist (near optinum (or conidactbN (Ml A - Liquid 8 Plastic Limits GI - Cnemkal T - Trlaxial Very Moist N M) PP •Rocket Penetrometer M - Chemkal Heave $d - Solubility wet (W) U - Unconlined C - Consolidation P - CemPadli.P SAMPLER TYPES SIZE PROPORTIONS DESIGNATION PERCENT BY WEIGHT Tube Rock Core Bulk fShalldy Trace O to b Lttda IO to 20 Converse NO Recovery Sorter 20 to 30 GRAIN SIZE DISTRIBUTION GPAV-EL ANDsasss rCLAY�SAT fe{ --�HS— CMF Rar c aP l-- l NUM5A 2ccl s0 t0 ♦ Y +" Z T 0.005 Opt 0= o.l OS ID 3.0 q.0 1 pMT,LE fMME ER N MIMTFAS I 1I Converse Consultants Orange County Page A- 1 LOG OF BORING NO. B -1 Sheet 1 of 1 Project West Newport Beach Sewer Main Replacement Project No. 96- 32424 -01 Date Drilled 10/2/96 ' Drilling Company /Driller Converse /Bill Equipment HSA ' Driving Weight (lbs) 140 Average Drop (in.) 30 Hole Diameter (in.) 8 Elevation ft Depth to Water 3.0 ft After 3 hrs on Geol /Engr_Olu I !u 1] 11 1 71 o SUMMARY OF BORING This his part of the report prepared by Converse Consultants Orange County for the named project and should be read together � ID p N with that report for complete interpretation. This summary applies only the location this boring time Remarks ■ 6 3 .y .y 0. d 7 at of and at the of drilling. Sub - surface conditions may differ at other locations and may change at D. E p ■ E N U D this location with the passage of time. The data presented is a ■ ® -a L ] to L simplification of actual conditions encountered. O W al O (n O D E S C R I P T I O N 3 inches of asphalt concrete over 6 inches of base SP Boring located at Sand- moist to very moist, light yellow brown, fine to medium sand 32nd Street and Newport Blvd. 1 4 ; medium dense, wet, light brown 5 9 10 ]1 17 Boring terminated at 11 feet Groundwater encountered at 3 feet while drilling Hole backfilled with drill cuttings and cold patched on 10/2/96 is o SUMMARY OF BORING Page A- 2 ' Converse Consultants LOG OF BORING NO. B -2 4 Orange County E Orange County for the named project and should be read together Sheet 1 of 1 y with that report for complete interpretation. This summary applies the location this boring the time drilling Remark■ za Project West Newport Beach Sewer Main Replacement Project No, 96- 32424 -01 Date Drilled 10/2196 ' Drilling Company /Driller Converse /Bill Equipment HSA IL Driving Weight (lbs) 140 Average Drop (in.) 30 Hole Diameter (in.) 8 this location with the passage of time. The data presented is a 4 a -s L 3 Elevation ft Depth to Water 7.0 ft After hrs on Geol /Engr ON o SUMMARY OF BORING This log is part of the report prepared by Converse Consultants 4 _ E Orange County for the named project and should be read together y with that report for complete interpretation. This summary applies the location this boring the time drilling Remark■ za 3 .a JC I only at of and at of ub- surface conditions may differ at other locations and may change at IL E p na 0 E V! U D this location with the passage of time. The data presented is a 4 a -s L 3 m L simplification of actual conditions encountered. 13 9) m O N D o D E S C R I P T I O N .-7 SP 5 inches of concrete pavement Sand; moist, brown, fine to medium, micaceous Boring located at 25 th Street s 8 ; medium dense 12 1 tp 9 ; wet, fine to coarse, sea shells, micaceous 13 15- 6 11 IS Boring terminated at 16.5 feet Free groundwater encountered at 7 feet during drilling Hole drill with backfilled with cuttings and patched readymix concrete on 10/2/96 I o SUMMARY OF BORING Page A- 3 I Converse Consultants LOG OF BORING NO. B -3 ~ Orange County E Orange County for the named project and should be read together Sheet 1 of 1 ' tl3l with that report for complete interpretation. This summary applies boring Rormarks Project West Newport Beach Sewer Main Replacement Project No. 96- 32424 -01 Date Drilled 10/2/96 •w -a Drilling Company /Driller Converse /Bill Equipment HSA Driving Weight (lbs) 140 Average Drop (in.) 30 Hole Diameter (in.) 8 ' d • E 0 W -i al E L 7 Elevation ft Depth to Water 8.0 ft After hrs on Geol /Engr ON I o SUMMARY OF BORING This to is part of the report prepared by Converse Consultants ~ E Orange County for the named project and should be read together D tl3l with that report for complete interpretation. This summary applies boring Rormarks \ •w -a on] at the location of this and at the time of drilling ub- differ locations O. 3 a a 0 ] surface conditions may at other and may change at this location with the passage of time. The data presented is a d • E 0 W -i al E L 7 O D N l simplification of actual conditions encountered. A N m O s1 =1 C3 D E S C R I P T I O N 3 inches of asphalt concrete over 9 inches of base SP Boring located at Sand; moist, brown, fine to coarse, micaceous 31st Street s 6 ; loose, fine to medium 9 1 10 10 ; medium dense, wet, brown, fine to coarse, micaceous, 13 sea shells is 9 14 Boring terminated at 16.5 feet Free groundwater encountered at 8 feet during drilling Hole caved in at 6 feet Hole backfilled with drill cuttings and cold asphalt patched on 10/2/96 APPENDIX B CONSTRUCTION PLANS (REDUCED 1/2) W ti Z J Q a i ccFW Yg 6 �9 nl� �s Y Y a� 9 n n g 8 � a S $ a � r g � � c a r a n gg4� W b o g`g e6 Y ^a n, ga n' g`i"s is S�ry q x�6a tli X e+ $tea �I all q a; F M y� Y � a e n � da C g c �u o 9 V � a � Q > a 1 9s4y sag a= ee s ¢e =g -@ eig� I :W sE� Y w i :7i: $ •'6 od Peg Y : g y a Y`oC` tl td; X ga qFE �SY3� ttY�-e.x a i 8n .Wd r a G) (D R 0 O w 0 U � 0 O 6 a 0 w 0 O a 2 <p ee N ��i4,a3ix81e N � 8 9 �r 888 yg� 34W [ i t Y it Y it d _ 8 g8g g8g ¢g8 8g "Q Q 0 C=l) (DQ O Q oY{ W F c r c r: r r r �n�srrb� .33e8 Vt 1 5 :33tl15 WSL F 7 i a is Uo aLL ,/ ■ 1 a a _ N _U Q4 0 yeay -i'(Y: Igby� Y. g a - g Y K 8 4 Ty ^ A5E! A� 5.-- a gre e gu8� =e•_, Ld�pp y�yllo p�p= 3Y_.�C� =ea_a31���ygo�4k��dagaa�` �o� W 'y S z 2 o Q §�i¢ffits #L:Ywle�t�EWE. >5'eY b CL p,CH a a W L� o- Y z imago ® 0 Q g w w d a NToAo }J, ®qQo! J I ii I "i ' 7Y1 c �u o 9 V � a � Q > a 1 9s4y sag a= ee s ¢e =g -@ eig� I :W sE� Y w i :7i: $ •'6 od Peg Y : g y a Y`oC` tl td; X ga qFE �SY3� ttY�-e.x a i 8n .Wd r a G) (D R 0 O w 0 U � 0 O 6 a 0 w 0 O a 2 <p ee N ��i4,a3ix81e N � 8 9 �r 888 yg� 34W [ i t Y it Y it d _ 8 g8g g8g ¢g8 8g "Q Q 0 C=l) (DQ O Q oY{ W F c r c r: r r r �n�srrb� .33e8 Vt 1 5 :33tl15 WSL F 7 i a is Uo aLL ,/ ■ 1 a a _ N _U Q4 0 yeay -i'(Y: Igby� Y. g a - g Y K 8 4 Ty ^ 7n 5.-- a gre e gu8� =e•_, Ld�pp y�yllo p�p= 3Y_.�C� =ea_a31���ygo�4k��dagaa�` �o� W 'y S z 2 K 9`1:Ik iC$8$tla$7$QW �6Yi §�i¢ffits #L:Ywle�t�EWE. >5'eY b CL ca c eg43:u4 °L =x .19 e.; a a W _ 3 $� Y z $g�gaaW g w w NToAo }J, ®qQo! J I ii I "i ' 7Y1 1 o• J ^ a U H si 0 0 u 6 F O u y� 7 a Q © 0 I O J----------- 1 g n I v � ti- I 1 1 I r `1.: 1 1 t J `• t 2 t 0 I1.: u u 1 a Q © 0 I O J----------- 1 g n I v � ti- LLJ W J u 1 0 �8 w Za °. 4 gig �� d" �W: 6_.3 e m ~ lV6W 59 Ez Y 3i 0 0 0 0 a Q © 0 I O J----------- 1 g n I v � I v I a� a ti- LLJ W J I v I a� a rp 7 li4 ........... . 8 V Nll., IRV.3-7ilim L v.;j ;L _;uL 4a 1h 1 U5, 4 q; 44, N IT;' 7 um .......... ....... . . . . . . . so 1 77- . ji 7.� 1 1 N F. p , 9--t4— Is M., 1 -.64- 4, ........ gswd —5-9 Rime 44 re FL I t9 tx wa 'u. . 1 L!2 L'T 1 It ... ;..L .. ... I ... .. iz; > 4 4 t Mi. 77r—.T! til 4 lk prt :jjj 1, '17: _12- i;,:. -A. 1% 1 ­`J 77T i,147 5: IF 7,h.". 1-1; ... l-Y 2h 10'" 99 mall"s 17 ti . ... . ..... L ;M, .. . .... L F , ... ... '0 • wv^I--�F ;.4 I cs 7 - 17- U I N­ kq T, 4V4 I'm 4�4414H14 . .... LLI. TU ilyy ui .......... IM w HAVII U) N of LO u C\j 4L y TA --I 'JI 11 rt-.l I + Z 1!j!f:,:j%�j:.! II 17: 1 1. 7101�.l I—z— . 1 T., I 4" 4+ 444• r 71- L e !d—L.1 4;, L 7HIJ 4 . ......... D4 it :J j I is 7 . A T t P 10 il: Jv. IL 34 T ..... ... .. L;W" J �- Q N �S .i �y O Wp YN 'n ilC C N;Ws g, grrte g.8 �=IB YW �NW �o b� u �q 0 c O �m p 0 Mmms 900 �I 3iG _ d �dS6 Wae of i�'u ¢Z 'a F7b7 y 2� 0 O 9 Q x . _ u no _LI _ W cr N "dam =o ag m U a i z r n e � 6yyejjlI fi� jpy4ll6��1���� � }�Jz[[� a •> � � 8S .3 7tl � §€ z� >oF , hll VIM- jt� P_ { »rW.I �� a SMF VIM- WW OWCW gY��'g4 S %NNN pad S xW NNNY1 CWhl °.. CT GO < <�F.. i�W< Ss � FW WQ g j' ��:g>5a a� ,� 110il FJ„d sN = �g2 e � W a _e; sp a �� ;e 7W ff:° aW r geN a d s € S W 'a :�tBWNFyy yyyye_ is �41j5 _ _ <���va� JN�N 1-' N �FpmY pr �+a ZQF111 M g$ar Nv2:i ng Mi t n n J 19�i i1C i E5 i3m R nlewre MIC03B � �d d._G a�'�: WW - °�� ^O� ! 2 U °�Yr�W ZN CNl 6 <o w UJ 1�¢` r N]WI1'N 'OF :jW Est jY y IT <� �Nol M, are „ "e= N _ y w WY1 R. J' d$i C g 8 j YWS �6G rg 6 „I.. ::. Sir • 2 b' F � ....: : I _ _ .. _ L; S ' r+`L. u.� I:• I I a .J _. .. II :: I -.. II ' - �'� -4M •i'4 -� . *; �� I�d�'1f1 .�L x.hlr- r'i-II �,:, I I I -- c `` � i I_ r: .Ir1w^{�n� I I� 1 I'�la h' '�' I , E- I { 1 r loezn�j ;i• I1 ILJI C �I I nl H' - LLI � 4 � I n ..rykNi �`''- al.Lry.l.�. •-}r _ _ -- N h ^i hIGII: 0 1 I:i TIII hI I ry I,I i I t -'� n II LI' .I I }I 4��a_. t 44 .. al II xl il!:�i., lyl' �I Isy11 is J1 r m•. n��, ''I'I!h'i 11�� I 1 411 'I ?hI YID �I : ^i I 1 ' �''.I � tl I � ,os � ... - ' +1 , 'I.u'I- NIIWLI �-IV a I I L.I� • zNz -I NI II '� r`: ItT .I - i ]; , Ni III Il .T, W... -r o M4!I•�ILrM+M.w,.N: •Y `xr 'IFrN14!AH"•Wry*�rWk: rar +Fn4 4Mii' Al, n�IW{ -,A *', I -11'I II r I Illy LI!1'll �LJ III' , rl 1. I.I' d II III” t� a N� W i a N s 1-7 A && i w a WIN lie his aw Y 4u GO .'a ti it aaa �I iTa'Y�b Y. ai �Yb - �� 48� ■g � wN��J n�T W`Z� yll (0 8 0 0 0 a I I _ _ b I I - w �w - - cr u s rn -= N � 1 a b r 8 a ,4 - I _ .. 6 yy I d iiF •» J — ... :Pao!, W N yuWY: „IC 0 0 0 0 S - I _ .. i i 8 e .g a� b: >e o� W gays a 6" tlY _Z,V dg 0 0 O q ry d m w U) rn N � T N ltl ilk s 1 I„ I � II �I g8\, 6 yy iiF •» oz W N yuWY: „IC 0 0 0 0 S i i 8 e .g a� b: >e o� W gays a 6" tlY _Z,V dg 0 0 O q ry d m w U) rn N � T N ltl ilk s 1 I„ I � II �I g8\, — , — I { I' m ,a b s S b ;p Q Lk EP $y r g � 8 d " " gas= soyay wcd ED Oz o yex11W 2 WSU 3uIF k� CAI. 3 ut O O O O O C O , i 8 / 1 w N o c F I N i i i Y � � I -Fr H —rt.�+� � f r i -I I'i i✓, � �L.a G r i � 1d � = j - 7. Ali i^m ° 1 H i-- . t � c 3 w 44--i I cr 1. or m ,a b s S b ;p Q Lk EP $y r g � 8 d " " gas= soyay wcd ED Oz o yex11W 2 WSU 3uIF k� CAI. 3 ut O O O O O C O , i 8 / 1 w N o c ..... .. ..... I 1 i < pypy¢ I y x W N i i i N a ° 1 H I w w cr O h I b I N ,0S " .; s .sza ug $ n } N •� s ,LI ,,l• J le ..... .. ..... I 1 i < pypy¢ I y x W � |■ Z Z J �7 (t \ / § ` ■I§ 7 /I| §| y § § ■ ��� § |` ; || � |■ | � ! . !/ - -� �M �| � �| � ■ �w ■ § ■[ ■ ■§ §| ;\ ire ix . F � _ ■ .§ -, i; F- ! � . . .. m , / VIM! Wbt \ F- \ } G e \ -�� | _ \ R { \ . § |■ | �r || S R� ZVI � j it. § VIE || :|: i w-,- §; \ /|o I! /| . | §} / S 8 S e - -� �M �| � �| � ■ ■ § ■[ ■ ■§ §| " ire ix � _ ■ .§ -, i; ; ■!|! § P ah §!" •� / VIM! Wbt §4§ C) G e is g8 Gi� C^ � � • >iI11W bb Q y a= J QI F— w 0 W J 6 N V N � � W O a 0 I�Wyi II III ��1 I I , II I ;I I• ` 0 • / it - / r I r I� I Fr Cn I I, II �� I'I � 5 ^� •I la W�{J O le yFWg NS W ILY o @y W d19aC i¢ - ay1 d" _ ry > W6 is '��= '• i N Rio I � I IWa : O O O U O 00 I�Wyi II III ��1 I I , II I ;I I• ` 0 • / it - / r I r I� I Fr Cn I I, II �� I'I � '- I I I i ti i I I f II , �j y., V W CW r 70 C N co jx � ; R a a e - I I I� I I I'I � f II , �j y., V W CW r 70 C N co jx � ; R a a e E3 O aN 0 N N n U ON N DD N O p O x yk U 4 E W OD . a0 of z .� E- 0 Q 3 u Q Uf W CQ zz x E U waa a 0 o w am 0E-3 Z O E W E- . .za E U O pa Q Q x M W Wa E M Z a Cl) z a a z o_ E Q Q a O aN 0 N N n U Q DECLARATIONS COMMERCIAL VEHICLE POLICY RENEWAL DECLARATION * PLEASE PAY THE PREMIUM RENEWAL OF POLICY INDICATED ON THE INVOICE BELOW BY 09/15/97 C 712047 POLICY NUMBER aim "Il-, "_ "' AGENT — TELEPHONE NUMBER * AGENCY C 7120479 09/15/97 03/15/98 ST 805— 472 -2368 YR 4071 NAMED INSURED AND ADDRESS CLASS AGEIJT CA 055 SEVEN C'S CONSTRUCTION INC SEA COAST INS 4071 00 34101 VIOLET LANTERN STREET AGCY INC 96 ENO DANA POINT CA 92629 6601 7E331 BRYSON HESPRIA 055 96 HIRED CAR BRADLEY CA 93426 AVERAGE * * * * * SCHEDULE OF COVERAGES USED IN RATING COMMERCIAL VEHICLES----- - - - - -- COVERAGES LIMITS OF LIABILITY PREMIUM COMB SINGLE LIMIT LIAB $1,000,000 EA ACCIDENT $987.00 MEDICAL PAYMENTS $5,000 PER PERSON $19.00 UNINSURED MOTORISTS —BI $30,000 EA PERSON $60,000 EA ACCIDENT $27.00 TOTAL PREMIUM $1033.00 * * * * APPLICABLE FORMS FORM# DATE FORM# DATE FORM# DATE FORM# DATE FORM# DATE 324 -50 0366 U644 0186 U672 0194 U651 0592 U652 0592 J609 0185 COMMERCIAL RATE MODIFICATIONS — — — — — LIAB.= 0.800,PHYS DAM-0.800 * * * * * SCHEDULE OF COVERED UNITS * * * * * * * * * * P UNIT ST TER YR DESCRIPTION SERIAL NUMBER BODY SYM RADIUS CLASS 001 CA 055 79 FORD LT8000 DUMP UBODVFC5238 50 31179 002 CA 055 96 ENO NA 6601 003 CA 055 96 HIRED CAR NA 5000 6611 AVERAGE POINT COUNT USED IN RATING COMMERCIAL VEHICLES----- - - - - -- 1 COMMERCIAL RATE MODIFICATIONS — — — — — LIAB.= 0.800,PHYS DAM-0.800 * * * * * P R E M I U M S * * ** RED UM —BI UM —PD ADDED NAMED DEDUCTIBLE TOTAL UNIT LIAB PAY MTRST /CDW EQUIP COMP PERIL COLL NAPR COMP COLL PREMIUM 001 $848 $19 $27 XXXX XXXX XXXX $894.0 002 $101 XXXX XXXX XXXX $101.0 003 $38 XXXX XXXX XXXX $38.0 aa, 0n 71 DECLARATIONS - "- COMMERCIAL VEHICLE POLICY RENEWAL DECLARATION * PLEASE PAY THE PREMIUM RENEWAL OF POLICY INDICATED ON THE INVOICE BELOW BY 09/15/97 C 712047 POLICY NUMBER 1 neon - -- ra I AGENT — TELEPHONE NUMBER AGENCY C 7120479 09/15/97 03/15/98 805- 472 -2368 4071 NAMED INSURED AND ADDRESS AGENT SEVEN C'S CONSTRUCTION INC SEA COAST INS 4071 00 34101 VIOLET LANTERN STREET AGCY INC DANA POINT CA 92629 76331 BRYSON HESPRIA BRADLEY CA 93426 7IMPLOYERS NON- OWNERSHIP /HIRED CAR COVERAGE LIMITS ARE EQUAL TO THE BODILY INJURY, PROPERTY DAMAGE LIMITS AS SHOWN ON THE DECLARATIONS. * * * * x DRIVERS * * * * * IVER ID DRIVER NAME LICENSE NUMBER BIRTH DATE POINTS DISC. O1 CORNISH KELLY N3614755 09/13/57 1 * * * * * ADDITIONAL INTERESTED PARTIES UNIT ADD'L INS UNIT ADD'L INS 000 MISSION VIEJO COMPANY 000 BLUE DIAMOND MATERIALS, 26137 LA PAZ RD LIVINGSTON GRAHAM MISSION VIEJO CA 92691 110 E ORANGETHORPE AVE ANAHEIM CA 92801 D00 SULLY MILLER CONTRACTING CO SOUTHWEST CONST MAT & SERVICES 110 E ORANGETHORPE AVE ANAHEIM CA 92801 D00 CITY OF DANA POINT 33282 GOLDEN POINT DANA POINT CA 92629 D01 CITY OF VISTA ATTN:TONY TIRADO 600 EYCALPTUS AVE VISTA CA 92085 DO1 CITY OF LA MESA 8130ALLISON AVE LA MESA CA 91944 0a;2 71 000 LAKE ELSINORE VALLEY MUNICIPAL WATER DISTRICT P 0 BOX 3000 LAKE ELSINORE CA 92531 001 CITY OF SAN JUAN CAPISTRANO 32400 PASEO ADELANTO SAN JUAN CAPISTRANO, CA 92675 001 HOUSING AUTHORITY OF THE COUNTY OF RIVERSIDE 5555 ARLINGTON AVE RIVERSIDE CA 92504 001 CAPISTRANO BCH WATER DISTRICT P.O. BOX 2008 CAPISTRANO BEACH CA 92624 DECLARATIONS COMMERCIAL VEHICLE POLICY RENEWAL DECLARATION * PLEASE PAY THE PREMIUM RENEWAL OF POLICY INDICATED ON THE INVOICE BELOW BY 09/15/97 C 712047 POLICY NUMBER vRom "O''`' - 10 AGENT - TELEPHONE NUMBER AGENCY C 7120479 09/15/97 03/15/98 805- 472 -2366 4071 NAMED INSURED AND ADDRESS I AGENT SEVEN C'S CONSTRUCTION INC SEA COAST INS 4071 00 34101 VIOLET LANTERN STREET AGCY INC DANA POINT CA 92629 76331 BRYSON HESPRIA BRADLEY CA 93426 * * * ADDITIONAL INTERESTED PARTIES NIT ADD'L INS UNIT ADD'L INS 01 THE CITY OF BREA 001 THE CITY OF NEWPORT BEACH 1 CIVIC CENTER CIRCLE 3300 NEWPORT BLVD BREA CA 92821 NEWPORT BEACH CA 92658 01 CITY OF COSTA MESA 77 FAIR DRIVE COSTA MESA CA 92628 ISSUE DATE 06/29/97 POLICY PERIOD- 12 :01 AM STANDARD TIME 001 COUNTY OF ORANGE ORANGE CNTY FLOOD CNTRL DSTRCT 10852 DOUGLAS RD ANAHEIM CA 92806 MILEAGE LIMITATION ENDORSEMENT In consideration of the premium charged in the policy, it is hereby understood and agreed that coverage is null, void and of no effect if regular or frequent trips are made, during the course of business, outside a 50 mile radius of the principal garaging point as stated in the Declarations. The terms of this endorsement will not apply with respect 1.o the interest of any lessor or loss payable named on the policy. Nothing herein contained shall be held to vary, alter, waive or extend any terms, limits of liability, conditions or exclusions of the policy to which this endorsement is attached, other than as stated above. Financial Indemnity Company je Secretary President This endorsement must be attached to the revision Declarations when issued after the policy is written. V -31 103i8e1 SINGLE LIMIT OF LIABILITY It is agreed that the Limits of Liability provision in PART I - LIABILITY of the policy is amended to read: LIMIT OF LIABILITY The limit of liability shown to the Declarations is our maximum for bodily injury and property damage sustained in any one accident. We will pay no more than this maximum regardless of the number of vehicles described in the Declarations, insureds, claims, claimants, policies, or vehicles involved in the accident. Any amount payable under this coverage to or for an injured person will be reduced by any payment made to the person under the Medical Payments, Personal Injury Protection Benefits, and /or Uninsured Motorist Coverage of this policy. We will apply the limit of liability to provide any separate limits required by law for bodily injury liability and property damage liability. This provision, however, will not change our total limit of liability. Secretary President n1 41 IOljgbl LESSOR'S ENDORSEMENT It is agreed that the insurance afforded by the policy for bodily injury liability, property damage liability and any required no -fault coverage with respect to an insured automobile applies to the lessor subject to the following additional provisions: 1 The insurance applies only to the lessor's liability for bodily injury or property damage arising out of the acts or omissions of: a the named insured; b any employee or agent of the named insured; c any person, except the lessor or any employee or agent of the lessor, operating an insured automobile with the permission of any of the above. 2 As used in this endorsement, "insured automobile" means an automobile named in the Declarations. 3 If the company cancels the policy, notice will be mailec to the lessor according to the "Cancellation" Condition. 4 Cancellation ends this insurance. 5 The lessor is not liable for payment of premiums. Nothing herein contained shalt be held to vary, alter, waive, or extend any of the terms, limits of liability, conditions or exclusions of the policy to which this endorsement is attached, other than as stated above. Financial Indemnity Company Secretary President This endorsement must be attached to the revision Declarations when issued after the policy is written. UbN (01185) n� m o� u� 1 0 :� t\ V x A vi i° ri r R± 7: --I � {1 f i r. ui s> r" C+ N . ?; 0 ® <vT ro i z °z m C 3m zoz 7 ® Z C k n or c Z ® >.z mm z a ® K x A vi i° ri r R± 7: --I � {1 f i r. ui s> r" C+ N . CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 October 7,1997 Seven C's Construction, Inc. P.O. Box 4018 Dana Point, CA 92629 (714) 6443005 Subject: Contract No. 3111 - West Newport Sewer Main Replacement Project On July 28, 1997, 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 of Completion was recorded by the Orange County Recorder on August 11, 1997, Reference No. 19970382272. The Surety for the contract is Intercargo Insurance Company, and the bond number is LF01- 04567. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk LH:lm cc: Public Works Department 3300 Newport Boulevard, Newport Beach September 16, 1997 Ms. Trisha Cornish Seven C's Construction, Inc. 34101 Violet Lantern Street Dana Point, CA 92629 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3311 Subject: West Newport Beach Sewer Main Replacement, Contract No. C -3111 Dear Ms. Cornish: Reference is made to your letter, dated September 5, 1997, requesting payment be made to White Cap Industries and U S Rentals from retention due to you. As there are several other "Stop Notices" that have been filed on this project and the total amount of stop notices exceed the amount held in retention, we are unable to comply with your request. Our records show the following stop notices, copies of which are enclosed, that have not been released: Claimant White Cap Industries, Inc. Inland Concrete Enterprises, Inc. Associated Ready Mix Concrete, Inc. Industrial Asphalt Ben's Paving & Seal Coating, Inc. US Rentals Amount $5,256.05 $1,148.00 $23,352.99 $5,083.95 ✓ $7,680.00 $9,283.63 TOTAL $51,804.62 A "Notice of Completion" was filed and recorded in the County of Orange on August 11, 1997 with the intent to release the bonds 35 days thereafter and make the retention payment. However, the City cannot release retention until all "Stop Notices" are satisfied and releases are submitted to the City. Our records show that the City holds retention in the amount of $20,044.38. The City will retain $5,000 for liquidated damages and $294.07 for the cost of the sign replacement, which leaves a total available retention of $14,750.31. Please call either Horst Hlawaty or me at (714) 644 -3311 if you have any questions. Sincerely, Bill Patapoff, P.E. Of City Engineer l < / By: Horst Hlawaty, P.E. Construction Engineer cc: City Attorney City Clerk Inland Surety Enclosures 3300 Newport Boulevard, Newport Beach RECORDING REQUESTS -kY ANI Recorded in the County of uranye, California WHEN RECORDED RETURN TO: Gary L. Granville, Clerk /Recorder 11111111111111111111111111111111111111111111111111111111111111111 No Fee 19910382212 10: 36am 08g1W E r: F n City Clerk 005 22027918 22 25 Cit ofwpNewptort Beach N12 1 7.00 0.00 0.00 0.00 0.00 0.00 Newport Beach, CA Boulevard '97 AUG 19 A 9 :53 CIIY CLERK "Exempt from recording fees purU,POF8= WPORTBEACH to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Seven C's Construction, Inc. as Contractor, entered into a Contract on November 12, 1996 Said Contract set forth certain improvements, as follows: West Newport Sewer Main Replacement Project - Contract No. 3111 Work on said Contract was completed on June 16, 1997 and was found to be acceptable on July 28, 1997 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Company Intercargo Insurance BY Publ' &S Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on Newport Beach, California. /. / %'r BY City Clerk , at M Aye mot of 'p'ov 40firt CITY OF NEWPORT BEACH, attn: MIKE SINACORI Con iruction Leader (orparzy with wham Stop Notice was filed) PO BOX 1768, NEWPORT BEACH, CA. 92658 (Address) You are hereby notified that the undersigned claimant releases that certain Stop Notice dated 8/4/97 intlleamountof$ 6,570.06 against CITY OF NEWPORT BEACH SEVEN C's CONSTRUCTION in connection with the work of improvement known as in the Ciry of NEWPORT BEACH Date 10/3/97 as owner or public body and as prime contractor SEWER MAIN REPLACEMENT, C -3111 NEWPORT BEACH,CA County of ORANGE Name of Claimant 11i H t 9 "' " No�mst (Firm Name) By�� — =- (Signalure) ROBERT D. FRAZIER, CREDIT MGR. (Of juial Capacity) VERIFICATION of California. I, the undersigned, state; I am the agent of ( "Agent of ", "President of ", APartner of ", "Owner of ", act.) the claimant named in the foregoing Release; I have read said Release of Stop Notice and known the contents thereof, and I certify that the same is true of my own knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on 10/3/97 State of CALIFORNIA ,19 ,at COSTA MESA (Signature of Claimant or Authorized Agent) ROBERT D. FRAZIER, CREDIT MGR. R � v� +(•. 4,� Atop '�vi NOTICETO city of Newport Beach, ATTN: *tike Sir._cori (Name of Public Body or Le'""') PO Box 1768, Newport Beach, Ca 92658 (Ad,,ess (If Public Job — file with office of controller, auditor, or other public disbursing officer whose duty is to make payments under provisions of the contract.) (If Private Job — file with responsible officer or person at office or branch of consuucti( n lender administering the construction funds.) Prime Contractor: Seven C's Construction Sub Contractor (If Any) NA Owner of Public Body: City Of Newport Beach Improvement known as Sewer Main Replacement (Nmre a," ad s C -3111, New��orI Beach, CA tf pro,,-.I or o/ irzpro0etunl) in the City of Newport Beach County of Orange — -- State of Ca11fOrnia. White Cap Industries, Inc. ci;a Corporation mant, a _ — (c!aint�n;) `(Corporalio.JPr ✓lr.er.Atip /Solo Proprietorship} furnished certain labor, service, equipment or materials used in the above described .vork of improvement The name of the person or company by whom claimant was employed or to whom Hamann fu: nished labor, service, equipment cr materials is Seven C's Construction —.. _- (Name of S+LcoNre[tor,`Conheclor(OwnerJ uL:z r) The kind of labor, service, equipment or materials furnished a agreed to be furnished by claiimuil was construction hardware S mac. ^ri.,iLs Total value of labor, service, equipment or materials agreed to be f -nishcd .. ..............................5 5,256.0c Total value of labor, service, equipment or materials actually furnished is ..... ..............................$ —5 '- -56.05 Credit for materials resumed, if any .............................................................. ............................... 0.00 Amount paid on account, if any ..................................................................... ..............................5 0.00 Amount due after deducting all just credits and offsets ............... .......................... ............ ........ .. S 5 , 256.05 YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by on U :c a'cove described project to satisfy claimara's demand in the amount of $ 6 , 570.06 as provided in Sections 3156 through 3214 of the Civil Code, and in addition thereto stuns sufficient to cover interest, court costs and reasonable costs of liugalien, as provided by law. A bond Date 8/4/97 is not (u /is nor) aeached.(Bond required on private jobs - not on public jobs.) Name of Claimant t "hite Cap Industries, Inc. — By i2oberC D. -Frazier, Credit Manager — �— (O�ce; Capvcity) VERIFICATION I, the undersigned, state : I am the went of (' "ogeru of" " "prerulenf of .. "a partao of" "owiw of" ect ) the claimant named in the foregoing Stop Notice; I have read said claim of Stop notice 2 -A known Unc contents thereof, and I certify that the same is true of my own knowledge. I certify (or declare) under penalty of perjury under the laws os the State of California that the foregoing is we and correct. Executed on 8/4/97 ,19 - -,at Costa Mesa California. (Sig name of Cia Dwn! or ,tmdwrized Agerl) Robert 1). Frazier, Credit Manager • Release of Stop Notice TOt CITY OF NEWPORT BEACH C/O MICHAEL SINACORI Construction Leader (or party with whom Stop Notice was filed) P.O. BOX 1768, NWEPORT BEACH, CA 92658 (Address) You are hereby notified that the undersigned claimant releases that certain Stop Notice dated AUGUST 5, 1997 , in the amount of $ 9,283.63 against CITY OF NEWPORT BEACH as owner or public body and SEVEN C'S CONSTRUCTION as prime contractor in connection with the work of improvement known as CONTRACT NO. 3111 @ "WEST NEWPORT BEACH SEWER & MAIN REPLACEMENT @ 24TH STREET, NEWPORT BLVD., & BALBOA, NEWPORT BEACH,CA in the City of State of California. NEWPORT BEACH Date OCTOBER 2, 1997 , County of Name of Claimant By VERIFICATION ORANGE DIVISION CREDIT MANAGER 1, the undersigned, state: 1 am the AGENT OF— "DIVISION CREDIT MANAGER" ("ARenf of", "President n / ",' A Partner o/" "Owner nJ', rtc.) the claimant named in the foregoing Release; I have read said Release of Stop Notice and know the contents thereof, and I certify that the same is true of my own knowledge. . I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on OCTOBER 2, 1 7 I IN X State of CALIFORNIA (S tore a nt or Author.. Agent) DENNIS C. WATERS /DIVISION CREDIT MANAGER RICA FORM 5 (REV. 2/87) 0 USRentals Reg wal Credit 0(+ +:.e AMERICA'S EQUIPMENT RENTAL LEAOCR P0. Box 16399. Irvine CA 926236399 • Phone (7a ) 864 110U Fay, (7 14) 8621110 AUGUST 5, 1997 INLAND SURETY CO. ATTN: KEN COATE O O 8308 MAGNOLIA n RIVERSIDE, CA 92504 RE: BOND S0. PRINCIPAI, SEVEN CIS CONST. OBLIGEE CITY OF NEWPORT 11EACN `iUc(S?S "I'S;r:CTOR: SAME AS PRINCIPAL 'RO.1f:CT b;EST HE4,!PORT REACH SEWER PtAIP: CON'i'HACT NO,. 31.11 241H ST. b NFI -!PORT BiAYD. , & BALBOr.. Pear Sirs, NE6:PORT BEACH, CA G.S. Rentals, Icc. Ce17Ced ConseruCCioa, equip:ECnt lP SEi'I%!s on the ahove referenced n.ojecc fro::i JANUARY 1997 throur.,`.1 P_'i The Cotal due on cLis pc,Ije:'c is S 92_83_.63 ..:au:. liT e to pursue cur ri.ChCS under tllfs payou?nC bond posccd br S:';EN (:'_ CONST. CO CO'ICCC the amol:nC due. Thank you in advance for your prompC at Cenci.ou Co this :n.^ -t Cer. f: lco should have anv questions, p'eaSO Cpl.'. me ZIC (714) 248- 57i0. i SiICer-1y, wild uel�1) R,on a }', pucEr tc Cre it I'ianage c : CITY OF NEI:PORT B1; ^,'U SEVEN C'S CONST. ey CONSTRUCTION FUNDS STOP NOTICE CALIFORNIA CIVIL CODE SECTION 3103,3181- 3187 -------------------------------------------------------------------- NOTICE TO FOR THE PROJECT AT: CITY OF NEWPORT BEACH C# 3111 C/O MICHAEL SINACORI 24TH ST 8 NEWPORT BLVD & P.O. BOX 1768 BALBOA, NEWPORT BEACH CA NEWPORT BEACH, CA 92658 "WEST NEWPORT BEACH SEWER MAIN REPLACEMENT" CLAIMANT COMPANY ORANGE COUNTY has furnished, or agreed to 'furnish, the following US RENTALS labor, services, equipment or materials: ATTN: RHONDA Y. PUCKETT MISC. RENTAL OF CONST., P.O. BOX 16399 EQUIPMENT. IRVINE, CA 92623 -6399 SEVEN C'S CONST and these materials were requested by P 0 BOX 4018 and furnished to or for the following DANA POINT CA 92629 person(s) or company - - - - - - - - - > Total value of the entire amount of labor and materials agreed to be furnished . , . , id jl, Value furnished to date 11,761.33 .. ............................... Refunds or credits given , , , , , , , , , , , , , , , , , , , , , , , , , , , ,, , ,, 0.00 Payments received by Claimant to date .... . . . ... . . . . . ........ ( 2,477.70 j Total amount due Claimant after all credits and offsets 9,283.63 .............. YOU ARE HEREBY NOTIFIED to withhold sufficient funds to satisfy claimant's demand in the amount of 5 9,283.63 an in addi n to due amount, snds to cover interest, court costs and reasonable litigation costs, to the extent prov)ded by law. COMPANY: US RENTALS (Claimant} -/' BY' V E R I� F I C A \Tjf O N I, the undersigned say: I am the AGENT OF— "CREDIT MANAGER" _ the claimant ['Owner of,'President of,'Agent of, ETC I named in the foregoing Stop Notice, I haver Stop Notice and know the contents thereof the same is true of my orm knowledge. I declare under penalty of pe ury under t e laws of the State of rnia that the foregoing is true and correct Executed on AUGUST 5, 1997 at IRVINE CA 92612 [Date) ( [Year ( it I — (Statefzip) By: REQUES FOR NO CE F ELECTION / ( rivafe Works Only) If an election is made not to withhold funds pursuant to this stop notice by reason of a payment bond having been recorded in accordance with Sections 3235 or 3162, PLEASE SEND NOTICE of such election and a copy of the bond within 30 days of such election in the enclosed preaddressed stamped envelope. This information must be provided by you under Civil Code Sections 3159, 3161, 3162. Signed: Forms by Capmnos Inc. i Claimant must enclose self- addressed stamped envelope I r 0 • NOTICE TO PRINCIPAL AND SURETY ON PAYMENT BOND ON PUBLIC WORK (CIVIL CODE H 3252 & 3243) To: SEVEN C'S CONST. P.O. BOX 4018 © Q DANA POINT, CA 92629 ame us o/ nnnfa To: INLAND SURETY CO. A'1 "PN: KEN COATh: MAGNOLIA RIVERSIDE, CA 92504 /Name & A f&r S' If Sure(y) " . cnd each of you, are hereby notified that RENTALS, INC. %; \'a me � :'Pmm� a: i� irm Fwnuhi.lg Labor. ?rav _;�me u, or 4fmoio i) �zs :urnished labor, se'-Vic'-S, equipment, or mate al cf :mn . `ollowing general description_ MISC. RENTAL OF COSSTRUCTIOi :QUIPMENI'. 2. •G zr.e.a! ers,:ptmc of Labor. Sr,..rce c ; ;u,pm,<, -� o• Valer,o!) 'o_ the buildine, structure, or oche; work of improvement located at GOS'1'iL�CT 1\10. 3111 ''1,'EST NP.NPORT BEACH SEWER MAIN REPLACEMENT" @ 24TH ST., NEWPORT BLVD., & BALBOA, NEWPORT BEACH, CA (AL::',S' of D<cenption of the lob Sit, SuSjiuenl LDr fde� :y "Itmionf — The name of the person or firm who contracted for the purchase of such labor, services, cquipment, or matenal is: SEVEN C'S CONS'1'. 'Whom the Lebo,, $ery :c er. i :ou :proem. or kfinerial were The amount in value, its near as may be detennined, of any labor, services, equipment, or materials already furnished, or to be furnished, is J ',j, 283. 63 Dace: AUGUST 5, 199-/ Name of Chun IaCINf. A 1: cc: CITY OF NEWPORT BEACH -- -- Gam 12 IAw, I NS) BIU(21n 251 I I W A Ca¢Mv DOI Rot -m9a lCRED1T F, 7r, Release of Stop Notice TO: City of Newport Beach (Construction Lender, Public Body, or party with whom Stop Notice was filed) 3300 Newport Blvd Newport Beach California (Address) You are hereby notified that the undersigned claimant releases that certain Stop Notice dated August 13 1997 in the amount of $ 7 680 00 against City of Newport Beach as owner or public body and Seven C's Construction Canpany 34101 Violette Lantern Street, Dana as prime contractor Point, CA 92629 in connection with the work of improvement known as 31 St Street Between Ocean Front and Balboa Blvd., 32nd Street, From Marcus Avenue to Newport Blvd., Newport Beach, CA in the City of Newport Beach , County of Orange State of California. Date October 6, 1997 Name of Claimant: Ben's Asphalt & Seal Coating Inc. 13 me��� y (Signature) �"- Ten Braden, Credit Manager (Authorized Capacity) VERIFICATION I, the undersigned, state: I am the Agent Of Ben's Asphalt & Seal COatinq Inc. ( "Agent of" "President of" "A Partner of "Owner of etc.) the claimant named in the foregoing Release; I have read said Release of Stop Notice and know the contents thereof, and I certify that the same is true of my own knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on October 6 * * * * * * * * * * * * * * * * ** 19 97 atGarden Grove, County of Orange State of Teri Braden, Credit Manager BICA FORM 5 50M (A.. 2/8]) Stop Notice CALIFORNIA CIVIL CODE SECTION 3103 7 NOTI l6 REV ENewport Beach , A 4 A i 19 A A (Name of Construction Lender, Public Body or Owneol t4 ❑ O p`Q:PRl 3300 Newport Blvd., Newport Beach California (Address) (If PrSIte A6 - 14ileAtA&ponsible officer or person at office or branch of construction lender administering the construction funds or with the owner — CIVIL CODE SECTIONS 3156 - 3175) (If Public Job — file with office of controller, auditor, or other public disbursing officer whose duty it is to make p Gl I T JF dl�$ §�1 �%Ihe contract — CIVIL CODE SECTIONS 3179 - 3214) Prima Contractor: Seven C's Construction Company 34101 Violette Lantern Street, Dana P Sub Contractor (If Any) CA 92629 Owner or Public Body: City of Newport Beach Public works Improvement known as in the City of Newport Beach County of State of California. from Ben's Asphalt & Seal Coating Inc Claimant,a California Corporation (Claimant) (Corporation /Partnership /Sole Proprietorship) furnished certain labor, service, equipment or materials used in the above described work of improvement. The name of the person or company by whom claimant was employed or to whom claimant furnished labor, service, equipment, or materials is Seven C's Construction Omparty (Name of Subcontractor /Contractor /Owner - Builder) 34101 Violette Lantern Street, Dana Point, CA 92629 The kind of labor, service, equipment, or materials furnished or agreed to be furnished by claimant was Asphalt. Concrete, labor & Equipment Total value of labor, service, equipment, or materials agreed to be furnished......... $7.680.00 Total value of labor, service, equipment, or materials actually furnished is............ $7,680.00 Credit for materials returned, if any ............................... ............................... $ 0– Amount paid on account, if any .................................... ............................... $ 0 Amount due after deducting all just credits and offsets ...... ............................... $7,680 -00 YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project to satisfy claimant's demand in the amount of $ 7, 680.00 and in addition thereto sums sufficient to cover interest, court costs and re; ;unable costs of litigation, as provided by law. A bond (CIVIL CODE SECTI ,': 1083) (is /is not) attached. (Bond required with Stop Notice served on constructions lender on private jobs — bond not required on public jobs or on Stop Notice served on owner on private jobs). Date August 13, 1997 Name of Claimant Ben's Asphalt & Seal Coating Inc. (Firm Name) VERIFICATION I, the undersigned, state: I am the Controller of Ben's Asphalt & Seal Coating Inc. (`;9gem of'; `President o ': '%4 Partner oj', "Owner of'; etc.) the claimant named in the foregoing Stop Notice; I have read said claim of Stop Notice and know the contents thereof, and I certify that the same is true of my own knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on August 13th * * * * * * * * * * * * * * ** *1997 at Grove, County of Orange State of California (SigFrature of Claimirnt or Au r n0 REQUEST FOR NOTICE OF ELECTION (Private Works Only) If an election is made not to withhold funds pursuant to this stop notice by reason of a payment bond having been recorded in accordance with Sections 3235 or 3162, please send notice of such election and a copy of the bond within 30 days of such election in the enclosed preaddressed stamped envelope to the address of the claimant shown above. This information must be provided by you under Civil Code Sections 3159, 3161 or 3162. Signed: /Claimant must enclose self addressed cramped envelope) RELEASE OF STOP NOTICE TO: City of Newport Beach, ATTN: Construction Funds Disbursing Officer P.O_ Box 1768, Newport Beach, CA 92658 Construction Lender (or party with whom Stop Notice was filed: You are hereby notified that the undersigned claimant, INDUSTRIAL ASPHALT, releases that certain Stop Notice dated:. August 13, 1997 , In the amount of $ 5,083.9 against: City of New Part Beach as the owner or public body and Seven C's Construction Inc. as the prime contractor in connection with the work or improvement Known as: 31st Street & Balhoa, Sewer Maint,Reeplacement Job# C311 in the City of Newport Beach County of Ora�nee State of California. Date: October 2, 1997 Name of Claimant: WDUSTRIAL I ' l ASPHALT By: W —;7 Sandy Weissenbacher Title: Corporate Credit Manager VERIFICATION I, the undersigned, state: I am the Corporate Credit Manager of Industrial Asphalt, the claimant named in the foregoing Release; I have read said Release to Stop Notice and know the contents thereof, and I certify that the same is true to my own knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on October 2, 1997 ,at JAS AN F, California. By: G G Authorized Agent � a � STOP NOTICE 0 CALIFORNIA CIVIL CODE SECTION 3103 0-:3111 P O BOX 1765, NEWPORT BEACH, CA 92658 - (Name of Construction Lender, Public Body or Owner) W AU t G 1 4 A10 :54 (If Private Job -file with responsible officer or person at office or branch of construction lender administering the construction funds or with the owner - CIVIL CODE SECTIONS 3156 -3175) OFFICE OF ThE CITY CLERK (If Public Job -file with office of controller, auditor, or other public disbursing offs bTU6sSiddl"Ts8EA(*e payments under provisions of the contract - CIVIL CODE SECTION 3179 -3214) Prime Contractor: SEVEN C'S CONSTRUCTION INS Sub Contractor (if any): NONE Owner or Public Body: CITY OF NEW PORT REACH Improvement known as: 31ST STREET & BALBOA, SEWER MAINT. REPLACEMENT JOB# C311 and address of project or work of improvement) in the City of NEWPORT BEACH S OiTNTY OF ORANOE.__State of California. INDUSTRIAL ASPHALT, a Claimant, furnished certain labor, service, equipment or materials used in the above described work of improvement. The name of the person or company by whom claimant was employed or to whom claimant furnished labor, service, equipment, or materials is SEVEN C'S CONSTRUCTION INC. . The kind of labor, service, equipment, or materials furnished or agreed to be furnished by claimant was: ASPHALTIC CONCRETE & RELATED ITEMS. Total value of labor, service, equipment or materials agreed to be furnished .............$ 5,083.95 Total value of labor, service, equipment or materials actually furnished ................... $ 5,083.95 Credit for materials returned, if any .............................. ............................... $ NONE. Amount paid on account, if any ..................................... ..............................$ NONE. Amount due after deducting all just credits and offsets .................. ......................$ 5,083-95 YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project to satisfy claimant's demand in the amount of $5,083.95 and in addition thereto sums sufficient to cover interest, court costs and reasonable cost of litigation, as provided by law. A bond (CIVIL CODE SECTION 3083) IS NOT attached. (Bond required with Stop Notice served on construction lender on private jobs - bond not required on public jobs or on Stop Notice served on owner on private jobs.) Date: August 13, 1997 Name of Claimant: INDUSTRIAL ASPHALT _.-Los-Angeles. CA 90065 P.0 Box 2950 p.,- By: Andy Weissenbacher, Credit Administrator VERIFICATION I, the undersigned, state: I am the CREDIT ADMINISTRATOR ( "Agent of', "President of', A Partner of', "Owner of', etc.) the claimant named in the foregoing Stop Notice; I have read said claim of Stop Notice and know the contents thereof, and I certify that the same is true of my own knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on August 13, 1997, at Los Angeles, State of California. ignature of Claimant of Authorized Agent) REQUEST FOR NOTICE OF ELECTION (Private Works Only) If an election is made not to withhold funds pursuant to this stop notice by reason of payment bond having been recorded in accordance with sections 3235 or 3162, please send notice of such election and a copy of the bond within 30 days of such election in the enclosed preaddressed stamped envelope to the address of the claimant shown above. This information must be provided by you under Civil Code Sections 3159, 3161 or 3162. Signed- i Release of Stop Noll* TO: CITY OF NEWPORT BEACH PUBLIC WORKS CONTRACT ADMIN. Conslruclion Lcodcr for parry with whom Stop Notice was /sled) PO BOX 1768, NEWPORT BEACH,CA 92658 You arc hereby notified that the undersigned claimant releases shat cell a in Stop Notice dated 8 -19 -97 ,in lilt amountofS 23,352.99 against City of Ne w Port Beach as owner or public body and SEVEN C,s CONSTRUCTION INC. as prime contractor in connection with the work of improvement known as CONTRACT# C 3111 WEST NEWPORT BEACH SEWER MAIN REPLACEMENT AT 29TH & BALBOA In the City of NEWPORT BEACH Date 10 =6 —g7 , County of ORANGE , State of California. Na ncofClaimant By ASSOCIATED READY MIX CONCRETE 4621 TELLER AVE. S., It100•CREDIT NEWPORT REACH_ CA 42660 VERIFICATION 1, [lie undersigned, slate :l am the AGENT OF AS CREDIT ADMINISTRATOR I "Agent of'. "Preilde t of', "A Partarrof' "DK•nerof', etc.) the claimant named in the foregoing Release; I have read said Release of Stop Notice and know the contents thereof, and 1 certify that the same is true of lily own knowledge. certify (err declare) under penalty of perjury under lilt laws of the State of Californis that the foregoing is Irue and correct. Executed oil 10 -6 -97 , 19 ,ut NEWPORT BEACH.CAI,IF. California. ' ~� 14 or Authorized Agent) NOTICE TO Stop Notico CITY OF NEWPORT BEACH PUBLIC WORKS DEC I Nomr of ruhllr Aod • or Lunde,) PO BOX 1768 „NEWPORT BEACH,CA 92658 _ (Addrelt) (If Public Jub — file Willi office of controller, auditor, or other public disbursing officer %VWM payulents under III ovision$of litecontract.) „_e (If Private Job —file Willi responsible officer or person at office or branch of construction l6a construction funds.) urn T_ PrinuConlraclor. SubContraclot (I( Any) RUCTION INC. Owner or Public Body: CITY OF NEWPORT PUBLIC WORKS DEPT. duty it is to tAc admvriislerbn�le R A Improvement known as CONTRACT# C -3111 WEST NEWPORT BEACH SEWER,MAIN (Name and address o/ pro)erl or work of Improremenl) REPLACEMENT AT 29th & BALBOA in Tile City of NFWPn RT REACH ,County of ORANGE State of California. ASSnCTATED READY MIX CONCRETE INC.,clalmant,a CORPORATION (claimant) (Corpora Non/ rorrnerAlp /sole Proprietorship) furnished certain labor, service, equipment or materials used in the above described work of Improvement. The name of the person or company by whom claimant was employed or to whom claimant furnished labor, service, equipment or materials is (Naore o/Snhromrarlor /Contrarsor /Owner- Bnllder) SEVEN r” a nnNgTRTJCTTON ('0. 'File kind of labor, service, equipment or materials furnished or agreed to be furnished by claimant was READY MIX CONCRETE (drtc4hr In detoll) Total value of labor, service, equipment or materials agreed to be Gunished .............S 23r352.99 Total value of labor, service, equipment or materials actually furnished is ...............5 Credit for materials returned, If any ................ ..............................S Amount paid on account, if any .................... ..............................S 23,352.99 Amount due after deducting alijust credits and offsets . ..............................S 23,352.99 YOU ARE IIEREBY NOTIFIED to withhold sufficient monies held by you on lire above described project to satisfy claimant's deniand In the amount of S 2_ 3 , 3.5 2 - P$ provided In Sections 3156 through 3214 of the Civil Code, and in addition thereto $1111111 sufficient to cover interest, court costs and reasonable costs of litigation, as provided by law. A bond —IS —NOT attached. (Bond required on private jobs — not on public jobs.) (lr /h nor) Dale 8 -19 -97 IIziauu TEH WtRUT MIX CONCRETE PLEASE SUPPLY US COPY OF THE Nettie of 4621 TELLER AV # 00 -CRE01 PAYMENT BOND (4 PAGES),SO K 66� WE MAY FILE A CLAIM.ALSO py_ TnNV NNrfl1Q753.2800 HAS THE CONTRACTOR BEEN PAID? ITT —T:i" PLEASE PROVIDE DETAILS. VERIFICATION 1, the undersigned, stale: I am tile _ —_ AGENT nF AS r`RFr1TT AUMTNTq'PRATnR ('•agent of. "president of'. "a pormer of "owner of'. etc.) the claimant named in tilt foregoing Stop Notice; 1 have reed said claim of Slop Notice and know the contents (hereof, and I certify drat the same i$ Irue of my own knowledge. 1 certify (or declare) under penally of perjury under the laws of the Slate of California that the foregoing is true and correct. Executed oil 8 -20 -97 ,l9 —.. -NEWPORT BEACH r F>ItI bRNIA California. (Slgngs eofOdorant orArohorhe ) To: NOTICE TO PRINCIPAL AND SURETY ON PAYMENT BOND ON PUBLIC WORK (CIVIL CODE H 3252 & 3253) CITY OF NEWPORT BEACH CITY CLERK OFFICE PO BOX 1768 NEWPORT BEACH,CA 92658 ame & Address of nncipa To: INTERCARGO INSURANCE CO. 8308 MAGNOLIA AVE RIVERSIDE CA 92504 (Name & Address ofSwety) CLAIMS DEPT. You, and each of you, are hereby notified that _ ASSOCIATED READY MIX CONCRETE INC. (Narn , of Person or Finn Fwnifhing labor, Services, Equiprnem, or Material) has furnished labor, services, equipment, or material of the following general description: READY MIX CONCRETE (General description of Labor, Services, Equipment or Material) for the building, structure, or other work of improvement located at CONTRACT# C -3111 WEST NEWPORT BEACH SEWER MAIN REPLACEMENT AT 29th ST & BALBOA NEWPORT BEACH (Address or Description of the Job Site Sufficient for Identification) The name of the person or firm who contracted for the purchase of such labor, services, equipment, or material is: SEVEN CIS CONSTRUCTION CO. (Narne of Person to or for Whom the Labor, Services, Equipnent, or Material were Fwnisbed) The amount in value, as near as may be determined, of any labor, services, equipment, or materials already furnished, or to be furnished, is $ 23,352.99 Date: 8 -20 -97 Name of Claimant: By: Fam 12 (FW. 19) RICA I2I31 8I I INA CaalucW Coal Re Mg AWCY.. ASSOCIATED READY MIX CONCRETE 4621 TELLER AVE. S., #100 REDIT ; NEWPORT BEACH, CA 9166 ,MA) 253-2906 / �— ism Nonni) TONY I• FORMATION IS INCORRECT CONTACT SENDER IMMEDIATELY CALIFORNIA PRELIMINARY NOTICE +140i'J!! ,bi7.t 0r,: IN ACCORDANCE WITH SECTION 3097AND 3098,CALIFORNIA CIVIL CODE THIS IS HQLA LIEN.THIS IS NOT A REFLECTION.ON THE INTEGRITY OF ANY CONTRACTOR OR SUBCONTRACTOR SALE TERMS ARE NET 10 PROX YOU ARE HEREBY NOTIFIED THAT... JOINT CHECK REQUESTED CONSTRUCTION LENDER or Surety Co. or Reputed Construction Lender, (t any INLAND '-;ISFiE TY GP,76 11M.)I.,t('Aii AVE:.. TT:. t H# it} <.)f.:i't• °t:. =ti;is FAX# FOLD HERE Nr iRi1C: T. Fi`mr) 141 =:C DY m i. t:(:imf ; N'f.: (Name of person or firm furnishing labor, services, equlpment or material) 4f {t'.i T L.1-5EP uITF: tEnm (Address of person or lin furmstling la or, servces, equipment or material) has furnished or will furnish labor, services equipment, materials of the Jfollowing general description: READY MIX CONCRETE (general escrip on of the mateaal5 urmS for the building,, structure or other work of improvement located at: 2.r3T41 • iS41iLt3f.Jsd t 4C i.!;u 178.`1" RrI7 L'..t l ORIGINALCONTRACTOR or \ Reputed Contractor, If any An estimate of the total price of the labor, setvices,equipment or materials furnished or to be furnished is: ACCT # I,.1..t 4!R'!' F,, JOB # C-3 I ( till] INC. (Amourn must snow for al copies 3's1tD: Q 1llLE.r L. F'4i,IT11i!41'1 T- Estimated Completion Date 5?Gli.ltl 0)3 F:!T} . i'fl L OWNER or PUBLIC AGENCY J NOTICE TO PROPERTY OWNER or Reputed Owner (on public work) (Address or description of the job Site If bills are not paid In full for the labor, Semites, equipment, or (on private work) 1,R' ST OPT BC H- -St tl!( IR Hsi) (. i'•.4 CrONTRACT # sufficient r enfi canon) 1 !' T-T"' f?F ;- Wil-)("'Urd'(' the loss, through court foreclosure proceedings, of all or part of your PD. t3f: +: 1 Tfr,!) property being so improved maybe placed agalnat the property even !'.ii_sttPr3R t.i(..S:i1:{ -f, ' -;71 rz r: �(; / >J1 The name of the person or firm who contracted the purchase of such SUBCONTRACTOR with whorl Claimant c labor, services, equipment or materials Is: has contracted �jY 7�tL J r ts(,r.( (..+ l (:sir.!LA z rat :. —1 L �j .r,r, t ul.! v nJL.(:T� L.5=1P17 E;:r:r PH# CL1��33rr FA X# �'U c33J�• P,AMA Pi'liNT, CA / C.`IaN;FiT. INC. ORIGINALCONTRACTOR or \ Reputed Contractor, If any An estimate of the total price of the labor, setvices,equipment or materials furnished or to be furnished is: ACCT # I,.1..t 4!R'!' F,, JOB # C-3 I ( till] INC. (Amourn must snow for al copies 3's1tD: Q 1llLE.r L. F'4i,IT11i!41'1 T- Estimated Completion Date 5?Gli.ltl 0)3 F:!T} . i'fl L J NOTICE TO PROPERTY OWNER PH# FAX# If bills are not paid In full for the labor, Semites, equipment, or materials furnished or to be furnished, a mechanie'a lien leading to the loss, through court foreclosure proceedings, of all or part of your property being so improved maybe placed agalnat the property even though you have paid your contractor In lull. You may wish to protect SUBCONTRACTOR with whorl Claimant yourself againstthls.consequence by (1) requiring your contractor to has contracted furnish a signed release by the person orflrm giving you this notice before making payment to your contractor or (2) any other method or ACCT# JOB device that Is appropriate under the circumstances. ) t,.tt`,lx C.`IaN;FiT. INC. 0`1 'I, <.}!n7 :341e ;AL 1.1.11 (TERM siT. OATEO: fJAPI'r: ir�Ci )', P!1' C: =1 9c:[ i �. - , ' 1 —1 SI'GNATLIRE TITLE PH # FAX# TELEPHONE N0. ( ) all G nnnv . y 4 j - SENDER: F w.�' •Complete llama 1 ardor 2 for additional aervKea. I also wish to receive the t. "•+' ( + r :>_ m •complete llama 7, 49, arid 4b. u name and •Rare fallowing services (for an • Y� m address on the reverse of this toms so that we can return this extra fee): to j •Attach this torn to tha ham of the rnailplace, or m the bad[ a space does nit 1. ❑ Addressee's Address lr `" or perm4. •Wdte'Rerum Receipt Requasled'm the mailoece below the article number. •The Return Recaipl 2. ❑Restricted Delivery will show to whom the of ide was delivered and the date -= c delivered' Consult postmaster for fee. -1o; 3. Article Addressed td: 4a. Article Number c 5010205 CITY OF NEWPORT PEACH u PO. PDX 1768 ❑ Certified N - w NEWPORT BEACH, CA 92658 0 Insured �F.;ACh. A c Qom/ COD kf '' ` 21 p 5. a ived By: (Prin a 8. Address Car ^ I if quested n - )Loee " and !BB l 6. siiggn re: (Add ss Agent) 1iS X PS Fo m 11, December tss4 Domestic Return Receipt l V SENDER: I also wish to receive the C m •complete items 1 and/or 2 for additional services. .complete items d, 4a. and 4b. following services (loran m •pnnt your name and address on the reverse of this forth so that we can Mum this extra fee): ` and to you. •Attach this torte to the front of the maiipiece. or on the back if space does not 1, ❑ Addressee's Address S 0 permit. •Wite -Rowe, Receipt Regoesfed'on the mailpiece below the article number. 2,0 Restricted Delivery The Return Receipt will show to whom the article was delivered and the date s` �u,il >r.yfri tit ", delivered. Consult postmaster for fee. y � ,,,,,f,� •-,� .. c � 3. Article Atldressed to: 4a. Article Number � 1 � ">S w4 r,74 5010205 E SURETY COMPANY..... r,; F Y iy ^ r r:- �•.+,.,..a. - J .;•-. �+.... INLAND SURETY ❑Certified ::: -- .+9r1. 6876 INDIANA AVE. STE I ❑ Insured R t V ERSIDF, CA a2° 06 ❑COD Merchandise MAR 2 0 1991 t1Y y ^�•�i(6 ' '�'3.,•: 5. Received By: (Print Name) 8. Addressee's Address (Only if requested f and lee is paid) .µ4 6. Signatur ' (Add ss Agent) T s PS m181 1, December 1994 Domestic Return Receipt .. _ .. Joe" oIQeauno w ao=& I > nLpm a n • EEz_ i he mm Ecn_m ¢ 1 $'q °r E FmCmN_ =m EEa _ E Em c m = 2 / h =xMm .ef mqo m'mm a me mraN m E'a c 5 c 'E N c°° x Emn m jQ� m0 °mgo `mc $omm amp�E�-u ONm m'�M m�Rx om�C�.4�= O mN C J OOmm OL x 0 N m m 0 N m SL 0 A _ ca i E c O — h Q .8N 3umicNr� u"t a� aoo °aCCi rvm - -ac 6mm CL.N U ¢ U E m¢ m � C o d a G EE] Cc 07. v E m 4 m �u m F¢ �ln �1 Cn J�2 c o E a a and iQe c F .f .. _ .. Joe" oIQeauno w ao=& I,? pry, ip R� u� �a � m m �v �i zronn [rJ Q H H ro�K� �> 4Q0 r to M N a % m �rn n ro x Q x n y w o tm m n x co �rn C1 � f? � n� v� o cn �w N O O O O 0 _m_AooEl __BuIs.m __« O!!; |\� §)) \\ \§) e2 � \ _. � �0 , / |\E @ mm ) } \ °00 )� 2 `af ) ! `La `- k) 0 ®!� /! \ ! ]!§§, / � |_ . t , Z\�k) \/\ §§ }6 { m { O!!; e!!!: 80 co k q / |\E @ ) : o 2 fk�\ o J k) \ { / � \ { { 0 u x 9 a 00 �§ ; -! t t ! 0«! & «a - ,e @ E §E72 w!k GGE/ .U6 ".. w \ / D \ } & x (f .SJO _ _ _ _A= __ _.L3U _m RECEIVED F 30 '97 SEP 30 A 8 :32 OFFICE OF THE CITY CLERK CITY OF NEWPORT BEACH Release of Stop Notice TO: City of Newport Beach (Constnvelinn Lander, Puhlir Rudy, nr party with who" Stay ,tiotiie etas filed) P.O. Box 1768 Newport Beach, CA 92658 (Address) You are hereby notified that the undersigned claimant releases that certain Stop Notice dated August 14, 1997 _, in the amount of $ 1148.00 against City of Newport Beach _ as owner or public body and Seven Cis Construction Inc. in connection with the work of improvement known as West in the City of Newport Beach County of State of California. Date September 24, 1997 as prime contractor Beach Sewer Main t C -3111 Name of Claimant: Inland Concrete Enter rises Inc. fFinry a+ns,l By (Siena +•) _ Thomas D. Lynch, President {A+el+orized Cal ify) VERIFICATION I, the undersigned, state: I am the "President Of" (" A,goa of", "President of" "A Pariner of" ..Ounhrr, of ", eh.) the claimant named in the foregoing Release; I have read said Release of Stop Notice and know the contents thereof, and I certify that the same is true of my own knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on September 24, 1997 at Riverside State of California AulL...Led Date q � 3 ` � q Copies Sent To: ❑ Mayor ❑ Council Member ❑ Manager 'Attorney 10 O 141 1 � O BICA FORM 5 5 (Rev. 2/8]) 0 Stop Notice V �_ CALIFORNIA CIVIL CODE SECTION 3103 x Nl g V E D City of Newport Beach O (Nulne of Con.sfr u•Iiml Ixoder, PuLhc ltor! /• or 01wu'rJ . P.O. Box 1768 Newport Beach, CA.' 92658 '91 ALE 2 (Adill "v) (If Private Jot) — file with responsible officer or person at office or branch of construction lender administming a ' q}i om fr dEERmvilh the owner — CIVIL CODE SECTIONS 3156 - 3175) t1q#pgRTHg&ACWfficc of controller, auditor, or other public disbursing officer whose duty it is to make payments under provisions of the contract — CIVIL CODE SECTIONS 3179 - 3214) Prime Contractor: Seven C's Construction Inc. Sub Contractor (If Any) Owner or Public Body: City of Newport Beach Improvement known as West Newport Beach Sewer Main Replacement C -3111 (Nome and arldre.ss of project or work of inryroveolenlJ in file City of Newport Beach County of Orange State of California. Inland Concrete Enter- Jrises, —I_nc. Clainlaill, a- _Cor.po_.rati4ll_ -_ —_ �Cluirnunll (C...lurulion /Al, Ineeship/Solr /7opriNOrship) furnished certain labor, service, equipment or matcrials used in the above described work of improvement. The name of the person or company by whom c+ainuml was employed or to whom claimant furnished labor, service, equipment, or materials is _ Seven C s Construction Inc. Nunrr o1.Suhcuntruclur /Culra<!ur /O r6 341d 3410 Violet Lantern Sntreet Uana Point, CA 92629 The kind of labor, service, equipment, or materials furnished or agreed to be furnished by claimant was Sewer Manhole Sub - Contractor Iblal value of labor, service, equipment, or materials agreed to be furnished......... $ 1148.00 'Iblal value of labor, service, equipment, or materials actually furnished is............ $ 1148.00 Credit for materials returned, if any ............................... ............................... $ -0- Amount paid on account, if any .................................... ............................... $ 0 Amount due after deducting all just credits and offset s ...... ............................... $ 1148.00 YOU ARE, IIERERY NO'1'IFIF.D to withhold sufficient monies held by you oil the above described project to satisfy claimant's demand in the amount of $ 1148.00 and in addition thereto sums sufficient to cover interest, court costs and reasonable costs of litigation, as provided by taw. A bond (CIVIL. CODE SECTION 3093) is not allached. (Ilond required will) Slop (is/is not) Notice served on constructions lender on private jobs — bond not required on public jobs or on Stop Notice serval on owner on private jobs). D :,te August 14, 1997 Name of Claimant Inland Concrete Enterprises, Inc. Rivers -'de. CA' 92509 Thomas D. Lynch President (Offi(ial Capocily) VERIFICATION I, the undersigned, state: I am the "President Of" A enl r • -- J" f' f: elc.) (•. g • ((. "!'revrlenl a 'il !'orinrr o ' (hnu•r n the claimant maned in the foregoing Slop Notice; I have read said claim of Slop Notice and know the contents thereof, and I certify that (lie sane is True of my own knowledge. I certify (or delcare) under penally of perjury under, the laws of file State of California that the foregoing is true and correct. Executed on August 14, 1997 at verside State of California (.Signalu -,),r Claimant or Authorized Agem) MIQUEST FOR NO "TICK OF ELECTION (Private Works Only) If an election is node not to withhold funds pursuant to This stop notice by reason of a payment bond having been recorded in accordance will) Sections 3235 or 3162, please seiid notice of such election and a copy of file bond within 30 clays of such election in the enclosed preaddressed stamped envelope to the address of file claimant sli wn above. T information must be provided by you under Civil Code Sections 3159, 3161 or 2 Signed: urn.. I mast enolasr s •If addressed slumped envelope) RICA FORM 4 (FSNOII 1111119 0 0 July 28, 1997 2 CITY COUNCIL AGENDA ITEM NO. 9 APPROVED # TO: Mayor and City Council Members FROM: Public Works Department SUBJECT: COMPLETION AND ACCEPTANCE OF WEST NEWPORT SEWER MAIN REPLACEMENT PROJECT - CONTRACT NO. 3111 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. 4. Assess Liquidated Damages in the amount of $5,000.00. DISCUSSION: On November 12, 1996, the City Council authorized the award of the above referenced contract in the amount of $412,116.00 to Seven C'S Construction, Inc. of Dana Point, California. The contract provided for the replacement of old concrete sewer mains and laterals with new pipe and other incidental work in 24th, 25th Street and 27th through 32nd Street. The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Actual amount of bid items constructed: 405,476.00 Total amount of change orders: (4,588.43) Final contract cost: $400,887.57 The following two (2) change orders were issued to complete the project: 1. A negative change order in the amount of ($5,400.00) provided for the deletion of sewer laterals recently installed by property owners. 2. A change order in the amount of $811.57 provided for the removal and reconstruction of an unknown sewer lateral. 0 SUDJECT: COMPLETIS AND ACCEPTANCE OF WESTOEWPORT SEWER MAIN REPLACEMENT PROJECT - CONTRACT NO. 3111 July 28, 1997 Page 2 0 Funds for the project were budgeted in the following funds: Description Account Number Amount Street, Alley, Bikeway Improvement Program 7013- C5100017 77,750.00 Sewer Main Replacement Program 7531- C5600292 100,577.60 Sewer Main Replacement, West Newport Alley 7531- C5600293 150,000.00 Sewer Main Replacement, West Newport 28/30 7531- C5600338 125,000.00 TOTAL 1 $453,327.60 The contract specified completion of all work within 77 working days from date of the award. Based upon the November 12'" award date, the completion date was March 18, 1997. Due to extra work, inclement weather and the December holiday season, the completion date was extended to June 6, 1997. However, the work was not actually completed until June 16, 1997, ten (10) calendar days beyond the revised completion date. The specifications under which the contract provided for the assessment of liquidated damages at a rate of $500 per calendar day. The Contractor was notified throughout the project's duration that he needed to prosecute the work in a diligent manner in order to finish the work on time and avoid liquidated damages. However, the contractor failed to meet the revised completion date. The delay in the completion of the project caused significant impacts to residents and beach visitors. Therefore, it is recommended that liquidated damages be assessed in the amount of $5,000.00. Respectfully submitted, PUBLIC WORKS DEPARTMENT Don Webb. Director By Horst Hlawaty Construction Engineer Attachment: Location Map 0 f: \g ro u p s\98 -co u n c i \i m y -28\c -3111 s • I r atr November 12, 1996 • CITY COUNCIL AGENDA ITEM NO. 9 TO: MAYOR & MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: AWARD OF CONTRACT (CONTRACT NO. 3111) WEST NEWPORT SEWER MAIN REPLACEMENT PROJECT RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Find that Seven C's Construction, of Dana Point, submitted the "lowest responsible bid" and they can meet the requirements for completing the proposed contract work and declare them the "low bidder ". 3. Award Contract No. 3111 to Seven C's Construction, of Dana Point, in the amount of $412,116.00 for Schedule B, authorize the Mayor and the City Clerk to execute the contract on behalf of the City, and authorize a 10% contingency to cover a change order, materials testing and added work. • DISCUSSION: At 2:30 p.m. on October 29, 1996, the City Clerk opened and read bids for the subject project. A summary of the results are listed below and a more detailed itemized bid summary is attached as Exhibit "A ": Schedule A Schedule B Rank Contractor /Bidder Total Bid Price Total Bid Price low Seven C's Construction* $518,512.00 $412,116.00 2 Highland Engineering $564,798.00 $448,820.00 3 G. R. McKervey, Inc. $612,640.00 $487,810.00 4 Southern California Underground $620,815.00 $496,525.00 5 S. F. Construction $658,867.00 $516,513.00 6 Trautwein Construction $694,310.00 $546,550.00 7 Robert G. Castongia, Inc. $680,482.00 $553,730.00 8 W. A. Rasic Construction Co., Inc. $743,387.00 $592,930.00 * Corrected bid total. A total of eight (8) bids were received. The low responsible bid for Schedule B was $412,116.00 and is 2% below the Engineer's Estimate of $421,515.00. THE LOW BIDDER: The low bidder, Seven C's Construction of Dana Point, California, is a qualified engineering contractor licensed, to do business in California. This company has successfully completed pipeline projects for other public water agencies and municipalities in Southern California. Page 2 West Newport Sewer Replacement Award of Contract (C -3111) November 12, 1996 • This firm has a solid reputation in the pipeline contracting industry and has a significant amount of experience with similar pipeline construction projects. Reference checks on their recent projects revealed a number of comments favorable to their ability to perform the work in an efficient manner. The contractor recently performed storm drain work for the Cities of Dana Point, La Mesa, Mission Viejo and San Juan Capistrano. The insurance policies and bidders bond submitted by the contractor meet the City's requirements. Staff believes that the contractor will be able to complete the proposed work satisfactorily. PROJECT DESCRIPTION: The West Newport Sewer Replacement Project is comprised of the installation of 8 -inch and 15 -inch PVC SDR -35 sewer main, including applicable appurtenances such as sewer lateral connections, sewer lateral and cleanout installations, connections to existing sewer pipe, manholes, trench resurfacing in 24th, 27th, 28th, 29th, 30th, and 31st, and complete pavement replacement of 25th Street. The request for bids included work on 33rd Street, 34th Street and Marcus Avenue in the Schedule A bid. This added work would have completed the replacement of the concrete sewer in the West Newport area. The Schedule A bids exceeded the budgeted sewer replacement funds available. • Staff is recommending award of the Schedule B bid to keep within budgeted funds. PROJECT COSTS & SCHEDULE: The contractor's bid price for the project for Schedule B totaled $412,116.00. This price is below the engineer's cost estimate by $9,399.00. The estimated time of completion for the project is 77 consecutive workings days from the award of contract. The project specifications require the contractor to complete the work within this time - frame. The City's project schedule proposes that the construction be completed in April, 1997. CONCLUSION: Award of the contract will allow the contractor to complete the work within the confines of the project schedule. Staff believes the contractor can complete the project satisfactorily and recommends award of the contract to the successful bidder, Seven C's Construction of Dana Point, California. The funds needed for this project, including a ten percent contingency, are available in the following accounts: Sewer Main Replacement Program 7531- C5600292 $100,577.60 Sewer Main Replacement West Newport (24th -27th) 7531- C5600293 150,000.00 Sewer Main Replacement West Newport (28th -30th) 7531- C5600294 125,000.00 • Street, Alley, & Bikeway Improvements 7013- C5100017 77,750.00 z Page 3 West Newport Sewer Replacement Award of Contract (C -3111) . November 12, 1996 Staff recommends awarding this contract. Respectfully fitted, PUBLIC WORKS DEPARTMENT Don Webb, Director M MJS:tam Attachments: Exhibit "A ": Bid Summary Exhibit 'B ": Vicinity Map • I / 0 13 U Q w m t2 O a LU W Z LL O I�- U N 0 �I Q a r Z W z a W Ix0 N Y O U J m D CL Z O 0 Lu ¢ U 0 � ~ ro F O m w o ¢ w E Z O N v Z W z u�!n� 3 � ¢ w w � Z w O Z F U w d a S o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 000 O�c O O P O O O o 0 0 n i0i1 O O O O c m n m o p o p C ¢ N w N w U F O n m O O O w w w m 0 0 00 E owwwm ^.n w woo 00 t� � 2 ^ H w H H V1 w w w x F- Q 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ,q-0000000000000 O O 2 0 0 0 of 0 0 0 0 0 0 in 0 0 0 0 O O N 0 O � N O O P O O O N 1n 0 0 0 m d e m P o Q N P ^f w .O - w oO P QN w PO w Qvm w mO w mO oo �n ry w Y w E 0 0000 00.n o 000 00 0'- o0ovio ov;600NOOoO Z O ow m m P m O �n w w N w 0 0 0 0 o N H w w -,!o00 ¢ m w m m o N w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O o 0 o 0 0 0 0 0 o 0 0 0 0 0 Z o m v o 0 0 0 0 0 0 0 0 0 0 � �n N O O O 0 O 0 O 0 m O N N� ^ N O N O N Ln O O o m Qm Q M w M w w w N H w w n C w W a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ~ O n 0 O oN xzow vPi ^mIM i0if w M W b 0 0 0 0 O J N H w w P w w�n000 h H m z N w w w ^ w w w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 F 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Z O m m 0 0 0 0 0 0 0 0 0 0 0 0 N O m N 0 N 0 of 0 O 0 O 0 O 0 O of ry 0 0 0 0 0 0 0 0 0 � u O vi m n m P v1 m M ✓1 m m Z w w N w w Q w H w ^ m w m w \O w m N m ¢ w w w w w U u 000000,008000000 O O O O O O O O N O O O o O v O n m 0 0 0 w H of N 0 H 0 m 0 0 0 0 0 0 0 0 3 yi Z O O w w M of O H "0000 p N w w w M w m w tp w {p N J 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p z o 0 0 0 o o 0 o 0 0 0 o 0 o o 0 Z o o o o o 0 0 0 pp 0 0 0 0 0 0 0 0 � O M P n M O O O m N 0 0 0 0 h 0 N n w ry M Q w M w o a m w N w m o m w M w m w M m v¢ w w w w w w w m Q Ew 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p o 0 0 0 0 0 0 n o 0 0 0 0 vO F o v 0 0 0 o v e o 0 0 0 0 0 0 y Z O O Q H m w v� n O O of w w w w in -0000 0 0 0 0 c - O w.- m O mvim N w m J LL J LL J W W W LL M LL In y, J C m J m J m J m J P PAN Q P 'N m N m^ p p p p p N O M N ^ m m ^ ° O 3 `w ' m M w Y Z O C O U v A H co a 5 a d Uin J N W O N N C O y O V V LL C E ¢ c a� o y3ovv¢ U> o s m z rc m a z c n ;% �aaaaaaZ w w x x w • 0 W 1996 BEST'S KEY RAT*G GUIDE -' PROPERTY- (WUALTY EDITION ANNUAL STATEMENT DATA FOR YEARS7991 - 1995 Company Name Randle lkds a Sheet Ows6ms Rating Unit Name Group ANllution Lash Pnncipal Officer Best's Moth 8 Short $tales NI Total Ury All Police Direct Net Bus. Net UrAer Net PRbr Mailing Address Rating/ her Tenn ana 01her LAmined Loss eernetl OMer Total holders' Premiums Premiums NeI writing Investment Operalin8 Net Dom.: Begans us.;mtruct.: Mktg FPR 8 Dab Invest Bonds Assets Assets Res. Pram. LI% LIa011ities Surplu' WMlen Writers Ret Income Income Income KiA ERectire %) ( %) ( %) ( ) (5000) (5000 (0000) (E000 ( %) (5000) ($000) ($000 (E000) (5000) Phms # FSC Date Year ( %) ( %) ( AMR # NAIC # TIG INSURANCE CORP OF AMERICA 91 0.3 84.9 118 154,142 61.8 280 102 111,090 43,053 106338 91,361 859 -7.835 14,280 1,194 8.010 TIG Holdings Gmup TIG Holdings GmP A A 92 0.1 74.3 256 151.654 593 27.5 13.2 105.765 45.889 95.503 10.341 820 2,255 11,012 14,120 17,317 Don D. Hutson' President A 93 05 81.9 116 152979 55.7 276 161 99,273 53.106 89.416 71.555 000 -1,480 7,375 6,697 8,852 70 West Michigan Avenue Battle Creek, All 49017 A A '94 5.1 839 110 145,836 51.5 27A 201 90712 55,124 19.41 6x.103 81.1 -2063 1.463 6.109 3.988 MI: 1949 : Stmk: Agenq g 95 958 42 23,113 ' - 100.0 2.448 20,665 72,059 20,380 283 -3,569 7.187 4,113 4,140 Personal lines 616 - 9625000 A 11 7 %121/96 ... Pnndpd Unec Fry Pas Am Lib 50.7 %. Amo Physical 36.8 %, Hona 24 %, WMMK 0NnP 2.1% PnnoXI Sons, Ml 986 %; ON 06 %: IN 0.5 %: %0.3% AMR #02505 NAIC #25526 ...• ..,• y; •,... . TIG LLOYDS INSURANCE COYPAW. A. r 91 1 0. 2&9 711 '. 1051 • -- -- 1 %.0 139 915 � 7299 -.- - -" 115 12 185 121 TlG SdoldmBS Groeq TIG IMMdMS Gmp A r 9! 01 315 6&/ 965 - -. %5 ,2440 - -- " -. 48 , 29 76 50 .. Doe O. IAdm Prem6m ;:.i,A •.',Y :9i %9, 259..::172'.....1475 .,. :100.0 137.:•`1,038 e!. 121 /'., - -- -.• : - -2 :.... 30 _'i5 73 > ` 5205 K O'CPnna Sled. ' ... hipil 75039 A r ' 94 259 66.1 &1 1.155 - -- -- 100.0 ,' 234 921 769 -- _ IS 45 60 -17 TX: 1983: Uoydl: AS'" C#nvol Unes A r f . 95 40.0 : 532 53 1469 - - -. 100D - .186 5083 5% - -. .. 12 61 76 62 214431-5000 D 0681/92 1i',,*d Soft TX 1 00.0% .. AMA #02863. .'.::.. NAIC 042021 TIG PREMIER INSURANCE COMPANY '91 2.2 829 1/50 210,391 216 589 17.4 151,009 109,382 195,077 150,999 763 -1.156 17,674 16,518 13354 TIG Holdings Group TIG Holdings Gmup A A s 92 1.9 86.7 II/ 230.222 31.3 51.1 10.9 111,720 118,503 160,182 78735 490 - 20,227 16.261 .3.967 10.368 Don D. Hutson, President A g 93 1,1 852 13.7 275.494 20.5 185 31.0 153,523 121,971 283,549 152017 536 -5,261 11,087 5,827 6.069 333 South Ani Omnge, CA 92668 A 9 94 0.6 842 15.2 208810 28.1 486 23.3 126.183 82,027 244,4'50 1]2.677 46.1 - 12,001 11.452 -555 -3.519 U: 1941 : SJok: MCA A g r 95 9.9 8450 53 31.345 ... I %0 5,515 31.710 261.331 -7,002 -2.6 1,002 1,79I 5,183 1,672 Multiple Una ]149322700 R 06/21/% Nq,,d Unesabmmmes 1122 %MUler 60.0 %1596 %. A*Ph ryaa1386% Rnrary15taln G326 %: FL 5.3 %: IL 5.0 %; WA IS %: H4.2% AMB #02504, NAIC #25518 • -. w RERRARANCE COYPARY A 9] 21 8&5 9.1 1.46022 829 IAA 29 830,639 229.615 393 346,024 960 - 15,137 76,566 60881 37,721 TIG HD&W GMUP A e .. '9! 1.9. 593 IUS 1231,963 839 125,. S5 %1,508 ", 270155 .50::..3 %293 923 .X302 87,394 44817 40527 ,- :. YAOadI.i* �k' Gwrrlm A,,: 8 ; *- 93 19 90.1 &9.''1,365991 SO 130 ':' ' SO :s 1036275 is 329516 3- i 346109 X902 -36628 82218 15,391 " 53030 300 F3nt ScrsbN Plem " $Iam2od. C7' 06902 :.. A .;.. ':' 9J .21: 979 :. ;'. 99 , 1.51&387 .801 15.0 " "'.49 1206,419 „371900 •._. 1:..1,382. , .110288. MA ': -30230 859% 5 &100 422% . '. INkm#MIm; :'.. A' .95 22. CIA 102: 1,811 . ni 113 :'.. 63 1A1444 440.034 20.183 ,,5107111 936.'25515 '.93529 74,014 69.79 203.977 -8000 N %]03186 IAWgY Ii#s RSkstmd159A%, MSi Ab Chne.4bN116 %.Doll lib 4X16176%, Bne.Ploaa717.7% PlodpN SlNa 41615 %: AZ &9 %;N4B %;H1.3 %; MA 33% ANSI #00539....: NAIC #23680 TIG SPECIALTY INSURANCE 00 93 94.1 59 21,131 26.4 71.8 1.9 1,149 16,602 21,359 10,751 50.3 -103 2,060 1.957 1.99 TIG Holdings Gmup TIG Holdings Gmup A A 1 92 .. 3,1 921 44 24,121 32.0 65.8 2,2 8.113 15.679 22,762 10,338 454 4,300 1,565 -2.735 - %1 Don D, Hutson. President A L '93 1.4 87.8 101 27,131 30.2 690 0.8 10,693 16,430 33,996 13.102 394 -3,022 1.683 -1,339 .354 444 Market 5tmt San Fmnedco,CA 94111 A g '1 71 82.5 10.3 30,271 26.6 554 18,1 14,117 16154 33,112 17,164 51.7 .3,017 1,629 -4388 -1,800 CA : 1953 : Stock : MCA A g 95 87 890 2.4 20.925 ... ... 100.0 490 20,135 61,863 9515 151 .1,336 1.750 414 574 Multiple Gres 415.983.4700 11 r %811% Pnndpi Uis: Auto Plrysra159. 8%. Mkd Lka 43.5 %, Mlghr Ll %, Cwn'I MMiPrti10.5% pmdpl Snos'. CA 36.6%: R 24 Ill FL 120 %; IL 60 %; VA 25% AMB #02502. MC #25445 .. .. .. -• IRAN INOEkMn COMPANY M 91 34.7 60.6 1.7 72,027 75.1 229 � 2.0 50336, 21.691 29910... 2551 .81.7 - 2,112 1,199 L917 2,522 Td4m lrm#MKC Cmop .: Tlbn I we Groot, ., - A- s 91 306: 60.6 &6 47,379 583 216 ",.111 67111 " :20.238 c 42701; 33512 � 75.9 �. 2516 ' 3,376 '.709 am Made A- g s 93 85 `.7950 12A 103,995 62.0 299 'BS 67101 "76.8 91 37 7; 43291 72.6 1.403 4,163 5513 1,079 PA.Btv6i'100� San Asb#gq YX' 782655100 A, g 1% X47 "726 225 12693D 61A 300' _86 "' Bi.w9' "'11,321 " %':72160' "'6 %,%0 "92A 1,527 '' 8119 79A3 4,977 ' TX: 1984% Stock Ag+ry MWJdpal Unes, Non Sod Aulo A- 1 ( 95 /2 729 226 145517 5&/ 283 112 %,735 58612 .56760 1&371 85.1 -2,171 8,6% 4211 4251 " 21082415/6 , M 12111195 RirWN tic OammlAW lib 29.1 %,Cwi M19➢ei 236 %,0M Ii7041X0e 1 &9 %, 06 Ub Om#1731 .: plBgeI5X�0 11 &7 %;NYIA7 %;MS113 %;1A9.7 %;PA7.4% AMB #00548 :,,'. NAIC#13242 -.. IRAN INSURANCE W PAW Ba r 91 24.3 46.3 294 13.091 36.5 247 38,8 6. %1 6,190 13,579 6,034 444 999 558 1.565 1.078 Tian Insumne, Company TAan lnsvmnre Gmup NA -1 92 15,1 72.2 12.7 31.370 383 31.5 302 19,961 11.409 29.833 23537 78.9 2,539 932 3,517 iml Th.roft E. Mo grjo.2P4reislom b 93 7,1 82.9 100 33350 57,6 21,3 15.1 20,378 12972 29.125 26237 1183 2,921 1.539 021 3.111 imy, MI 48D07 A- 91 12,6 735 13.9 15659 180 27,6 244 29.530 16,121 29,712 28,731 967 2750 1.716 075 3,055 MI: 1988: SbcA:Agenc7' A- 95 32 8119 14.9 92.322 $2.0 30.1 17,8 62,141 30.181 01.590 78947 93.5 6,118 3451 12.560 7.212 Non SW Aub 804341.7930 VI 12110195 Pnroo lines: Pnr Pass A& Uao 74.D %, PUlo ROS®126.0% Prcuosl Sonsi M182.6 %: At 162 %: T%1.0 %; IA 0.2% AMB 410709 NMC #36269 .. ....... :.:.. ...,.... , . „ ,.:: TRAM INSURANCE GROW ;. M .. - 91 Su 566 82 '. BI.W 704 ' 232 F'65. .$7238 24X8 ' 43519 ` 30,687 702 -1,112 4.537 3262 3380 Tlbn Nsurmic# G" TNn ksuraria Gmuy A- s 92 295 596 10.7 107941 537. 262 20.1. 87,102 20238 : 72537 57,048 775 -107 3,992 1,911 2.176 Mink EWMsM- W. PI-Wwt 11_ Y [ 97 9D'. n9,: J7.1 12J ,3/3,'6750 103 117A82 "'. 36691 56932 69= 7 &6' 4321. 4A01 .9234 6090 .., P.QBM 65100 5 .San AMOnb,TX 1782655100' '• A-" .91 731 .: .. 702 :2213 ,•, , 155,168' ,29.0 .. 579 29A A : 12.7 114347': :. ,. -" 11421 .. :: I01.772 "1 X 9/5'. 4216 '' 6578 11,41' 6.775 TX . Caod: A�Ny MOi '1dy ANp ..,.; A- .` 9S Ul 7111 " 226 20/,6118; 556 291 152 &676 "5&812 13&350 127,324 9N 9IA /,OM 8,577 15226 9587 . NI#ISXMl IIr4N. 214824.1546 %7 128&1%. Pm p/ I= Rlr Pb A*Lix615.4%. Ada N6a/ 192%, ,11 Casnl AUb Ub 11A%, Rm1 MieAsi 9.0% RkyY 5b1es 895 %;lA 7.l %:MS.B%;WIb% AN*IWB1 .. ::.:' MARC 0002D4 .. ... ._. ... . TnLE INOUSIRF ASSURANCE RING Title Industry Assumnm RRG (No Gmup AHilbtion) William W. Race III. Praidul P.O So. 730 Bmlinglon, VT 0540/0730 gA -) •94 $81 120 299 1.511 401 16,2 434 463 INB 1490 133 B.9 -I6 4B 32 20 K: 198]: RING :Agency. Direct NA 1 95 526 20.8 266 .601 53.7 11.9 4 S43 1,058 1,289 129 100 .30 56 IB 31 802. 863.5774 06121196 AMR # 11727 NAIC # 10084 700 - Call 900 -555 -BEST for the latest Best's Ratings. - 1996 BEST'S KEY RATING GUIDE - PROPERTY - CASUAL'T'Y 0 "1996 BEST'S BEY RATIOS GUIDE - PROPERTY- C4BUALTY EDITION ANNUAL STATEMENT DATA FOR YEARS 7991 - 1995 Condon] Name Mkg Balance Shoat Oww" Rating Und Name GrpuO ABilhation LasM1 Net PYdcY,AI OINrn Best's MMi. & Short Stocks All Total Um All Polley OirM Net Bus. Under Net Pretax Maibng Atldress Rating/ tier Term end Other MmMed Loss earned Other Total hol0eri Pemums Premiums Net writing Investment Operebng Net Dom.: Began Bus.: SWd.: Mktg FPR 8 ENdo"'d Data Invest BpMa 0.ssets Asuts Res Prem. Llab. Wbiftles Surplus Written Written RN Income Inrome Income Ir,4pme S WA7 FSC Date Year ( %) ( %) ( %7 (f000) ( %) ( %) ( %) (5000) (5000) (5000) ($000) ( %) ($000) (5000) (3000) (SDOO) Phone # AMB # NAIL # INTERCARGO INSURANCE COMPANY 91 368 36.1 27.1 40,20D 583 23.0 18.7 23,923 15.276 30,021 25.962 86.2 956 1.498 2.459 I'm Interargo Inwproe LompanY A 9 92 60.8 20.5 44.486 54.2 290 160 27,234 16851 43,262 36,320 B36 1.963 1.666 3663 2.153 (NO Gmup ANliatlon) James R. Zuhlke, President A- 1 M 18.7 '93 94 734 17.2 50,869 54.5 364 9.1 33,041 17,829 44,096 38,081 84.2 -2,150 2,206 72 324 1450 East Anndikan Iaro, 20th Floor Schaumburg, IL 601735458 [ A- '94 168 61.5 21.7 51.489 58.5 351 6.1 39,123 22.366 51,349 45606 86.9 -1,317 2428 1,104 654 IL: 1979: Stock: Agency g .4- 95 160 50.9 25.1 18.121 61.9 30.3 78 51.482 26639 61.101 55,826 874 -2,754 3,044 367 236 Surety, Ocean Manna 847- 5178990 M' IC #31885 M 06124/% Pdripl lines. SAM 45.9%, Ocean Mande 39.7 %, CommY had bad 5.6 %. OB Job Oscur 4.0% Pnmpl Shats 1. 215 %I CA 18.1 %; NY 120 %. R8.7 %; RL8% - AMB #00779 r^• -. .. .... + _ INTfl01REXC11AUfOpU6IDCA - 91 23 BL4, 154 662 291 4.1 1,361,319 404512 82215 819125 99.7 •99,869 1U113 40259 13,882 . # E1Ni AuNa GL G 1710 C- +rorpMflYtioO :M'u A . 2-t N1 .138 .1,850,861' ] .41/]26 614 295 :95 1j19779 "567.916 354288 gI(2n 9915 Ig,705 107,756 132,653 136787 w x TbanusV. MrBenliiJ.91mbm2: m"''� M •1• 1.9.. 94.7,, ' 123 2=138' 537 x'922 : 141 1232.790';;'.787,311. )580360.1'- 505.137 99.5 116,335 . SIX 237,985 20&908 P.O Box 2890- TarnpW &row AsAles. G,,90051 ... t`T .:;93. K %6- 772 ' 132 2JD17AU 528 333 14.1 1196465 . '821.179 836703 '7 %,989 95.0 -�I,SM 99,150 '72,040 47,351 .'. G.1912 -.P Prar1 M .. M . (.. ,%, .429 12215.416 11,7'.:318 : 173 1213251. 1,001765: 939XO 916,570 976 19220 �� 99,162 171.518 116118 „- A + OI/OY9i c ,� ,79.1 .Plop lnecfliVet AublWb 652 %. 415715-745292 %, Ibnmead 52S,NOtl4a OAS ... .. Hf4941 SDaxG100.0Y - NAB 200186 ... ?_NAN; #15598 .: - . ::. ,.., _,.... .. .. WERLEX INSURANCE COMPANY Inte $ex Insurance Company The Tenere Grou, Inc. RaymoM A Christy, MO. Pres. & CEO 1903 East Battke ield Springfield, 610 658D4 NA -3 '94 32 944 2.3 51067 53.5 11.0 354 215 51652 16 24 25.0 -5 356 350 137 MO: 1994; Stock: Agency, Direct XR-I 95 26.7 11.0 t3 6.159 26.5 44.2 293 323 5,030 351 220 62.8 -123 3[0 ll0 LBO Profesional Wb 417 889 1010 ry %103/96 PrncQml ulcer ON lWb LkMa4100.0% Pnrxipl ShaNS. 40100.0% AMB #11663 NAIL #1003] ., .. . IIQERMED 05411110=01(PANI NA" 91 105 BO8 9A 39211 67.7 313 IA 25219 13,%5 .11,337 ' 7.715 683 . 9N. 2723 3,637 3,332 u. TNet4Mee GMUP 154 .,7. - T9b TO4ari,Qr m. 114 .. FA-1 "' . 9i 13A '79.4..'. 7.1 55032 662 320 ' 'I8 36,997 ISMS :'9,318 11]11 988 203 2,738 2.940 1652 RayllgdA CtauD'•IYR+PNS& CEO -1 4 ,,, .y1 2.4, gyp ,.&T 57451 638 344 23 39274 18,180 10201 9)576 94.9 4,125 2,469 - 1)556'. -259 2. I903jQg RSN18 yraM6aq, M0.5K6809 y' : µ,. as'� rid. fl P)5 10.7 . 5&867 60.9 32.7 -' �bA ` {1,999 16,868 .12272 f 11.400 89.6 -1606 `2212 '606 215 N0: 397T Std'A�IIg�, A7Ya47 ' %b9W9aY}< # a x868 eb 511.4403t;. .,.. 57,7% ... 667 MI 69 3&067 19,729 9,52 3 '. B,N9 BSb, 118] ..3355 3,838 2789 • 417989•1019 Y':; 06/0)196 pbpt1ec11q 1p C7Np4b156&D %.141-7 AMUV RO %.. Pnup994ATAp 9S7 %;KS03% AMB #10406 , ;;.:• W0C 0,33367 -... ..: - INTERNATIONAL BUS & MERC RE 91 01 94.0 4.8 319,524 900 7.4 26 237,000 82525 39,238 30.902 76,7 -1,868 26.489 18.643 13.354 International Bus & Marc RE Old RaWMm General lnsuradce Group 9v 64 92 3.9 93.2 2.9 329.306 90.0 64 3.7 238.903 90.483 29,855 34.700 990 -10491 24.133 13,997 13924 Awo C. Zuum. Presidant & CEO A- 93 04 9S2 4.4 331,761 89.1 66 4.2 230424 101,337 24.651 36,727 97.9 -1,155 21.634 20,529 17.265 307 North Michigan Avenue Circa, IL 60601 A- 91 03 936 6.1 339,982 896 6.4 40 242.130 97.852 28603 37.765 96.5 - 11.571 20.723 9.216 10.066 IL : 1961 : Stock', Ager¢y A- 95 05 939 5.3 346.969 89.0 6.1 4.3 246,415 100,553 21.464 42.636 998 -1.IW 10.101 13.491 13.159 Nbrkem C.; Rems"noe 312346.01M 981 07/05195 k. W liar Rdm-Cesu=ha 41,3 %,Comm1 AN3, liab 17.3 %. AnmAopNt7' 12.8 %, Credit 10.2% Pnnanal Shares'. I1.21.4 %1 PA196 %:CABS %A567V M50% AMB #02383 NAIC 924139 IN3ERMTgIML CREW NA%EA RE;;, ,. 7' '.. 91 13`933: 5..4 347- 434.• 20.4 -10856 ,., 45.136 _,. . 7.705 .726 -4187 3621 634 1371 ' Inlvna6on41 0,44461 NA711p fi ., YOarNliolnl WblBm#MrrAC9rd+ NA-4 , 92 IA 941 45 ,55,092 •59415 157.. •$21 402 14.1 , ' ltW3 47.112 - 7783 794 -1666 3211 1.651 1.910 6 3A 94].2:.29 55573. 218 230 7.780 47893 . -- 2420 9615 1202 2,772 3,975 31133 ° ".?'ISPorA CINfq ✓•.'ace 0,e MpOe W.. 1721 n :�7' 94 23 962 13 53552 59S I00 30.4 6,533 47,019 30 VA, -2,173 21759 586 386 ", NY }989:Sbr14' OerR MA 4 bty. 967' '11 51,660- '653 IA `..30.7 723 77.6 -1.320 .7,817 506 3% 'Y,...Y , N X51 ptia 06N4/%- T. .... Prtlp lnaSMep•73/9Y NONS�31.9% a. -:- .... '''., ,.'. :� , *'. INTERNATIONAL FIDEL3TY INS CO 13B 800 6.1 77,688 70.3 28B 0.9 57.460 20,226 41.867 33,708 80.5 -LOSS 4.258 3,647 3318 mterna[aaol Fid" 8N Cs (N,, Groot, ANllladant, A A 91 92 197 70.3 9.9 31.479 69.8 28.B 1.4 56.501 24,978 44,251 34.553 78.1 4,715 3,936 -312 2,001 F. L Mlttetlo8, Preiomt A 93 73.9 689 73 81,410 65.9 292 4.9 53759 27,650 42,11 1 31.556 73.6 -2.291 3.189 1,295 2.330 One Newa h Cenler. 2DIh floor Newark. NJ 07102 A- BO.2 90 78,230 65.9 29.2 4.9 51.152 27.079 37.761 28,052 743 4.024 3,302 -253 -221 NJ'. 1905: Stock: Al Surety A- 94 109 95 18.9 68.1 13.0 75,574 58.1 354 6.4 45,221 30,354 311.903 30,546 793 153 3466 4,150 2890 20).624-7200 W 16/13/96 Pdndpl lice'. Arno, 1000% Pnnopl State: NY 19.0 %I NJ 141V 88.3 %. PA 7.2%; U06 as AMB POD520 ...... .NAIL 4 11592 ,.;._.. .. ... :. ,. •• `; 91 477 311 T)47,138 6015' 347 1.6 24,728 "22409, 21)570 27.4'.4 N.0 299 1,799 2,0% atunmeienel 6tdNOdO' ONp kOOnsbprsd R5em4q Grow % A'. [ .182 9I IBA 5LI 578 58 5615 AD1 10 34018 23 810 36994 3&215 30 542 2,906 3,07 2262 ,.: Janes AAImW10er. PaYRdNA ,3£ P.O. 9741050514 AIJ' t8 '. e, „309 73 2LAy 5607'3215 J+ ,65789' -'617 331 -.. IJ 3&192 ::.11298 "' ...14531 .49,023 .858 .. 251. 211 .3,939 1191 50 3)561 7.677: 7AV �ABOnO GA13031 A• S I i :91 II 9;7&1 .'257, 65,87, WA 30.1 .,US 37,781 27656 .36.736 39.9/6 83.7 -... HOn SW AUp, CpreMrtltl AUb4sla + Y �. ( 73 A9 . 9U ;;.,69,667 67A , 308 -11 37,9% .31872 722% ; • 34,' 9 89b J, 115 ;: 3.33Z 216 401. 981 -]too N.. 06/1Dt16' , LLc PaRAge lM SIdS.Aw PIY4ol Z16R D.nAn1NmIW6118 %,975tvs CtaV 72t '. ::'- Pdd* Stale. GA 511.1%; U I lA %; IN 103 %; PMB #03709 .. i.-: NNC x35777 w -x _,. r ......, ,Tfiap .b a _ .- ..: .�...�. .. :a .... ,:... ,•. . , .... :.... , INTIDIMTIONAL INDEMNITY GRP A 91 19.9 46,5 336 51.041 59.3 37.3 34 28.631 22.409 31,691 30.747 79.4 762 2582 31344 3.152 International IMemnity Grp Inmmeponal mdemmiry Group A 92 21.1 48.7 30,2 61.889 $62 39.6 43 37.949 23,940 39.050 41.018 81.) 795 3191 3.989 2.513 James A. ANcaMO, President A 9I 12.1 548 33.1 63.002 63.6 315 1.9 aLSp 27.298 49.899 51353 857 492 3,811 4.30t 3.927 P.O. Bar 105051 AbdnM. CA 30348 A 94 4.9 67.9 272 58.43 680 312 0.7 40.397 27.656 40,158 42,67 833 370 4,U4 4,714 1924 nsal BiS C A '95 12.4 542 33A 76.676 648 33.1 2.1 45003 31,673 34.917 4,693 898 4,295 3.624 471 4 Commerdel Pao AUto %'.U330 %'.IN 1.6 %: 406.5 %; iA 2.6% 404.961.7100 AMB #02908 N 051)01% Pmia!li4a'A6'Pau AAO LSD 543 %. ANO PIryim125.5%, Tammy ANp lab 9.6 %, wp'xen Cmo 51% Pnr4ipl bete'G439.9 388 - Ca!l9100555.BBSTjar the latest Best's Ratings. - 1996 BEST'S KEY RATING GUIDE- PROPERTY-CASUALTY 1996 - BEST'S KEY RATIO GUIDE - PROPERTY -C UALTY EDITION ANNUAL STATEMENT DATA FOR YEARS r991 - 1995 Company Name Barking Balance Sheet Operation; Rating Unit Name Group Affiliation Cash Prinapel ON¢er Best's mood Ler & ShorD Sl4dks All IDtal W All Poly Direct Net Bus. Nat Under Net PrataR Mailing Atldress Rating; term and Other Admined Loss earned Other Total holders Premiums Premiums Net writing Investment Operating NM Dom.: Began Bus.: Struct.: Mktg Too & EHedwe Data Invest Bonds Assets Assets Res Prem. LiaD. LiaDiliDes Surplus Written Written Ret Income lnrome Income Income Specialty Phone F FSC Date Year ( %) ( %) ( %) (b000) ( %) ( %) 1 %) ($000) ($000) ($000) (5000) ( %) (5000) (5000) (5000) (5000) AMB 9 NAIC # FINANCIAL GUARANTY INS CO NP d '91 93 86.8 9c 1.302.734 23 694 283 832068 549867 181.550 153.155 84.3 26,533 03.346 109,999 94,402 Financial Guaranty Ins Cc (No Group Allikabon) AA_4 '92 44 9i.5 4.0 1,594496 29 71A 25.7 973,209 621.287 244,507 205 ,164 84.2 36.283 94,621 131,441 116,886 Ann C. Stern, President & CEO NA -4 193 34 923 4.3 1.946,838 21 67.2 30.7 ;,159.741 7]7,09] 291.052 241.138 82.9 108.991 99,920 209,212 185,145 115 Broadway New York, NY 10006 NA -4 194 36 91.8 06 2130.629 34 596 370 1.236,895 893.734 161.347 115,463 71.4 107,127 109.828 216,996 179.348 NY : 1972 : Stock : Direct NR -3 15 3.9 896 64 2,282.415 3.6 57.2 39.2 1.280,894 1.001,521 97,171 77970 80.1 43.644 120,398 164419 166,905 Fln Guaranty 2123123000 All 06124196 Poappaltities Financial Gully 1004% Principal Sees NY 429 %:CASE %: F1 ?o%; PA 5.7%: IL 4.5% AM8 #01859 NAIC # 12815 . FINANCIAL INDEMNITY COMPANY '91 0,3 86.7 ]2.9 212505 55.5 321 11.3 155,941 56,565 121,446 122.650 100.0 10,326 14,553 26,797 14,4I5 Financial Inde army Compamy AI 9 32.6 11.9 167,512 75,214 143,666 144263 1000 14148 15,001 32,450 23,653 Unitdn, Inc A. 1 12 06 SITE 11.7 242,126 55.5 John W. Mullen, President M u 13 01 8&5 11.3 25 &858 559 311 119 179,793 79,055 147,133 147,687 100.0 901 15,020 2 11311 1&811 PA, Box 7754 Bp1bank,CA 91510 -7754 A. g 14 22 86.3 11.5 261,738 541 300 15.7 184,915 76,793 149,093 148.999 993 4,741 14,897 23370 15144 CA : 1946 : Stock : Agency M 15 0.8 efi.2 12.9 243,641 591 16.8 110 153,160 89,881 124,373 127,723 996 11,111 11,116 28,605 27,122 Personal Aft Commercial Auld 818843.2444 H 0411 kidial ni A, And At, 533%AAe Fe dia 33.9% Cmunl Ape 1x612.3% Pranda, Stales CA MI)i WA 121%; U 6.3 %; UT 4,51; GO 3.2% AMB #00391 NAIC #19852 FIN'L INSTITUTIONS INS FUND Fm'i Institutions Ins Fund (NO Group Affiliation) Joseph P. Nicosia Jr., President 1301 W 22nd SL =1100 Oak Brool, i. 60521 XA -4 '93 38126 - 38,426 -1.033 ... R'. 1987: Stork' Agency '95 995 ... ... ... ... ... ... ... ... ... ... Inactive NR-3 ... ... ... ... ... 708574.9260 06124/96 AMB 400260 NAIC #30406 FINT INSTITUTIONS RESERVE BRIG ENT Ironwood Reserve REG Roo Group AlhliMgn) Restate Engmarar, PresSdenl PO. Ede 530 Burlington, Vr 05402 -0530 NA -I 14 45 86.5 9.0 9!389 913 - -- 81 30,679 63,710 11,106 3,455 31.1 7,982 5,361 13.81 11 VT : 1988 : MG : Direct 889 Lill 36,810 65265 5.450 -982 -18.0 -7133 5,858 -1134 36 D &O Uz iry HA -3 15 6.4 88.5 5.0 102,075 - -- 802 864 5599 YO %724/96 AMB #11601 NAIC #10102 FINANCIAL INS CO OF AMERICA NA 2 '91 724 CIE 56 1.230 99.3 0.1 114 1,116 ... 10 77 87 75 Fnencml Ins C. of America (No Group Affiliation) NA -3 '92 89.0 36 6.6 2,772 42.2 493 8.5 731 2041 1.431 998 69.7 86 38 123 80 A.S. (Ted) Taylor. President as CEO NA -3 '93 66.3 227 89 3,975 66.0 219 122 1.012 2163 2,596 2032 ]11.3 43 74 280 121 12225 Greenville Avenue, Suite 330 358 151 733 464 Dallas, TX 75243 X4-3 '94 34.1 57.7 83 4,686 696 194 110 2,059 2.627 2701 2,116 70.3 T%'. 1987: Stock: Agency 195 86 LB 1,750 2,914 1.761 1,413 19.3 222 222 510 349 Workers Comp $ 13.9 78.3 78 4.723 89.6 214.9072272 III 04/29/96 Pnr[ipal Lnes: Workers' Can; Iwo% Irmapal 5talx'. R 100.9% AMB #00211 NAIC #29491 FINANCIAL INSURANCE ERNANGE IM -4 11 9.3 9.6 81.1 3,619 ... - -. 100.0 2,184 1 ,436 28,733 ... - -- 231 48 204 194 American EanNeri Subi Amer Bankers MSUrance Group It 12 711.0 5.9 160 5,895 -- - - 100.0 .3.947 11949 30158 - - --- 207 69 275 188 Eugene E. Bad ker, President %A -4 13 -324 19A 1AD 1,801 .- - -- 100,0 715 1,086 . -- 35,024 - -- -1,353 116 -1131 -794 11222 Quail"A" Drive Miami, Fl 33157 A- r 14 26.6 17.8 556 2,001 --- --- 100.0 '1.087 916 - 3 6322 - -- -331 76 -256 -159 T%: 1972 : Reclp: Agency 100.0 972 30D 40,522 -- -1,185 140 -1.042 870 Personal Lbws A- l 16 -283 291 991 12]2 - - --- . -_ 3052532244 VIII 06103/96 Final States: TA 100.0% AMB #04275 NAIC # 18570 FINANCIAL PACIFIC INSURANCE CO '91 274 56.7 15.0 13047 83.5 122 4.2 8,605 4442 5,143 2.757 53.6 -3,145 863 -2,146 -1.663 Financial Pacific Insurance Co / 631 (No Group Affiliation) 5 '92 16.3 73] 100 13,589 834 12.5 4,1 8352 5.23] 4,172 2,266 54.3 472 962 598 Robot C, Goodell, President B CEO •93 16.1 68.3 156 17.607 387 27.5 33.8 11.717 5,890 9,419 5681 60.3 1.329 1,006 2.434 20!5 PC Box 292220 Sacramento, CA 958292220 9.a B.e '9d 23 no 252 17.875 633 480 87 12.102 5.773 15.072 9.287 Eta -1,029 741 152 -126 CA: 1987 : Stock: Agency, Direct 195 436 9.9 16.952 1238) 2<,695 14.012 56.5 740 LOIB 2.132 2095 CommercialLines. Surety A- 26 768 204 29.339 46.5 916361 8 06 7 y 04/0/1196 erotical Does'.Uni Mui 67.8 %. Com9d Auto Lab 20%. A& Fhyyral 7.21, Surety 33% Forcing Sun. CA 99.3 %: OH 7% AMB 900143 NAIC #31453 FINANCIAL SAVINGS INSURANCE CO NA -2 1l 40.3 23.1 36.6 1.503 79.9 24.7 ♦6 673 630 ... 1,378 1004 -28 -09 A7 -905 Frnancial Savings awrande cc 99 % Nationie Group Corporation AlA_2 12 56.5 435 ... 851 754 253 -0.7 118 743 - -- 1,067 DODO 91 8 C. Clifton Robinson, Presidetn IU -1 193 53.9 45.3 08 853 89.2 7.9 2.9 143 710 - -- 125 1W0 -72 12 LO -38 P. O. Boa 2650 Wain, T% 76702 -2650 NA -2 14 ID00 - -- 777 96.6 - 31 98 679 ... 1 100.0 -56 14 -43 3 TA; 1980: Soda :Agency Commit Lines, Federal Flood IN -2 15 99.8 - 01 .598 AS 48,8 11.4 31 567 !] 30 63.1 -110 30 -110 -112 817-756.5531 1 061171% Primal Din Cami Magi 49.8%, Pay 21.8 %, AW Does 11.0 %, ft Led 0sa 11.4% Rimo SUK TA 100.0% AMB #00232 NAC #43338 - FINANCIAL SECURITY ASSUR INC NA-4 '91 Q 92.6 0.7 574.502 3.1 60.6 363 216524 357,978 109,990 34,412 311 -5,621 27,378 22672 20,522 Ferannal Security Assur Inn Finanoal Secunty Assurance Group NA -4 12 13 973 45 621.809 11.9 57.9 30.2 242.978 378,830 129.110 48,017 37.0 - 14,568 27,649 13.910 22,584 Roden Phillips Cochran, President NA -4 193 IS 90.9 6.3 607,162 04 564 43.2 250,103 357.059 126,144 36,506 28.8 - 39,694 55,349 16411 30.977 350 Park Avenue New York, NY 10022 NA -4 '94 9.0 871 38 628,482 34 53.1 43.5 284.109 344.373 103.493 48,270 45.8 -5,493 33,871 29,081 2089, , NY : 1985'. Stock : Direct Fin Guaranty NR -3 15 41 941 16 909168 E7 51.9 454 441,377 467.791 101,801 118,695 80.1 -10777 43.204 33.796 34.042 2128260100 IA 061241% hmmpol Lines: hisciaS Gunn IWO% Porapal arms'NY382%;MN6.7 %: AfD59%;DE53 %:CA59% AMB #01968 NAIC 9 1828 272 - Call 900 555 BESTfor The latest Bests Ratings. - 1996 BEST'S KEY RATING GUIDE - PROPERTY - CASUALTY 1996 BEST'S KEY RAT*G GUIDE - PROPERTY- OWUALTY EDITION ANNUAL STATEMENT DATA FOR YEARS7991 - 1995 Company Name - RaNng Balance Sheet Operations Rating Unit Name Group Affiliation Lash Principal Officer Best's ModL & SMrb Stocks All Total Um All Police Direct Net Bus. Net Under Net Pretax Mailing Address Rating/ tier Term Other Admitted Loss earned Other Total holders' Premiums Premiums Net writing Investment Operating Net Dom.: Began Bus.: Struct :Mktg FPR Data I( arM 8( A( Prem. L($000)s EDateVe Specialty Fa Year %)t %)s %)s (S 00) ( %) ( %) ( %) (5000) ($000) (5000) (%) (50270) (5000) (EODO) (5000) AMB # NAIC # $COB REINSURANCE COMPANY 11 2.3 81.9 15.8 710,204 66.7 123 21.0 485,877 224.327 2455 171.167 77.5 -307 44,188 43.800 36,503 GOOF U.S. Group A. P 192 262 547,656 210,855 429 185,684 630 41,352 39,902 -1,375 8550 SCOR U.S. Group M p 22 75.3 225 158,511 600 130 Jerome Kamer, President & CEO '93 5.8 79.2 15.0 754,113 68.5 14.7 166 482,218 271,695 1.356 198603 627 - 13,319 37.701 27,084 31,261 Two World Trade Center b p New York, NY 100480178 A 19/ 5.7 79.8 14.5 690.319 769 163 68 446,903 243,416 ... 105,077 631 - 28,634 33,182 2,530 5,631 NY : 1974: Stock : Broker. Direct P '95 1 766 BE 6.8 460,851 272,374 1 -- 205,065 69.9 -3,299 31.274 25,022 22.980 Reinsurance A P 143 71.7 136 733,225 212 3905225 Bit 04103195 Pn cipa. Lines: Rensf:asualry 354 %, Pr1I Pso Auto Las 141%. Homoess 11.0 %, Oh Vas Occur 100% AMB #03599 NAIC #30058 SCOR US. GROUP A+ 91 3.0 793 17.1 ]2&188 65.5 130 21.5 502,161 224,327 2,455 172,710 76.1 4, %1 45,371 40,589 30,719 SCOW US. Gmup SCOR U.S. Group A+ 92 3.6 71.9 24.5 186,738 602 136 262 579,134 207,605 4,922 205,756 67.5 49, %1 42,313 - 7,894. 4.963 Jerome Hanes President & CEO 93 10.2 734 16.4 797,096 69S 16.7 139 5280316 269,070 11,972 236866 RB - 11,539 10433 31,375 31.735 Two Worts Trade Canter A+ New York, NY 10068 -0178 A 94 9.2 77.0 13.8 781,645 732 16.9 100 538,228 243,416 13,667 232,720 75.9 44,093 39241 -7272 -1,109 NY: Conml: Broke, drat 9.0 558,695 272,374 20,673 256,656 81.7 4,432 40,299 28278 26,287 Reinsurance A 95 16.9 682 14.5 831,069 71.0 17.1 212. 3945225 YD 04/03/98 Pral diei RarsCul 35.4%, Pm Ross And, l9E 1/.2 %, NNreoAnas 11.0 %, 6h Eab Oced 10.8% Principal Satz CA 71.7%; NY 18.9 %; N23 %; NJ 2.1 %:612.1% AMB #03873 NAIL #07498 SCOTT CTY FARMERS MUT INS CO '91 132 105 236 88 Scot Cry Farmers Mut Ins Cc NIT ... (NO GmUD Affiliation) Ag '93 � � � � � � . . . Id0 . . . . . . . . . 122 319 JO- -- resdent Gordon.O. '93 ... ... ._ 172 .. - ... ... ... 123 374 57 ... ... ... ... ... Boht, P.O. Box 631 NIT Sikeston, MO 63801 NY '94 - ... 140 � � � ... ... ... 142 395 ... ... ... "' M0: 1890 : Mutual : Agency Fire, Allied Lines '95 ... ... ... ... ... ... ... ... .. - ... ... ... ... ... ... 573472 1406 1 06124196 AMB #10879 SLOTTSDALE INDEMNITY COMPANY M r 91 77.8 219 0.4 1,258 .. - 100.0 33 4226 27,021 ... - 257 257 Ifi9 Nationwide Group NeBOnwitle Group A+ r 92 9.5 87A 3.0 10,546 ... --- 100.0 32 10,514 12,692 ... ... - -- 402 402 288 Max Willie t 8 000 M r 93 4.0 93.0 3.0 10,699 --- 100.0 12 10,887 5,159 -- -- 574 574 373 P.O.BOad110- O. Go, 4110 SmttsdxM, At 85261 A+ 94 IS 77.8 136 33,976 75.5 181 6.1 25,637 8.539 2,801 18,668 100.0 -2,315 1,517 424 -2,0% OH : 1985: Stack: drat Workers Comp, Personal Auto A+ P P 95 5.4 813 127 35,674 74.3 17.5 8.1 27,419 8255 8,684 15285 100.0 -2,137 1,908 -282 -232 614 - 249-7111 %Y 003796 pygAyUres: Pre Pass AM Iaab 311 %, Wb Phyumi 1&8 %, Werna,'Comp 120 %, IlhneoaYes 102% Primple State G 46.0%; At 27.3 %:6144%;6110.4 %: IN 1.5% All #01931 NAIL #15580 SCOTTSDALE INSURANCE CO '91 511 87.2 8.1 512.187 59.5 20.1 204 365,008 117.179 543.189 288,514 529 - 23,599 31,059 7.043 -6007 Nationwide Group A+ P Nationwide Group A+ P '92 4.2 07.7 8.1 676032 59.1 15.1 258 524,194 151.838 610,177 274,604 44.9 - 28,223 40221 111597 210 Max Williamson President A. 93 4.7 857 96 780,394 60.8 138 254 622,285 158.109 598,760 292,324 48.7 -22979 48.053 24,323 11.216 P.O. Box 4110 p Srotlsdale,AZ 85261 A. p '94 3.6 81.5 150 805,536 615 143 230 625,210 180,326 603,035 296,443 48.9 - 29,386 48.159 18,263 18121 OH : 1982 : Stock : Agenry &Surplus A+ 195 1,4 166 240 919,740 553 130 31.6 736.910 162.830 563,596 305.705 463 42.130 67,529 3110 5.026 Excess 6029480505 IN P 06103196 Proppal U. For, Pass Amo Wb 34.8 %, Autc PhyYxall 18.8 %. WOM1es Comp 120 %. hwaceres 101% Piircipal States'. CAJ8.0 %:RIIA %. TXII.I %:X11.8 %tU50% AMB #03292 NAIL #41297 SCPIE INDEMNITY CDMPANY Suulhen CAI Physicians Group Soldhem CM PhYSkJans Group Goal J. 2uk, President ' P.O. Box 4015 Bdnedy, Hills, CA 902134015 CA: 1995: Stock Medical Mal A P 95 29.8 69.6 01 5,760 .. -.. 100.0 % S,fi69 ... ... . -- -8 264 256 169 310551 -5900 111 01 AMB le 11800 NAIC # 10352 THE SEA INSURANCE CO OF AMER A+ '91 8.5 83.1 83 290214 160 21.2 d.8 196104 94,110 63,919 86.121 53.5 -511 16613 16,040 13691 Sun Alliance Pool g Sun Alliance Group M+ S '92 51 86.8 80 280.035 159 209 3.2 IJ9,481 100554 350 69,972 104.3 1.737 15061 16.156 12SG. John A. Moore, President M+ '93 5.1 87.3 76 299,890 72.3 24.2 3.5 195,508 104,382 170 07,941 99.8 2193 15,230 17.351 10305 251ndecandence Boulevard g Warren. NJ 07059 A ++ '94 0.9 87.8 7.3 308.492 71.6 219 3.7 200,799 107,692 -128 102.077 100.1 -2,722 16.357 13,448 N.759 NY : 1876: Stock: Agency g '95 44 206,572 142.687 1 107.528 100.0 -1.269 16,708 15,305 11.022 Multiple Lines A ++ g Y 5.5 86.8 7.7 349,259 701 254 9085800800 P 07/05195 Pnndpal lion'Can'I MulsPenl 239 %Honowners 17.0 %. writers ' Came 6.6 %. Inlind Nance 0.5% Principal Staten: NY 1037% ARE #02094 NAIC #20354 SEABOARD INSURANCE COMPANY Seaboard Insurance Company (No Group AHllution) Rov eid Turtor, President q3 Z. 3 66.1 8,631 61.6 35.9 LS ].IIS 1,516 5294 100.0 -179 103 221 122 20 Providence Pace .4 43 Providence. RI 02903 Ill 94 1.0 34D 65.0 8,083 53S 46.5 ... 6,695 1,388 -- 71091 100.0 -585 573 -12 M: 1991: Stock XR -1 95 1.6 121 55.6 15,161 65.6 28.2 6.3 11,827 3,331 ..- 9,692 1000 14 513 587 383 203961 -9000 11 06721/% AMB #11544 NAIC #40741 SEABOARD SURETY COMPANY 91 73 833 94 225,833 40.7 444 150 133,397 92436 108081 54653 500 13.649 16.704 27,808 20.926 Seaboard Surety Company Aa The St. Paul Companies A. 192 4.1 83.9 120 235,506 39.8 45.4 10.0 134,206 101.301 109,641 58.580 534 4,710 15,358 17,553 14.201 George F. Thompson, President& CEO '93 4.4 084 22 252.567 39.0 454 156 133907 118,660 104937 60,365 573 1ISO 14,964 25,139 18049 P.O. Box 751 Bedminster, NJ 07921 b Aa '94 4.8 90.8 4.3 272,151 41.8 45.8 12.5 145342 126,809 108099 65954 60.7 418 16441 15067 10.591 NY: 1928: Stock: Agency Surety, Professional Liab 1+ '95 36 957 0.6 298.150 460 43.6 104 159,196 130,954 100,223 64,409 640 1.448 18,086 20.159 15315 908.6583500 VIII U103195 A peal lira'. Surety 736 %. Oh Ueb Occur 134%. Oh Uab C'.Made 10.6 %. Fdeliry 25% Prrropell State'. NY 160 %; TX 8.8 %'. CA 83%: MA 7.796'. R 6. Is AMB #00823 NAIC #22535 644 - Cal] 900- 555 -BEST for the latest Best's Ratings. - 1996 BEST'S KEY RATING GUIDE - PROPERTY- CASUALTY I N LL O Q a • Z w V C m GQ K1 LU a° Y W d Z O LL 3 O t_7 U j a II v n P O W lL oE¢r Q o v r< zI °z w < ¢ w ell Z u O Z o H U w c M a x W S x o �.jc x+00 0000000 ^ Z o 1 oo�n0000 ^� M m n t0 m m P m Vf m m N O m m m ^ O Q N N N H H H H H H C Q 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o �o ovi wvi mm vi -. ai d 000 N m w H w N w w x F- In w H O w O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o `"' om mo 000�no rNO ono V 0 of N m n m N N m m m V1 M w n w P °' 2�N rH�nHwwHwH w w H� w `c N¢wNH NH H w w 0 V f. 000000 16 mo 000 0o x o m o 0 0 o w H P H P o 0 0 o K N 0 0 0 0 0 0 c 00 O O O O O O 0 0 0 ~ O N 0 0 0 0 0 0 0 0 0 0 0 0 0 m Z o m o 0 0 0 0 0 o w o 0 0 0 o P c O O m n m m m o m N P m w o N o ° N Q w N N N m H N w N H N U (7 0 0 0 0 0 0 0 0 0 0 0 0 0 0 n i-o 000 0 �n �d 0 00 0000 x O H M N N O M H 0 0 0 0 m O N O N w w H w N w H w H 0 0 0 0 0 0 00 0 0 0 0 0 0 ovai o0 do 6 0 0000 ,^p Z O N m N 00 O O O ^ O 0 0 0 m O O r N m .w O P m m O O m vi m N t0 N f P N H M w m M P H m w m H r � -10 H Nw N m j Q H N w H H H V 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 x 0 0 0 0 0 0 o P o 0 0 0 0 ~ w m O n m P O w H N w woom O o 0 0 in vf'i N H N N H H N 0 0 0 0 0 0 0 0-0 0 0 0 0 0 0 0 °o 0 0 0 0 0 0 0 ° 0 0 0 0 0 000000000 0 0000 '^,� Z o P P N x 0 0 0° n N x 0 0 0 00 m 0 0 0 0 0 O O M n N P m O m N N m O M M m wHw y Q w w H y� w E w o 0 0 o o o o 0 o�o o o o 0 °° o O O o 0 o O n o o° 0 0 _ V ro° O O LA Nw ° 0 0 0 O w H o o o o H J J J W w w H N J In F J J J J F N n 010- ° O O Z m m N m m m Q 3 m w Y_ N Z O f U O o V N m VI IA Q Q Q N H N U q m¢ a F z z z m m 3 x �aaaaaaaa��o�itw i F I IT -j- M a x W S i rvl LL O w Q D. U Q W m O a W Z LL F LW. Z W f CL W 0 N Y cr 3 U J Q1 CL CL m W: mi of �I H Q O O U U Z O � I I O W O i } mo 0 m rp; 1 6 a � ZIIO N Z vIZ N� aIG�G Q w W J H O Z K H Ah a a 0 0 0 0 0 0 0 0 0 0 0 0 0 O o 0 0 0 0 0 O 0 0 0 0 0 0 0 O O 000000000100000 .00000000001N0000 ` o W o; mnv+oo0o N �n a 0 � O a; m m ,i P 0 Q w w N '- o 0 0 o 0 0 0 0 O M 0 0 0 0 0 u O O O O O O O O O m 0 0 0 0 0 E 0 0 0 0 0 0 b w O m o 0 0 0 � r Z o o n H O o m 0 o o o H ;m; w m H p o o 0 0 0 0 o c o' N M H w mN H w 00 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O G loo D 00 om W W m mo�+0 o 0 0 0 In 0 omo 0 0 0H 00 00 00 m O W e P Vf O P e e M N W 0 M h N P N N H Z u 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 s O O . o O O o . o O . m o O O . o O x . 0 0 . 0 . 0 . 0 0 . . V e o . o . N . O o . 0 . 0 O 0 O Z O O m N W � m O �f O N H N N w H H O of O 0 O 0 O 0 m H H N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O ZO O w 0 0 0 0 0 0 0� 0 0 0 0 O 0 O N n N 0 0 of 0 O 0 N N O O O O O N - O O N M O1 of M N m of O O m C w H N O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O of 0 0 0 0 0 tr o c �i000 o e 00 '0000 0 s Z O O N v� O H H N H t0 O O O O N � ry H H N P r V1 v) vl w N O O o 0 0 0 0 0 0 0 0 0 0 0 0 O o 0 0 0 0 0 0.0. 0 0.0. 0 0 O O F o o X 0 0 0 0 0 0 00 Z 4 7 0 N w 0 0 0 0 0 ry 0 0 0 0 mH r < Q p N H m N H N P H H w H H N H H H P 0 tJ N H 0 C O O p O O O O O O N O O O O °1 i 1I J N LL N W Q 6 Z U w Lu Q CD Q a 0W a 0 w Y Z 0 3 r� � r CL 0 �i mIl m O I O Y w U Z 0 P Q 0 J �yj F Fn H O m Y M d LL zioZ «iZ W Q ui�ZLL �oz. UWO A F- 1 c 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 F 0 0 0 vi G vi 0 0 0 0 0 0 0 0 0 O o 0 0 0 0 » 0 0 0 0 M m V 7» O P P N 0 0 0 » 0 0 0» O Ot m A n N M P M» m M N O A m N 4 H 2 p y c°v 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N ro�oo vi »ao �++ - =tidodo i m N o n m y p y y H H H 3 p» 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 F O 0 O 0 O 0 O 0 O 0 O 0' O o 0 0 0 0 0 0 0 0 0 Z O O O O O O O N O A n 0 0 O O » V o P m o 0 0 o n» o 0 0 » m m m ry 2 p H» y w y p w V Q w NH w w w w w H 0 0 O 0 000 0 0 0» O O O O m m O 0 O 0 O 0 O 0 O 0 A 0 00 o 0 0 0 0 0 o e� H w 0 P o w n P o 0 0 0 0 0 0 o z r z o m w o o» p p o o» o F n N y N H H w y p N w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 F Z 0 g 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 a o Mo o 0 m 0 m 0 m 0 P 0 o 0 0 0 o 0 O » m 0 » 0 0 0 A O p A A N m O m N P m» o O o N H P w p w H H N H N H » C O w U 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0� o 0 0 0 0 m o 0 0 0 o vi e o 0 0 0 0 0 0 i C Z O H N N O y H H w H 0 0 0 0 ~ m 0� p w � � m » 0 0 0 y- N H w H H N r H H y H 00000000 0 0 0 0 0 0 0 0 0 O o 0 0 0 0 0 0o 0 Zo 0 oi 0 0 o 0 00 0 m m m o 0 0 0 O o 0 O O N N m m O m 0 1 » y m M P» 10 N m P O A m w � H N Q w p w y w H p w 2 0 0 0 0 0 0 0 0 0 0 0 0 00 0 o O O o O o N o o P o 0 0 0 0 LL F o lc 0 0 0 v� 6 n 0 » 0 0 0 0 s "' Z O O n p m m O+ P P O m H H N w p H 0 M 0 O 0 m F » �m H'^wm mPOn 00 0 O ° 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0°°°° 0 O 0 0 0 0 0 0 0 0 0 » 0 0 0 0 .d. Z O O O O P P O A O O» O O O O O O O n m O » 0 0 -0- 0 0 0 E O O Ol A n m M O m N N M O M» H M w «� N QHy w w w p P w w y yww y v �y W 0 0 0 0 0 0 0 0 0 » 0 0 0 0 0 0 0 0 0 o 0 0 0 ono 0 0 0 0 °m °o 0 o w w° w 0 °0 0 0 0 W Z O H H m »» w p 0 0 0 0 ui w H M J LL J LL J W Q W W N V LL J N C F »» J J M J VI J r r 0 O 0 » Q» 0 0 O N, N N m 0 d i A O d Y V 1O d a a cc •� O (b y N J dc 0 0 0 U V LL C Q d M ; ;'O V L o C d C n N �aaaaaaaa�����w F. X w 7 -- U � 13381S q*GZ U 2 . w Q O � 13381S W-9Z EO w a 133"S Z 133HIS q4-6Z - - O F- W ' W I LLJ ,I ® .. -\\13381S X LLJ NOTICE INVITING BIDS c;d 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 2:30 o'clock p.m. on 29th day of October, 1996, at which time such bids shall be opened and read for: WEST NEWPORT SEWER MAIN REPLACEMENT PROTECT Title of Project C -3111 Contract No. $ 469,000 - Schedule "A" $ 408.000 - Schedule "B" Engineer's Estimate rot 'v v�` Q �e �n Approved by the Public Works Department this 9th day of October, 1996 Prospective bidders may obtain a set of contract documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92658 -8915 For further information, call Michael 1. Sinacori at (714) 644 -3011. Project Manager 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT - UTILITIES WEST NEWPORT BEACH SEWER MAIN REPLACEMENT PROJECT CONTRACT NO. C -3111 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P.O. Box 1768 Newport Beach, California 92658 -8915 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and shall perform all work required to complete Contract No. C -3111 in accord with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: NOTE: All applicable sales taxes, State and /or Federal, and any other special taxes, patent rights or royalties shall be included in the prices quoted in this proposal. SCHEDULE "A" WORK ITEMS All Construction Plan Sheets Included ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 1. Lump Sum Mobilization, demobilization and cleanup. Five Thousand Dollars and No Cents $ 5.000.00 $ 5.000.00 Lump Sum 2. 3412 L.F. Remove existing 8 -inch concrete gravity sewer pipe and install 8 -inch PVC gravity sewer pipe (SDR -35) with permanent trench resurfacing. Seventy -Eight Dollars and No Cents $ 78.00 Per Lineal Foot P -1 Schedule "A" $ 266.136.00 SCHEDULE "A" WORK ITEMS All Construction Plan Sheets Included ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 3. 93 L.F. Remove existing 12 -inch VCP gravity sewer pipe and install 15 -inch PVC gravity sewer pipe (SDR -35) with permanent trench resurfacing. Eighty -Two Dollars and No Cents $ 82.00 $ 7,626.00 Per Lineal Foot 4. 257 EA Remove existing sewer lateral and replace with new PVC (SDR -35) sewer lateral and cleanout per CNB STD -406 -L with permanent trench resurfacing. Five Hundred Dollars and No Cents $ 500.00 $128.500.00 Per Each 5. 3 EA Remove existing terminal sewer clean- out and replace with new terminal sewer cleanout per CNB STD - 400 -L. One Thousand Five Hundred Dollars and No Cents $1.500.00 $ 4.500.00 Per Each 6. 1 EA Remove existing sewer manhole and replace with new 48 -inch sewer manhole per CNB STD - 401 -L. Five Thousand Dollars and Nn Cents $ 5,000.00 $ 5,000-0Q Per Each 7. 8,000 S.F. Remove and replace additional existing concrete pavement in accordance with project specifications. Six Dollars and No Cents $ 6.00 $ 48,000.00 Per Square Foot P -2 Schedule "A" SCHEDULE OF WORK ITEMS All Construction Plan Sheets Included ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 8. 1,000 S.F. Remove and replace additional concrete sidewalk. Three Dollars and Nn Cents $ 3.00 $3,000.00 Per Square Foot 9. 200 L.F. Remove and replace additional existing curb and gutter. Twenty -Five Dollars and No Cents $ 25.00 $5,000.00 Per Linear Foot 10. 16,500 S.F. Grind 11/z" AC pavement. No Dollars and Fifty Cents $ 0.50 $ 8.250.00 Per Square Foot 11. 325 Tons Construct 11/z" asphalt concrete finish course. Dollars and Cents $ 60.00 $19.500.00 P -3 Schedule "A" Per Square Foot 12. L.S. Test and flush new sewer mains. Three Thousand Dollars and No Cents $ 3.000.00 $3,000-00 Lump Sum 13. L.S. Provide construction dewatering. Three Thousand Dollars and No Cents $ 3.000.00 $ 3,000.00 Lump Sum P -3 Schedule "A" SCHEDULE OF WORK ITEMS All Construction Plan Sheets Included ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 14. L.S. Provide traffic control. Six Thousand Dollars and Nn Cents Lump Sum ' .111 11 ' .111 II1� 15. L.S. Excavation safety measures including adequate sheeting, shoring and bracing or equivalent methods for the protection of life and limb, which shall comply to applicable safety orders. Six Thousand Dollars and No Cents $ 6.000.00 Lump Sum Total Schedule "A" Price in Written Words of Bid Items 1 through 15: Five Hundred Eighteen . 111 11 Thousand Five Hundred Twelve Dollars and No Cents $ 518,512.00 Total Price Schedule "A" Bidder's Name SEVEN C'S CONSTRUCTION INC. Bidder's Address P.O. BOX 4018 DANA POINT CA 92629 Bidder's Telephone Number (714) 493 -4774 Contractor's License No. & Classification 671159 CLASS A 5/97 Expiration Date 10 -29 -96 S /KELLY Z CORNISH SEC./TREAS. Date Authorized Signature & Title P-4 Schedule "A" • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT - UTILITIES WEST NEWPORT BEACH SEWER MAIN REPLACEMENT PROJECT CONTRACT NO. C -3111 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P.O. Box 1768 Newport Beach, California 92658 -8915 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and shall perform all work required to complete Contract No. C -3111 in accord with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: NOTE: All applicable sales taxes, State and /or Federal, and any other special taxes, patent rights or royalties shall be included in the prices quoted in this proposal. SCHEDULE "B" WORK ITEMS Construction Plan Sheets 1 through 11 and 15 ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 1. Lump Sum Mobilization, demobilization and cleanup. Five Thousand Dollars and No Cents $ 5,000.00 $ 5,000.00 Lump Sum 2. 2580 L.F. Remove existing 8 -inch concrete gravity sewer pipe and install 8 -inch PVC gravity sewer pipe (SDR -35) with permanent trench resurfacing. Seventy-Eight Dollars and Per Lineal Foot Cents $ 78.00 $ 201.240.00 P -1 Schedule "B" 0 0 SCHEDULE "B" WORK ITEMS Construction Plan Sheets 1 through 11 and 15 ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 3. 93 L.F. Remove existing 12 -inch VCP gravity sewer pipe and install 15 -inch PVC gravity sewer pipe (SDR -35) with permanent trench resurfacing. Eighty -Two Dollars and No Cents $ 82.00 $ 7.626.00 Per Lineal Foot 4. 193 EA Remove existing sewer lateral and replace with new PVC (SDR -35) sewer lateral and cleanout per CNB STD -406 -L with permanent trench resurfacing. Five Hundred Dollars and No Cents $ 500.00 $ 96,500.00 Per Each 5. 2 EA Remove existing terminal sewer clean - out and replace with new terminal sewer cleanout per CNB STD - 400 -L. Five Hundred Dollars and No Cents $ 500.00 $1.000.00 Per Each 6. 1 EA Remove existing sewer manhole and replace with new 48 -inch sewer manhole per CNB STD - 401 -L. Five Thousand Dollars and No Cents $5,000.00 $ 5,000.00 Per Each 7. 8,000 S.F. Remove and replace additional existing concrete pavement in accordance with project specifications. Per Square Foot Dollars and Cents $ 6.00 $ 48,000.00 P -2 Schedule "B" SCHEDULE "B" WORK ITEMS Construction Plan Sheets 1 through 11 and 15 ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 8. 1,000 S.F. Remove and replace additional existing concrete sidewalk. Three Dollars and No Cents $ 3.00 $ 3.000.00 Per Square Foot 9. 200 L.F. Remove and replace additional existing curb and gutter. TwenIX -Five Dollars and No Cents $ 25.00 $ 5000.00 Per Linear Foot 10. 16,500 S.F. Grind I'/?" AC pavement. No Dollars and Fifty Cents $ 0.50 $ 8.250.00* Per Square Foot 11. 225 Tons Construct 1' z" asphalt concrete finish course. Sixty_ Dollars and No Cents $ 60.00 $13,500.00 Per Square Foot 12. L.S. Test and flush new sewer mains. Three Thousand Dollars and No Cents $ 3.000.00 $ 3.000.00 Lump Sum 13, L.S. Provide construction dewatering. Three Thousand Dollars and No Cents $ 3.000.00 $ 3.000.00 Lump Sum P -3 Schedule "B" SCHEDULE "B" WORK ITEMS Construction Plan Sheets 1 through 11 and 15 ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 14. L.S. Provide traffic control. Six Thousand Dollars and No Cents $ 6.000.00 $ 6.000.00 Lump Sum 15. L.S. Excavation safety measures including adequate sheeting, shoring and bracing or equivalent methods for the protection of life and limb, which shall comply to applicable safety orders. Six Thousand Dollars and Cents $ 6.000.00 $ 6.000.00 Lump Sum Total Schedule "B" Price in Written Words of Bid Items 1 through 15: Four Hundred Seven Thousand One Hundred Sixteen Dollars and No Cents $ 412.116.00* Total Price Schedule "B" Bidder's Name SEVEN C'S CONSTRUCTION INC Bidder's Address P.O. BOX 4018 DANA POINT CA 92629 Bidder's Telephone Number 1714) 493 -4774 Contractor's License No. & Classification 671159 CLASS A 5/97 Expiration Date 10 -29 -96 S /KELLY Z. CORNISH, SEC./TREAS. Date Authorized Signature & Title P-4 Schedule "B" • INSTRUCTIONS TO BIDDERS • Page 2 The following documents shall be completed, executed and received by the City Clerk in accord with the "NOTICE INVITING BIDS ". L PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON - COLLUSION AFFIDAVIT 6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the documents. The City of Newport Beach will not permit a substitute format for the documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. In accord with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 671159 - A 5/97 SEVEN C'S CONSTR., INC. Contr's Lic. No., Class. & Exp. Date Bidder 10/29196 S /KELLY Z. CORNISH. SECITREAS. Date Authorized Signature and 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. Subcontractor Address 1. 2. 3. 4. 5. 6. 7. 8. 9. 10 1L 12. Subcontract Work SEVEN C'S CONSTR., INC. Bidder S /KELLY Z. CORNISH. SEC./TREAS. Authorized Signature and Title BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, Page 4 That we, SEVEN C'S CONSTRUCTION, INC., as bidder, and TIG PREMIER INSURANCE COMPANT, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Fifty -Six Thousand Two Hundred Eighty & No /100 Dollars ($56.280.00), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of WEST NEWPORT BEACH SEWER MAIN REPLACEMENT PROTECT C -3111 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 22ND day of October, 1996. (Attach acknowledgement of SEVEN C'S CONSTRUCTION, INC. Attorney -in -Fact) Bidder Notary Public Commission Expires S /KELLY Z CORNISH. SEC./TREAS._ Authorized Signature and Title TIG Premier Insurance Company Surety By: S /KENNETH A. COATE Title: Kenneth A. Coate, 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. SEVEN C'S CONSTR., INC. Bidder SMELLY Z CORNISH. SEC./TREAS. Authorized Signature and Title Subscribed and sworn to before me this 29th day of October, 1996. My Commission Expires: 2/4/97 S/MARILEE L. DELEONE Notary Public, #953424 • • 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. 1995 City of La Mesa David Laslo (619) 667 -1151 Haberson Storm Drain Improvements 1996 City of Dana Point Gerry Anderson (714 ) 248 -3575 Copper Lantern Storm Drain Improvements 1995 Mission Viejo Co. Greg Kibble (714) 855 -5740 Aliso Viejo Storm Drains (MR -A67) 1995 City of San Juan Capistrano John Reynolds (714) 493 -3171 Sacrama Storm Drain SEVEN C'S CONSTR., INC. Bidder S /KELLY Z. CORNISH, SEC./TREAS. Authorized Signature and Title NOTICE i, Page 7 The following contract documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of mailing the Notice of Award to the successful bidder: PAYMENT BOND (pages 8 & 9) FAITHFUL PERFORMANCE BOND (pages 10 & 11) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12,13 &14) WORKERS' COMPENSATION INSURANCE CERTIFICATION (page 15) CONTRACT (pages 16 & 17) The City of Newport Beach will not permit a substitute format for these contract documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Payment and Faithful Performance Bonds shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) meeting the Policyholder's Rating and Financial Size Category criteria in the paragraph below. Insurance Companies affording coverage and sureties issuing bonds shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accord with the latest edition of Best's Key Rating Guide: Property - Casualty, except as modified by the Special Provisions. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications -for Public Works Construction, except as modified by the Special Provisions. "SV3MJ h0. Lf01 -04561 • ,PREMIUM: IS INCLUDED Page 8 trr •r � • • KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted November 12, 1996 has awarded to SEVEN C',5 C0NS3XUC -a0K INC.. horcit%af+or riocignatPri as tha " Principal", a contrart fnr WEST NEWPORT BEACH SEWER MAIN REPLACEMENT PROJECI CONTRACT NO. C -3111 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We SEVEN C'S CONSTRLIf' ON, INC'. as Principal, and Intercarao Insurance Company as Surety, are held firmly bound unto the City of Newport Beach, in the sum Four Hundred Twelve Thousand One Hundred Sixteen & No /100 Dollars ($41,11M, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions or other supplies, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 0 Page 9 'I he bond shall inure to the benefit of any and all parsons, 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 regnired by the proviaiona of Section 3247 et cell. 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 G "*raGt O f0 dta WOrII. Or tl' �.�QfiC�►,ON. In the event that any principal above named executed this bond ac 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 the15tlgay of November, 1996. SEAL #119 SMM CS CONSTRUCTION INC (Seal) Name of Contractor (Prindp�) �Keuv.'A�'Corrtisk Sec./Treas. Authorized Signature and Title Intercargo Insurance Company (mil) Name of Surety 1450 East American Lane, 20th Floor Schaumburg, Illinois 60173 Address of Surety Kennet A ate, Attorney in Fact Signa ure and Title of Authorized Agent 6876 Indiana Avenue, Suite I Riverside, CA 92506 Addr= of Agent 909 - 341 -6466 Telephone Number of Agent CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA COUNTY OF Riverside ) On November 15, 1996 before Inc. Julia B. Lucio. Notary Public NANI F.'rn LE OI UPrR'ER, Eu., -JANE ODE, NOTARY PVI%LI(." personally appeared Kenneth A. Coate. Attorney in Fact (x)personalh, know to me -OR- ( )proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and 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. gmLUCIO 033499 z - CALIFORNIA y OUNTY July 28, 1998 OPTIONAL INFORMATION TITLE OR TYPE OF DOCUMENT: Payment Bond DOCUMENT DATE: SIGNER(S) OTHER THAN NAMED NUMBER OF PAGES'. 8040'NO. LFOI -04567 PREMIUM: $8,242.00 Page 10 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted November 12, 1996 has awarded to SEVEN CIS CONSTRUCTION. INC.. hereinafter designated as the "Principal', a contract for the WEST NEBTORT BEACH SEME MAIN REPLACEMENT PROJBCr COhjTRACT NQ, C-3111 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, SEVEN C'S CONSTRUCTION. INC.. as Principal and Intercargo Insurance Company as Surety, are held and firmly found unto the City of Newport Beach, in the sum of Four Hundred Twelve Thousand One Hundred Sixteen & No /100 Dollars (S 412,116,4 . 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 CONDMON 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. Page 11 And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WFURF.OF, this instrument has been duly executed by the Principal and Surety above named, on the 15th day of November, 1996. SEVEN C'S CONSTRUMON, INC. (Seal) Name of Contractor (Fraidwo Cornish, Sec. /Treas. Authorized SWAtum and Title Intercargo Insurance Company (Seal) Name of Surety 1450 East American Lane, 20th Floor Schaumburg, Illinois 60173 Address of Surety Kenn 44 . Coate, Attorney in Fact @. lure and Title of Authorized Agent F ' 6876 Indiana Avenue, Suite I -° Riverside, CA 92506 Address of Agent n,,, �LL��;�� 909- 341 -6466 �` #119 Telephone Number of Agent 6 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA COUNTY OF Riverside ) On November 15 1996 before me, Julia B. Lucio. Notary Public NAN11" MU OP OPF4tiER - f: G. `1,\NE nUiC NQr\Rp PU1pdC "" personally appeared Kenneth A Coate, Attorney in Fact (x)personally know to me -OR- ( )proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his/her /their authorized capacity(ies)_ and that by his/her /their signaturc(s) on the instrument the person(s). or the entity upon behalf of which the person(s) acted, executed the instrument. W TNESS my hand and official seal. 1 — JULIA B. LUCIO COMM. #1033499 NOTARY PUBLIC - CALIFORNIA CA,_ NO] ARY PUTILIC SICNA -1IRV. RIVERSIDE COUNTY My Comm. Expires July 28, 1 996 c4 OPTIONAL INFORMATION TITLE OR TYPE OF DOCUMENT: Performance Bond DOCUMENT DATE: NUMBER OF PAGES: SIGNER(S) OTHER THAN NAMED ABOVE: vOID IF NOT USED BY: INTERCARGO INSURAqfllF COMPANY 1450 East American LanWOth Floor ®�D�����.lDgD nn Schaumburg, Illinois 60173 -5458 1 800 -394 -3924 No Power of Attorney on this form shall be valid as to bonds, undertakings, y recognizancas or other written obligations approval Cortle POWER N executed on or a sa'Ide pration fter date �i','��1 -04aD6 IIIIIII VIII 1111111111111111111111111111111111111111111 � r PRINCIPAL Il tiYyeAA HIS �t. 1aA YASt 1'UIIn 110A ➢r l ➢C= '),41011 Violet I-,ar➢tern 9t„ Dana point, OBLIGEE 'L..id)• of cM1Vp➢o rt Beach 2 QD1D Blyll. New1porf Beach CA 926,58 DESCRIPTION &LOCATION OF OBLI GATIO N W e,qf 14- Wp0rt 9YAch Sewer Main Replacement, Location, :Newport Beach, CA PENAL SUM PRINCIPAL TAX ID. PROJECT N $4ll2,1.lib.001 1 C -1111 LIMITED POWER OF ATTORNEY To be used only in conjunction with the bond specified herein. This Power of Attorney may not be used in conjunction with any other Power of Attorney. This Power of Attorney is void if altered or erased. This Power of Attorney bears the numbered seal of INTERCARGO INSURANCE COMPANY. No representations or warranties regarding this Power of Attorney may be made by any person other than an authorized officer of INTERCARGO INSURANCE COMPANY, and must be in writing. Questions or inquiries regarding this Power of Attorney must be addressed to INTERCARGO INSURANCE COMPANY, Attention: Contract Bond Underwriting Department. This Power of Attorney shall be governed by the laws of the State of Illinois. KNOW ALL MEN BY THESE PRESENTS: That INTERCARGO INSURANCE COMPANY, a corporation organized and existing by virtue of the laws of the State of Illinois does hereby nominate, constitute and appoint: Kenneth A. (.oale its true and lawful Attorney -in -fact to make, execute, attest, seal and deliver for and on its behalf, as surety, and as its act and deed, where required, any and all bonds, undertakings, recognizances and written obligations in the nature thereof, as follows: Bitl License nnc& Fernnit anti Di �0 acellaneouns mortis up to $500,000 11 "erlornnance & hsynnent 4ontls utip to $1,4,00,QD00.00 Court Bemis nun to $ )dDR,D,4DQDD IN) Such bonds and undertakings, when duly executed by the aforesaid Attomey -in -fact shall be binding upon the said Company as fully and to the same extent as if such bonds and undertakings were signed by the President and Secretary of the Company and sealed with its corporate seal. This appointment is made under and by authority of the By -Laws of the Company, which are now in full force and effect. STATE OF ILLINOIS ss. COUNTY OF COOK 1, Michael L. Rybak Secretary of the INTERCARGO INSURANCE COMPANY a corporation of the State of Illinois, do hereby certify that the above and foregoing is a full, true and correct copy of Power of Attorney issued by said Company, and that 1 have compared same with the original and that it is a correct transcript therefrom and of the whole of the original and that the said Power of Attorney is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, 1 hav```*Y�y�tt�dl'I,t'�pj 4.d and affixed the seal of said Company, at , ,..... ,..1 e6(7ha,,,h➢nrg,Illinois In day of Novewher 96 CON- 24L109/961 QCAI" albllth SECRETARY RESOLUTIONS OF THE BOARD OF DIRECTORS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company on the 5th day of December, 1988: "RESOLVED, That the President, or any Vice President of the Company or any person designated by any one of them is hereby authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute in behalf of the Company, bonds, undertakings and all contracts of suretyship, and that any Secretary or any Assistant Secretary of the Company be, and that each or any of them hereby is authorized to attest the execution of any such Power of Attorney, and to attach thereto the Seal of the Company. FURTHER RESOLVED, That the signature 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 thereafter valid and binding upon the Company with respect to any bind, undertaking or contract of suretyship to which it is attached." Bonds executed under this Power of Attorney may be executed under facsimile signature and seal pursuant to the following Resolution adopted by the Board of Directors of the Company on April 4, 1987: "RESOLVED, That the signatureof James R. Zuhlke, as President of this Corporation, and the seal of this Corporation may be affixed or printed on any and all bonds, undertakings, recognizances, or other written obligations thereof, on any revocation of any Power of Attorney, or on any certificate relating thereto, by facsimile, and any Power of Attorney, any revocation of any Power of Attorney, bonds, undertakings, recognizances, certificate or other written obligation, bearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation." IN WITNESS WHEREOF, the INTERCARGO INSURANCE COMPANY has caused its corporate seal to be here unto affixed, and these presents to be signed by its duly authorized officers this 10th day of September , 1996 . INTERCARGOO INSURANCE COMPANY SUp4.,,, BY: PRESIDENT 3�a�CY "�U?4tF �31 91 SEAL : g '_ l2'. LJ ,: ATTEST: uiNO% ,ai SECRETARY STATE OF ILLINOIS SS. COUNTY OF COOK On this 10th day of September ,1996 before me personally came James R. Zuhlke to me known, who, being duly sworn, did depose and say: that he is President of the Corporation described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the aforesaid instrument is such corporate seal and was affixed thereto by order and authority of the Board of Directors of said Company; and that he executed the said instrument by like order and authority. OFFICIAL SEAL ELIZABETH BRANCHER NOTARY PUBLIC, STATE OF ILLINOIS MY COMMISSION EXPIRES: 10/05/95 NOTARY PUBLIC 0 POLICY NUMBER:CLS278536A COMMERCIAL GENERAL LIABILITY CG 20 10 10 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: CITY OF NEWPORT BEACH P.O. BOX 1768 3300 NEWPORT BOULEVARD NEWPORT BEACH, CA 92658 -8915 ATTN: MICHAEL J SINCOR (if no entry appears above, information required to complete this endorsement will be shown in the Declara- tions as applicable to this endorsement.) WHO IS AN INSURED (Section 11) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that in- sured. "It is understood and agreed that such insurance as is afforded by this policy shall be primary insurance as respects any claim, loss or liabi- lity arising directly from the insuredS.operations, but -only as respect:; work performed by the.name insured. And any other insured maintained by the additional insured shall be excess nad non- contributory with the insurance provided herein." CG 20 10 10 93 Copyright, Insurance Services Office, Inc., 1992 NID 1" -'E'6_ THI_I 01 c I I PH Sev, n C� EA COAST INSURANCE AGENCY, INC. 0012 IVY GLEN.DRIVE #295 AGUNA NIGUEL, CA. 92677 EVEN C'S CONSTRUCTION, INC. 4101 VIOLET LANTERN ANA POINT, CA. 92629 i 1 4 4 9 6 = 4 0 : -. F' . 0 1 COMPANIES AFFORDING COVL-RAGE COMPANYA SCOTTSDALE INSURANCE CO. LETTER COMPANY B LETTER FINANCIAL INDEMNITY CO. COMPANY LETTER L"" - D ETT]ER i vinrnn I E LETTER THIS 15 TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED YO 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 I$ SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE, D POLICY EFFECTIVE EXPIRATION TR TYPE OF INSURANCE NUMBER DATE DATE ALL LIMITS IN THOUSANDS GENERAL LIABILITY (OCCVRENCE BASIS ONLY) GENERAL AGGREGATE X COMMERCIAL COMPREHENSIVE PRODUCTSICOMPLETED $ A OWNERS 6 CONTRACTORS LS278536A 5 -7 -96 5 -7 -97 OPERATIONS AGGREGATE 1,000,000 CT CONTRACTUAL FOR SPECIFIC PERSONAL INJURY `$ 1,000,000 CONTRACT EACH OCCURENCE $ 1,000,000 X PRODUCTS /COMPLETED OPERATION XCU HAZARDS X BROAD FORM PROPERTY DAMAGE SEVERABILITYOFINTERESTCLAUSE FIREDAMAGE ,$ 50,000 P. I. WITH EMPLOYEE EXCLUSION (ANYONE FIRE) - REMOVED MEDICAL EXPENSES $EXCLUDED MARINE (ANY ONE PERSON) AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1 ANY AUTO BODILY INJURY (PER PERSON) ALL OWNED AUTOS SCHEDULEDAUTOS C 7120479 9— 15 -96 3— 15 -97 — BODILY INJURY (PER ACCIDENT) JX HIREDAVTO$ NON-OWNEDAUTOS PROPERTY DAMAGE GARAGE LIABILITY $ EXCESS LIABILITY EACH AGGREGATE UMBRELLA FORM OCCURENCE OTHER THAN UMBRELLA FORM srAruronY $ $ WORKERS' COMPENSATION $ EACH ACCIDENT & EMPLOYERS'LIABILITY $ ____. bI5 EA5EPOLIGY LIMIT $ DISCASE•EACH EMPLOYEE OTHER $ DESCRIPTION OF OPERATIONS /LOCATION5NEHICLES /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: .�YEST NEWPORT 13EACHSEW_ER MAIN RFPJ ACEMENT PROTFCT CONTRACT ON C -3171 PROJECT TTTL£ AND CONTRACT NUM6EA CITY OF NEWPORT BEACH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON•REN5Wr0, CANCELLED OR P.O. BOX 1765 COVERAGE REDUCED FORE THEE ATION DATE THE COMPANY AFFORDING 3300 NEWPORT BOULEVARD COVERAGE SH P E 3O DAYS N.T. VANCE NOTICE TO THE CITY OF 10 NEWPORT BEACH, CALIFORNIA 92658.8415 NEWPORTB I ST C IL. XCEP- DAYS FOR NON— PAYMENT ATTENTION: Jjlchael 1. Sinacori 12 -30 -96 D RES144TAT11VE 1SSOF OAT DEC- E+6 -9c. UN 07 :50 AN Se Cs i:o n_L. 014 49 E. Z 4 0 F. P. 62 Page 13 C'1TY OF NFWP•OFT BEncx Z� ( 11-Oti4OT1VE LlAk,1LI71�LVSUC.ANCE >yi��rsr -r IrN_r It is agreed that: 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 we of automobiles (or autos) used by or on behalf of the named insured in coiunection 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 natme of ut 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 usuruc,: maintained by the City of Newport Beach shall be called u1Nni to contribute with f1l4U1'a11C❑ provided by this policy. 2. 'file policy uuludes the following; provision: the insurunce afforded by the policy applies separately to each insurect who is seek ng nwrral,c or igaiu st whom a claim ie: made or suit h brought, except with lcnpocl to flw limits of liability of the company afforclint coverage." 3. The limits of iiability under this endorsement for the additional insureds named u-, Paragraph 1. of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit: [ 1 Multiple Limits Bodily Injury Liability $ 19Q0 �Qt) per person Bodily injury Liability $ 1.000 000 __per accident Property Damage Liability $ 1 000 000 [x j Combined Single Limit Bodily Injury Liability and Property Damage Liability The linuts of liability as stated in this uulorsemenl'shall not increase the total liability of the company affording coverage for all damages as the result of any one accident or vcc ureiice in excr -_ss of the limits of liability stated in the policy as applicable to Automobile Liability Insur mcc. jj 1. Should tl,e policy be non- renewed, cancelled or coverage reduc d before the _x,},icali< ;n date thereof, the Issuung Company shall provide 30 days advance notice to tie City of Ne��11�'' port 13 f-�h by registered mail, Attention: Public Works Department. F)(c'%/o to .Nok CoY wo 7- lJq� /1f" S. Designated Contract W �5PwrbRTBrncfZ ..gyyl_j ;,FPLACCMatusrro�cr c -17J� Project Title Cor�trdcl Flo. This endorsement is effective 11— I8 -96 at 12:01 A.M. and forms part of Policy No.0 7120479 of FINANCIAL INDEMNITY COMPANY lt\skued SEVEN C'S CONSTRUCTION, INC Issuing Company FINANCIAL INDEMNITY COMPANY (Company Affording Coverage) It is a (hat: 0 0 <;I :NL'RA1,y_Tl WI-1 rNSULtnNc'k -1 �� ?35L'I ?;7 Page: 14 1. With respect to each vv,urarne as is afforded by the policy for General Liability, the City of Newport beach, fits officers and employees are addltional ustteds but only wish respect t) liabilily arising out of operations Performed by or cxn L•eltzll of the named !r wods in cormection v.•rlh il-,e contract designated below or acts turd oin <sioas of the additional insureds in mmn. Ork with its general supervision of such operations. The insurance afforded said additional insured(s) shall apply as primary irc;;uance and ro other uisurance mairltei.11ed by the City of Newport Beach shall be called upon to contribute with inswwce provided by this policy, 2. The poll r-y includes the following provi_s!on: 'The insurance niforded by Om policy applies sc :rarely to each unwed a &airut r:han rin!m is r..;de or nut is brought, except with respect to Ole IL -rd!s of the coverai :c." 3. The insu.rancc-,:fforded by the policy for Contractual Liability to the tan,ts, Crn1r(i Lions and exclubiorLs applicable to such insurance) inc udcs liability rsstuned by tile nun: :d in,,u.red under the Indemnification or hold harmless Provision contained In the written contract, deli %haled I-)cluw, I,ehveen the named insured and Ole City of Newport Beach, v 4. Will) rclspcct to such ir-utuvlce as is afforded by Qus policy, the each .iorv„ if any, pertaining to the explosio hazard, collapse hazard and underground property hazard (cornrtnonly referred !o as " \CU" hazards nre deleted. S. The I! it-, is of liability under Ihle endorsement for the additional lllnt reds) narr,ed in paragraph I o f t I,is endorsee wnt shall be the L'nvts bldlca!od below written on an "Occurrer ce" bash: IXJ Cbnlrnercledl j Cornprehersive General Liability $ 1.000 000 _ —each i,ccurrance $ 1,000.000 _ each occurrence The appt cable linut of the Contactual Liability for rite company affording coverage s.. *,; ll l:,t ,cdur:ctl. by any ar wi tit paid as damages trader this endorsement in behalf of Ole additional invured(s). The limn. Of liability as stated in llus endorsement shall not Lncreaste the total liability of the company affording coverage for all dainages as the result of any one occurrence in excess of the i nits of ':'ability stated Li iihe policy as applicabitt to General Liability Insurtned. 6. Should t policy be non - renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing ompbny shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention 4 Public Works Depar(3n0l%t — EXCEPT 10 DAYS FOR NON— PAYMENT Y. 'Designated C0nlracU- M11 NEVJPgIiT i }1;AQFLSEIYLR A4AIN tI :L'L -AC'I �1i ;2.]'li( F10_ C -5711 r'roj-ct Ti 4v Cr+nuan No. This e idorse, .nt is effective__ 11/19/96 at 12:01 A.M.,,ld fznrnspartof Policy No. C S 278536A of SCOTTSDALE INSURANCE COMPANY (Cumpury Afturding Corcra�o) "- i.Ued_" SE EN C'S CONSTRUCTION -- Lssuulg CompLy)�AT ES S ASSOCIATES INS. C .. L._. .. . .. . ... ... .. .. .... .:..._ (A u:horizcd Rc• ^.ri .nln!i�•c) ... 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 SEVEN C'S CONSTRUCTION, INC. Name of Contractor (Principal) Ag�n�zj Kelly /Cornish, Cornish, Sec. /Treas. WEST NEWPORT BEACH SEWER MAIN REPLACEMENT PROJECT C -3111 Title of Project Contract No. 0 Page 16 CONTRACT THIS AGREEMENT, entered into this 12th day of November, 1996, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and SEVEN C'S CONSTRUCTION, INC.. hereinafter "Contractor," is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: WEST NEWPORT BEACH SEWER MAIN REPLACEMENT PROJECT C -3111 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: WEST NEWPORT BEACH SEWER MAIN REPLACEMENT PROJECT C -3111 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 Four Hundred Twelve Thousand One Hundred Sixteen & No /100 Dollars ($ 412.116.00). This compensation includes (1) any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and Endorsements(s) (f) Workers' Compensation Insurance Certification 0 Page 17 (f) Plans and Special Provisions for WEST NEWPORT BEACH SEWER MAIN REPLACEMENT PROJECT C -3111 Title of Project Contract No. (g) This Contract. 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. LaVonne Harkless, City Clerk CITY OF NEWPORT BEACH a municipal corporation ?Jan Debay, Mayor APPROVED AS TO FORM: CONTRACTOR: Robin Clauson, Assistant City Attorney SEVEN C'S CONSTRUCTION, INC. Name of Contractor (Principal) Authorized Signature and Title CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 SF Construction 1030 Hidden Canyon Road Anaheim, California 92807 Gentlemen: (714) 644 -3005 July 6,1998 Thank you for your courtesy in submitting a bid for the West Newport Sewer Main Replacement Project (Contract No. 3111) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, l a V orule .N.. I la kless, CAICJAAE City Clerk 3300 Newport Boulevard, Newport Beach LOU JONES & A S S O C I A T E S October 22, 1996 SF Construction Jerry Smith Re: Obligee: City Of Neitport Beach Project: West Neaport SeuverMain Replacement., Contract C -3111 Date Of Bid: October 29, 1996 Estimate of Project: $877,000.00 Dear Jerry, This memo will act as a reminder if SF Construction is apparent low bidder, and the above noted contract is awarded, your company will be required to use Builders Control Service Company to "fund control" the project. After the proper "Take-Off' has been completed by the control company, and the control agreement signed by all parties, only then can we issue the required final bonds for the contract. To set up fund control, the following items are required: Complete Set Of Plans Copy of the entire contract including specifications Cost Breakdown If the "Take -Off' completed by Builders Control Service Company is not acceptable or the terms of the fund control agreement, not agreeable to the owner of the project, then cash collateral will be required in lieu of the fund control service. If you have any questions, comments, or concerns, be sure to CALL OUR OFFICE PRIOR TO BIDDING THE PROJECT. Q�� Underwriting Department cc: Ken Huff 7470 N. Figueroa P.O. Box 41375 Los Angeles, CA 90041 Phone (213) 257 -8291 FAX (213) 256 -7218 0 0 �:.�.. '. :�..i :....: ... :...:i.. ..v :... -:. .. .. .. ....... n... ...: .... .r.. .. SfC+.`.�&!...���n�:rc.�.�i.. ilAen...ip ....:. Vn.... X:�. n.......r.x. . State of California County of Los Angeles On Cfff � 2',(:Iif before me, A. Melendez, Notary Public, NAME, TITLE OF OFFICER personally appeared KeAna D. Conrad NAME OF SIGNER ■Personally known to me - OR - ❑ proved tome on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and +•'•' !••••'.•.•����..��.��..�������% p. A4ELEhD Z G acknowledged to me that he /she /they executed CO.,A,I,,ti, 01077910 R the same in his /her /their authorized capacity(ies), G c "FORy" 2 and that by his /her /their signature(s) on the 4 1 I N,nll �� 1919% ��N instrument the person(s), or the entity upon NNwuN 1ii•iNS........... behalf of which the person(s) acted, executed the instrument WITNESS my hand and fficial s 01 L6 I. (SIGNATURE OF N RY) •OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED C3 GENERAL N ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) American Motorists Insurance Company DESCRIPTION OF ATTACHED DOCUMENT BOND(S) TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES OCT 2 219% DATE OF DOCUMENT SIGNER OTHER THAN NAMED ABOVE AMERICAN MOTORISTS INSURANCE COMPANY Hlomue Office: Long Grove, IL 60049 kWER OF ATTORNEY ow All Men By These Presents: That the American Motorists Insurance Company, a corporation organized ad existing under the laws of the State of Illinois, and having its principal office in Long grove, Illinois, does hereby appoint KeAua D. Conrad of Los Angeles, California** its true and lawful agent(s) and attornoy(s)- in-fact, to make, execute, seal, and deliver during the period beginning with the date of issuance of this power and ending December 31, 1997, unless sooner revoked for ad an its behalf as surety, and as its set and dead: Any and all bonds and undertakings pprovided the amount of no one bond or undertaking e:Ceeda TWO HUNDRED FIFTY THOUSAND DOLLARS ($250,000.00) EXCEPTION: NO AUTHORITY is granted to asks, axecuts, seel and deliver any bond or undertaking which guarantees the payment or collection of any promissory note, Mack, draft or latter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as eet forth herein. This appointment ay be revoked at any time, by the American Motorists Insurance Company. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said American Motorists Insurance Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Long Grove, Illinois. THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF DECEMBER 31, 1997. Power of Attorney is executed by authority of a resolution adopted by the Executive Committee of the Bard of tors of said American Motorists Insurance Company on February 23, 1988 at Long Grove, Illinois, a and accurate copy of which is hereinafter sat forth and is hereby certified to by the undersigned Secretary as being in full force ad offset: —VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall hove the power and authority to appoint agents and attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the Seel of the Company thereto, bonds and undertakings, roeognizanees, contracts of irKk pity end other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process.- This Power of Attorney is signed, sealed and certified by facsimile under ad by authority of the following resolution adopted by the Executive Committee of the Bard of Directors of the Company at a Posting duly celled and held on the 23rd day of February, 1988: -VOTED, That the signature of the Chairman of the Board, the President, any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, nay be affixed by facsimile on any power of attorney or bad executed pursuant to resolution adopted by the Executive Committee of the Board of Directors on February 23, 1988 and any such power so executed, scaled and mortified with respect to any bond or undertaking to which it is attached, shell continue to be valid and binding upon the Company.^ In Testimony Whersof, the American Motorists Insurance Company has caused this instrument to be signed aM its corporate seal to be affixed by its authorized officers, this 20 day of September , 1995 . Attested and Certified: Et r AMERICAN MOTORISTS INSURANCE COMPANY J.o" V'T Grauzas, Skcr$lary by J. S. Kemper, III, Exec. Vice President (OVER) 0 0 STATE OF ILLINOIS SS • COUNTY OF LAKE I, Irene Klewer, a Notary Public, do hereby certify that J. S. Kemper, III and W. A. Grams personally known tome to be the seas persons whose names are respectively as Exec. Via President and Secretary of the American Motorists Insurance Company, a Corporation of the State of Illinois, subscribed to the foregoing instruament, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, mesled with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary act for the uses and purposes therein set forth. My commisaon expires: 1 -28-98 4 "OFFICIAL SEAL" ► 4 Irene Klewef ► 4 No" Public, State of Illinois ► 4 Nf Coambmlos EXOM IMM ► vvvvvvvvvvvvw CERTIFICATION Irene IOewer, Notary Public I, N. J. Zarads, Secretary of the American Motorists Insurance Company, do hereby certify that the attached Power of Attorney dated September 20, 1995 on behalf of the Person(s) as listed on the reverse side is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and affect on the date of this certificate; and I do further certify that the said J. S. Keeper, III and Grauzas who executed the Power of Attorney as Exec:. Vice President and Secretary respectively were on the data of the execution of the attached Power of Attorney the duly elected Senior Vice President and Secretary of the American Motorists Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seel of the American Motorists Insurance Company on this day of ()CT 2 2 1996, 19 _. w} N.J.Zareds, Secretary This Power of Attorney limits the acts of those need therein to the bonds and undertakings specifically named therein, and they have no authority to bind the Company except in the manner and to the extant herain stated. FM 836 -5 6 -92 IN PRINTED IN U.S.A. Peer of Attorney - Tara BIDDER'S BOND • Page 4 KNOW ALL MEN BY THESE PRESENTS, • That we; SF Construction as bidder, and American Motorists Insurance Company _ , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ninetv thousand and no/100 Dollars ($--9O, 00000 ), 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 WEST NEWPORT i3EACH SEWER RRA11`r REPLACENITNT PROT C C C -3111 Bid dated: Octobei `S of �'mct 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 22nd day of October, 1996. (Attach acknowledgement of Attornev-in=Fact) Notary Public Cornirission Expires SF Construction Bidder '-Authorized Sign rc and Title Uvv(�t ; )0lep. - Olt!d C4,1- American Motorists Insurance Company By: M CO/LW KeAna D. Conrad, Attorney In Fact Title: 9 9 -CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of �l I�XAYDI YI I L� County of 6a On Cc ( orr- l�l�Q before me, LIUtI'Z�,I �UYCtVI � I�iC f f LCh�IL ! Date - Name and Title of Officer (e.g., 'Jane D91o. Notary Public') personally appeared I *ersonally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by Z his /her /their signature(s) on the instrument the person(s), V` Lt09a1l y or the entity upon behalf of which the person(s) acted, ,xecuted the instrument. MyCpnm.6ldre° WITNESS my hand and official seal. 5'gn tine P of Notary Public OPTIONAL Though the information below is not required bylaw, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Ulct C)Dyll1� Document Date: (4L�Ui2 y mq (P Number of Pages: gnu cz Signer(s) Other Than Named Above: keka -�>. d n YaU Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Inditri:'ual ❑ Corporate Officer Title(s): Partner — ❑ Limited ❑ General Attorney -in -Fact Trustee Guardian or Conservator s ❑ Other: Signer Is Representing RIGHT THUMBPRINT! OF SIGNER Signer's Name ❑ Individual ❑ Corporate Officer Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here O 1999 National Notary Association • 8238 Remmet Ave., P.O. Box 7114 • Canoga Pert, CA 91309 -7184 Prod. No 5907 Reorder- Call Toll -Free 1 800- 878 -8827 I a 0 d d Nl ?4 d`t sQ Ey p a L� N P � N dl 0 o�oppx F 3(�U U z a ro P ,2,EACN a �0 y0 -110 d`t sQ Ey p a N P dl 0 F O P a h Q m fLN Hr- of, hW h0 1 Oq 00 IIZ Wry NW ¢P Prtl u1 04 O ¢V t ¢ mxWWH W C o a oar- W a C, mpwoz O owoPz G A P A.CCtLNK 0 �a0 i �a5 O 1 � Q d`t sQ Ey p a 0 6 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 July 6, 1998 W. A. Rasic Construction Company, Inc. 2315 Lee Avenue Arcadia, California 91006 Gentlemen: Thank you for your courtesy in submitting a bid for the West Newport Sewer Main Replacement Project (Contract No. 3111) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 r CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Trautwein Construction 14046 Santa Ana Avenue Fontana, California 92337 Gentlemen: (714) 644 -3005 July 6, 1998 Thank you for your courtesy in submitting a bid for the West Newport Sewer Main Replacement Project (Contract No. 3111) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 9 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Robert G. Castongia, Inc. 12323 -1/2 Woodruff Avenue Downey, California 90241 Gentlemen: (714) 6443005 July 6, 1998 Thank you for your courtesy in submitting a bid for the West Newport Sewer Main Replacement Project (Contract No. 3111) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 SF Construction 1030 Hidden Canyon Road Anaheim, California 92807 Gentlemen: (714) 6443005 July 6, 1998 Thank you for your courtesy in submitting a bid for the West Newport Sewer Main Replacement Project (Contract No. 3111) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 G.R. McKervey, Inc. Post Office Box 19093 Irvine, California 92623 Gentlemen: (714) 644 -3005 July 6, 1998 Thank you for your courtesy in submitting a bid for the West Newport Sewer Main Replacement Project (Contract No. 3111) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Southern California Underground Post Office Box 1747 Brea, California 92622 Gentlemen: (714) 644 -3005 July 6, 1998 Thank you for your courtesy in submitting a bid for the West Newport Sewer Main Replacement Project (Contract No. 3111) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Highland Engineering 2432 W. Peoria Avenue, Suite 1203 -C Phoenix, Arizona 85029 Gentlemen: (714) 644 -3005 July 6, 1998 Thank you for your courtesy in submitting a bid for the West Newport Sewer Main Replacement Project (Contract No. 3111) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a_similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach