HomeMy WebLinkAboutC-3171 - Marguerite Avenue Sewer Main Improvements ProjectJuly 6, 1998
0
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, CA 92337
(714) 644 -3005
Subject: Contract No. 3171 - Marguerite Avenue Sewer Main
Improvement Project
On May 11, 1998, 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
June 1, 1998, Reference No. 19980339389. The Surety for the contract is First
National Insurance Company of America, and the bond number is 5800595.
Sincerely,
LaVonne M. Harkless, CMC/ AAE
City Clerk
LH:cf
cc: Public Works Department
encl.
3300 Newport Boulevard, Newport Beach
1�
t
• •
ilftwsftmlsiliRETY
FIRST NATIONAL INSURANCECO. OF AMERICA
4333 Brooklyn Avenue N.E.
Seattle, W A 99105
PERFORMANCE BOND
Conforms with The American Institute of Architects
A.I.A. document No. A -311
KNOW ALL BY THESE PRESENTS: that
Bond No. 5800595
PREMIUM: $1,473.00
EXECUTED IN FOUR COUNTERPARTS
(Here insert full name and address or legal title of Contractor)
TRAUTWEIN CONSTRUCTION 14046 SANTA ANA AVE., FONTANA, CA 92337
as Principal, hereinafter called Contractor. and. FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a
(Here insert full name and address or legal title of Surety)
corporation duly organized under the laws of the State of Washington as Surety, hereinafter called Surety, are
held and firmly bound unto
(Here insert fun name and address or legal title of Owner)
CITY OF NEWPORT BEACH 3300 NEWPORT BLVD., NEWPORT BEACH, CA 92658
as Obligee, hereinafter called Owner, in the amount of FIFTY —EIGHT THOUSAND NINE HUNDRED N01100
— — — — — — — — — — — — — — — — — — — — — — — — — Dollars ($58,900.00 — — — — ),
for the payment whereof Contractor and Surety bind themselves. their heirs, executors, administrators. successors
and assigns. jointly and severally. firmly by these presents.
WHEREAS.
Contractor has by written agreement dated JANUARY 13, 1998 . entered into a contract
with Owner for
(Here insert full name. address and description of project)
MARGUERITE AVENUE SEWER MAIN IMPROVEMENT PROJECT CONTRACT NO. 3171
in accordance with Drawings and Specifications prepared by
(Here insert full name and address or legal title of Architect)
N/A
which contract is by reference made a part hereof. and is hereinafter referred to as the Contract.
s- 3212 /EP 7/94 Page 1 of 2
STATE OF CALIFORNIA
SS.
COUNTY OF RIVERSIIDE
On \ / 15161 �( " , before me, ROSEMARY STANDLEY
PERSONALLY APPEARED MICHAEL D. STONG
personally known to me (or proved to me on the basis of
satisfactory evidence) to be the person(s) whose name(s)
is /are subscribed to the within instrument and acknowl-
edged to me that he /she /they executed the same in his/
her /their authorized capacity(ies), and that by his /her/
their signature(s) on the instrument the person(s), or the
entity upon behalf of which the person(s) acted, executed
the instrument.
WITNESS my hand and official seal.
Signature ->�79PIYYIQ j
V
OPTIONAL
ROSEMARY STANDLEY
H ' COMM. #1090462
s NOTARY PJ RlIC - CALIFORMA
RIVERSIDE COUNTY
NY CQe Ej*. Jute 7. 1000
This areafor Official Notarial Seal
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
❑ CORPORATE OFFICER
TI .E(S)
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
ATTORNEY -IN -FACT
TRUSTEE(S)
❑ GUARDIAN/CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES)
DESCRIPTION OF ATTACHED DOCUMENT
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
ID -081 Rev. 6/94 ALL - PURPOSE ACKNOWLEDGEMENT
0 0
PERFORMANCE BOND
NOW. THEREFORE, THE CONDITION OF THIS OBLIGATION is such that. if Contractor shall promptly and faithfully
perform said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect.
The Surety hereby waives notice of any alteration or
extension of time made by the Owner.
Whenever Contractor shall be, and declared by Owner
to be in default under the Contract, the Owner having
performed Owner's obligations thereunder. the Surety may
promptly remedy the default, or shall promptly
1) Complete the Contract in accordance with its terms and
conditions, or
2) Obtain a bid or bids for completing the Contract in
accordance with its terms and conditions. and upon
determination by Surety of the lowest responsible bidder, or.
if the Owner elects. upon determination by the Owner and
the Surety jointly of the lowest responsible bidder. arrange
for a contract between such bidder and Owner. and make
available as Work progresses (even though there should be a
default or a succession of defaults under the contract or
Signed and sealed this 15th
contracts of completion arranged under this paragraph)
sufficient funds to pay the cost of completion less the
balance of the contract price; but not exceeding, including
other costs and damages for which the Surety may be liable
hereunder, the amount set forth In the first paragraph
hereof. The term "balance of the contract price." as used in
this paragraph, shall mean the total amount payable by
Owner to Contractor under the Contract and any
amendments thereto, less the amount properly paid by
Owner to Contractor.
Any suit under this bond must be instituted before the
expiration of two (2) years from the date on which final
payment under the Contract falls due.
No right of action shall accrue on this bond to or for the
use of any person or corporation other than the Owner
named herein or the heirs, executors, administrators or
successors of the Owner.
day of JANUARY
TRAUTWEIN CONSTRUCTION
.;
Principal Seal
(Witness) Aid (Title)
(Witness) `
S- 9212 /EP 7194 Page 2 of 2
0 6
Recorded in the County of orange, California
RECORDING REQUESTED BY AND IIIII��IIIIIII�I��IIIIII�IIIIIIIIII����I $1111111�1I111111111I Clerk/Recorder
WHEN RECORDED RETURN TO: No
19980339389 2:14pm 06/01/98
City Clerk 508 26014262 26 72
City of Newport Beach N12 1 0 6.00 0.00 0.00 0.00 0.00
3300 Newport Boulevard
Newport Beach, CA 92663
"Exempt from recording fees pursuant
to Government Code Section 6103"
NOTICE OF COMPLETION
1
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300
Newport Boulevard, Newport Beach, California, 92663, as Owner, and
Trautwein Construction of Fontana. California, as Contractor,
entered into a Contract on January 13. 1998. Said Contract set
forth certain improvements, as follows:
Marguerite Avenue Sewer Main Imnrovement Projec-t C -3171,
Work on said Contract was completed on February 27. 1998, and was
found to be acceptable on May 11, 1998 by the City Council. Title
to said property is vested in the Owner, and the Surety for said
Public Works Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the
and correct to the best of my knowledge.
Executed on
California.
\I
BY
City Clerk
I
foregoing is true
at Newport Beach,
May 21,1998
a 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
Orange County Recorder
Post Office Box 238
Santa Ana, California 92702
(714) 6443005
RE: Notice of Completion for Marguerite Avenue Sewer Main Improvement
Project (C -3171)
Notice of Completion for Kings Road Storm Drain Improvements (C -3122)
Please record the enclosed documents and return it to the City Clerk's Office.
Thank you.
Sincerely,
l -;
LaVonne M. Harkless, CMC /AAE
City Clerk
LH:lvi
Attachments
3300 Newport Boulevard, Newport Beach
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
3300 Newport roulevard
Newport Beach, CA 92663
F7
"Exempt from recording fees pursuant
to Government Code Section 6103"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300
Newport Boulevard, Newport Beach, California, 92663, as Owner, and
Trautwein Construction of Fontana. California, as Contractor,
entered into a Contract on January 13. 1998. Said Contract set
forth certain improvements, as follows:
Marguerite Avenue Sewer Main Improvement Project. C -3171,
work on said Contract was completed on February 27. 1998, and was
found to be acceptable on May 11. 1998 by the City Council. Title
to said property is vested in the Owner, and the Surety for said
Contract is FirB— National Insurance Comnanv of America.
1 *4
Public Works Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true
and correct to the best of my knowledge.
Executed on �rul l x l �`/
+ at Newport Beach,
California.
BY 'J 1 LM
bIR111 City Clerk
TO:
FROM:
SUBJECT:
i
MAY
APP OME
Mayor and Members of the City Council
Public Works Department
1.i
May 11, 1998
CITY COUNCIL AGENDA
ITEM NO. 7
COMPLETION AND ACCEPTANCE OF MARGUERITE AVENUE SEWER
MAIN IMPROVEMENT PROJECT, CONTRACT NO. 3171
RECOMMENDATIONS:
1. Accept the work and authorize the City Clerk to file a Notice of Completion.
2. Authorize the City Clerk to release the "Performance Bond" 35 days after the Notice
of Completion has been recorded with the applicable portions of the Civil Code.
1176Y��`7[iP.ti
On January 12, 1998, the City Council authorized the contract award of the Marguerite
Avenue Sewer Main Improvement project to Trautwein Construction, of Fontana, California.
• The contract provided for the installation of new 12 -inch SDR -35 and VCP sewer mains,
manholes and appurtenances. The contract has now been completed to the satisfaction of
the Public Works Department. A summary of the contract cost is as follows:
Original bid amount:
Total amount of change orders:
Total Paid to Contractor:
$58;900.00
$8,331.49
$67,231.49
The final construction cost included one change order, which was for the removal of rock
encountered during the trenching for the sewer main. Additional labor and equipment was
required to remove the rock from the trench to allow for the installation of the new sewer.
Respectfully r u
/ �subbmitted,
PUBLIC WORKS DEPARTMENT
Don Webb, Director
By:
hael J. Sinacori, P.E.
• tilities Engineer
f. \groups\pubworks \council \98\may -11 \0171 noc.doc
=)
CITY OF NEWPORT BEACH
�<7 R
PLANS, SPECIFICATIONS, AND
CONTRACT DOCUMENTS FOR
II MARGUERITE AVENUE SEWER MAIN IMPROVEMENT
PROJECT
Contract No. 3171 11
City of Newport Beach
Department of Public Works
3300 Newport Boulevard
Newport Beach, CA 92658 -8915
(714) 644 -3311
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
TABLE OF CONTENTS
L
NOTICE INVITING BIDS .................................................................. ............................... 1
INSTRUCTIONS TO BIDDERS ...................................................... ............................... 2
NOTICE TO SUCCESSFUL BIDDER ............................................. ............................... 4
CONTRACT.................................................................................... ............................... 5
DESIGNATION OF SUBCONTRACTOR(S) .................................. ............................... 11
NON-COLLUSION AFFIDAVIT ...................................................... ............................... 12
PROPOSAL.................................................................................. ............................... P-1
SPECIAL PROVISIONS ............................................................. ............................... SP-1
0
PAGE 1
CITY OF NEWPORT BEACH
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658 -8915
until 2:00 P.M. on the 8th day of January,
at which time such bids shall be opened and read for
MARGUERITE AVENUE SEWER MAIN IMPROVEMENT PROJECT
Title of Project
$25,000.00
Engineer's Estimate
A prov by
6, : W
Don Webb
Director of Public Works
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3300 Newport
Boulevard, P. O. Box 1768, Newport Beach, CA 92658 -8915.
For further information, call Michael J. Sinacori, P.E.. Project Manager
at (714) 644 -3311.
0 0
PAGE 2
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INSTRUCTIONS TO BIDDERS
The following documents shall be completed, executed and received by the City Clerk in
accordance with NOTICE INVITING BIDS:
PROPOSAL
INSTRUCTIONS TO BIDDERS
DESIGNATION OF SUBCONTRACTORS
NON - COLLUSION AFFIDAVIT
2. The City of Newport Beach will not permit a substitute format for the Contract Documents listed
above. Bidders are advised to review their content with bonding and legal agents prior to
submission of bid.
3. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to
allow the comparison of total bid prices.
4. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied
by unit price submitted by the bidder. In the event of discrepancy between wording and figures,
bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated
quantity by unit price, the correct multiplication will be computed and the bids will be compared
with correctly multiplied totals. The City shall not be held responsible for bidder errors and
omissions in the PROPOSAL.
The City of Newport Beach reserves the right to reject any or all bids and to waive any minor
irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the
request and expense of the Contractor, securities shall be permitted in substitution of money
withheld by the City to ensure performance under the contract. The securities shall be
deposited in a state or federal chartered bank in California, as the escrow agent.
6. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial
Relations has ascertained the general prevailing rate of per diem wages in the locality in which
the work is to be performed for each craft, classification, or type of workman or mechanic
needed to execute the contract. A copy of said determination is available in the office of the
City Clerk. All parties to the contract shall be governed by all provisions of the California Labor
Code relating to prevailing wage rates (Sections 1770 -7981 inclusive).
The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5
of the Labor Code Apprenticeship requirements and Section 4100 at seq. of the Public
Contracts Code, "Subletting and Subcontracting Fair Practices Act".
PAGE
8. 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.
The signature below represents that the above has been reviewed.
605199 "A"
Contractor's License No. & Classification
TRAUTWEIN CONSTRUCTION
Bidder
S /MARK TRAUTWEIN
Authorized Signature/Title
1/8/98
Date
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NOTICE TO SUCCESSFUL BIDDER
0
PAGE 4
The following Contract Documents shall be executed and delivered to the Engineer within
ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of mailing
Notice of Award to the successful bidder:
CONTRACT
CERTIFICATE(S) OF INSURANCE
GENERAL LIABILITY INSURANCE ENDORSEMENT
AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT
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.
Insurance companies affording coverage shall be (1) currently authorized by the Insurance
Commissioner to transact business of insurance in the State of California, and (2) assigned
Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance
with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided
as specified in the Standard Specifications for Public Works Construction, except as modified by
the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on
the insurance company's forms, fully executed and delivered with the Contract. The Notice to
Proceed will not be issued until all contract documents have been received and approved by the
City.
0 0
PAGE 5
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT
THIS AGREEMENT, entered into this 13TH day of JANUARY, 1998, by and between the
CITY OF NEWPORT BEACH, hereinafter "City," and TRAUTWEIN CONSTRUCTION,
hereinafter "Contractor;' is made with reference to the following facts:
A. WHEREAS, City has advertised for bids for the following described public work:
Project
3171
Contract No.
B. WHEREAS, Contractor has been determined by City to be the lowest responsible bidder
and Contractor's bid, and the compensation set forth in this Contract, is based upon
Contractor's careful examination of all Contract documents, plans and specifications.
NOW, THEREFORE, City and Contractor agree as follows:
CONTRACT DOCUMENTS The complete Contract for the Project includes all of
the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal,
Bidder's Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials
Payment Bond, Permits, General Conditions, Standard Plans and Standard Special
Provisions, Plans and Special Provisions for Contract No. 3171, Standard
Specifications for Public Works Construction (current edition) and all supplements and
this Agreement, and all modifications and amendments thereto (collectively the
"Contract Documents"). The Contract Documents comprise the sole agreement
between the parties as to the subject matter therein. Any representations or
agreements not specifically contained in the Contract Documents are null and void.
Any amendments must be made in writing, and signed by both parties in the manner
specified in the Contract Documents.
2. SCOPE OF WORK Contractor shall perform everything required to be performed, and
shall provide and furnish all the labor, materials, necessary tools, expendable
equipment and all utility and transportation services required for the Project:
All of the work to be performed and materials to be furnished shall be in strict
accordance with the provisions of the Contract Documents. Contractor is required to
perform all activities, at no extra cost to City which are reasonably inferable from the
Contract Documents as being necessary to produce the intended results.
PAGE 6
As full compensation for the performance and completion of the Project as required by
the Contract Documents, City shall pay to Contractor and Contractor accepts as full
payment the sum of FIFTY -EIGHT THOUSAND NINE HUNDRED DOLLARS &
NO /100 Dollars
($58,900.00).
This compensation includes:
(a) Any loss or damage arising from the nature of the work,
(b) Any loss or damage arising from any unforeseen difficulties or obstructions in the
performance of the work,
(c) 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.
4. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract,
before making its final request for payment under the Contract Documents, Contractor
shall submit to City, in writing, all claims for compensation under or arising out of this
Contract. Contractor's acceptance of the final payment shall constitute a waiver of all
claims for compensation under or arising out of this Contract except those previously
made in writing and identified by Contractor in writing as unsettled at the time of its final
request for payment.
5. WRITTEN NOTICE Any written notice required to be given under the Contract
Documents shall be performed by depositing the same in the U.S. Mail, postage
prepaid, directed to the address of Contractor and to City, addressed as follows:
CITY
City of Newport Beach
CONSTRUCTION
Public Works Department
3300 Newport Boulevard
Newport Beach, CA 92663
Attention: Mike Sinacori, Project Engineer
(714) 644 -3311
CONTRACTOR
TRAUTWEIN
14046 SANTA ANA AVE.
FONTANA, CA 92337
Attn: Mark Trautwein
(909) 829 -8258
6, LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this Contract,
hereby certifies:
"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
undertake self- insurance in accordance with the provisions of the Code, and I
will comply with such provisions before commencing the performance of the
work of this Contract"
• A
7. INSURANCE
PAGE 7
(a) Insurance is to be placed with insurers with a Best's rating of no less than ANN
and insurers must be a California Admitted Insurance Company.
(b) Contractor shall furnish City with certificates of insurance and with original
endorsements effecting coverage required by this Contract. The certificates and
endorsements for each insurance policy are to be signed by a person authorized
by that insurer to bind coverage on its behalf. All certificates and endorsements
are to be received and approved by City before work commences. City reserves
the right to require complete, certified copies of all required insurance policies, at
any time.
(c) Contractor shall procure and maintain for the duration of the contract insurance
against claims for injuries to persons or damages to property which may arise
from or in connection with the performance of the work hereunder by Contractor,
his agents, representatives, employees or subcontractors. The cost of such
insurance shall be included in Contractor's bid.
A. Minimum Scope of Insurance
Coverage shall be at least as broad as:
Insurance Services Office Commercial General Liability coverage "occurrence"
form number CG 0001 (Edition 11185) or Insurance Services Office form number
GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance
Services Office form number GL 0404 covering Broad Form Comprehensive
General Liability.
2. Insurance Services Office Business Auto Coverage form number CA 0001 0187
covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288
Changes in Business Auto and Truckers Coverage forms - Insured Contract.
3. Workers' Compensation insurance as required by the Labor Code of the State of
California and Employers Liability insurance.
B. Minimum Limits of Insurance
Coverage limits shall be no less than:
1. General Liability: $1,000.000.00 combined single limit per occurrence for bodily
injury, personal injury and property damage. If Commercial Liability Insurance or
other form with a general aggregate limit is used, either the general aggregate
limit shall apply separately to this project/location or the general aggregate limit
shall be twice the required occurrence limit.
2. Automobile Liability: $1,000,000.00 combined single limit per accident for bodily
injury and property damage.
E
PAGE 8
3. Workers' Compensation and Employers Liability: Workers' compensation limits as
required by the Labor Code of the State of California and Employers Liability.
C. Deductibles and Self- Insured Retentions
Any deductibles or self- insured retentions must be declared to and approved by
City. At the option of City, either: the insurer shall reduce or eliminate such
deductibles or self- insured retentions as respects City, its officers, officials,
employees and volunteers; or Contractor shall procure a bond guaranteeing
payment of losses and related investigations, claim administration and defense
expenses.
D. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, the following provisions:
1. General Liability and Automobile Liability Coverages
(a) City, its officers, officials, employees and volunteers are to be covered as
additional insureds as respects: liability arising out of activities performed by
or on behalf of Contractor, including the insured's general supervision of
Contractor; products and completed operations of Contractor; premises
owned, occupied or used by Contractor; or automobiles owned, leased, hired
or borrowed by Contractor. The coverage shall contain no special limitations
on the scope of protection afforded to City, its officers, officials, employees or
volunteers.
(b) Contractor's insurance coverage shall be primary insurance and/or primary
source of recovery as respects City, its officers, officials, employees and
volunteers. Any insurance or self- insurance maintained by City, its officers,
officials, employees and volunteers shall be excess of the Contractor's
insurance and shall not contribute with it.
(c) Any failure to comply with reporting provisions of the policies shall not affect
coverage provided to City, its officers, officials, employees and volunteers.
(d) Contractor's insurance shall apply separately to each insured against whom
claim is made or suit is brought, except with respect to the limits of the
insurer's liability.
(e) The insurance afforded by the policy for contractual liability shall include
liability assumed by contractor under the indemnification /hold harmless
provision contained in this Contract.
2. Workers' Compensation and Employers Liability Coverage
The insurer shall agree to waive all rights of subrogation against City, its officers,
officials, employees and volunteers for losses arising from work performed by
Contractor for City.
3. All Coverages
0
PAGE 9
Each insurance policy required by this clause shall be endorsed to state that
coverage shall not be suspended, voided, canceled, rescinded by either party,
reduced in coverage or in limits except after thirty (30) days' prior written notice by
certified mail, return receipt requested, has been given to City.
E. Acts of God
Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for
the repairing and restoring damage to Work, when damage is determined to have been
proximately caused by an Act of God, in excess of 5 percent of the Contract amount
provided that the Work damaged is built in accordance with the plans and
specifications.
F. Right to Stop Work for Non - Compliance
City shall have the right to offer the Contractor to stop Work under this Contract and/or
withhold any payment(s) which become due to Contractor hereunder until Contractor
demonstrates compliance with the requirements of this article.
8. RESPONSIBILITY FOR DAMAGES OR INJURY
A. City and all officers, employees and representatives thereof shall not be responsible in
any manner: for any loss or damages that may happen to the Work or any part thereof;
for any loss or damage to any of the materials or other things used or employed in
performing the Work, for injury to or death of any person either workers or the public; or
for damage to property from any cause arising from the construction of the work by
Contractor, or its subcontractors, or its workers, or anyone employed by it.
B. Contractor shall be responsible for any liability imposed by law and for injuries to or
death of any person or damage to property resulting from defects, obstructions or from
any cause arising from Contractor's work on the Project, or the work of any
subcontractor or supplier selected by the Contractor.
C. Contractor shall indemnify, hold harmless, and defend City, its officers and employees
from and against (1) any and all loss, damages, liability, claims, allegations of liability,
suits, costs and expenses for damages of any nature whatsoever, including, but not
limited to, bodily injury, death, personal injury, property damages, or any other claims
arising from any and all acts or omissions of Contractor, its employees, agents or
subcontractors in the performance of services or work conducted or performed
pursuant to this Contract; (2) use of improper materials in construction of the Work; or,
(3) any and all claims asserted by Contractor's subcontractors or suppliers on the
project, and shall include reasonable attorneys' fees and all other costs incurred in
defending any such claim. Contractor shall not be required to indemnify or defend City
from the sole negligence or willful misconduct of City, its officers or employees.
PAGE 10
D. To the extent authorized by law, as much of the money due Contractor under and by
virtue of the Contract as shall be considered necessary by City may be retained by it
until disposition has been made of such suits or claims for damages as aforesaid.
E. Nothing in this article, nor any other portion of the Contract Documents shall be
construed as authorizing any award of attorneys' fees in any action to enforce the terms
of this Contract, except to the extent provided for in "C" above.
F. The rights and obligations set forth in this Article shall survive the termination of this
Contract.
9. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other
Contract Documents by Contractor is a representation that Contractor has visited the
Project Site, has become familiar with the local conditions under which the work is to be
performed, and has correlated all relevant observations with the requirements of the
Contract Documents.
10. CONFLICT If there is a conflict between provisions of this Contract and any other
Contract Document, the provisions of this Contract shall prevail.
11. WAIVER A waiver by City or any term, covenant, or condition in the Contract
Documents shall not be deemed to be a waiver of any subsequent breach of the same
or any other term, covenant or condition.
IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the
day and year first written above.
APPROVED AS TO FORM: CITY OF NEWPORT BEACH
A Municipa r ratio
! By: /
c
CITY ATTORNEY MA
ATTEST:
LaVonne Harkless, City Clerk
CONTRACTOR
By: Ad " 1,4,4
4uthorizkrSigna nd Title
MttrK- -rnAUTW�til - aukl�
0
0
PAGE 11
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
MARGUERITE AVENUE SEWER MAIN IMPROVEMENT PROJECT
CONTRACT NO. 3171
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 represents that he /she is fully qualified to and will be responsible for performing that
portion of the work. Substitution of subcontractors shall be made only in accordance with State law
and/or the Standard Specifications for Public Works Construction, as applicable.
Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted
for any monies to be withheld to ensure performance under the Contract.
The Bidder, by signing this designation, certifies that bids from the following subcontractors
have been used in formulating the bid for the project and that these subcontractors will be used
subject to the approval of the Engineer and in accordance with State law. No changes may be
made in these subcontractors except with prior approval of the City of Newport Beach.
Subcontract Work
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
Subcontractor
Address
TRAUTWEIN CONSTRUCTION S/MARK TRAUTWEIN
Bidder Authorized Signature/Title
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NON - COLLUSION AFFIDAVIT
State of California )
) ss.
County of SAN BERNARDINO
0
PAGE 12
MARK TRAUTWEIN, being first duly sworn, deposes and says that he or she is OWNER of
TRAUTWEIN CONST., the party making the foregoing bid; that the bid is not made in the
interest of, or on behalf of, any undisclosed person, partnership, company, association,
organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has
not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has
not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to
put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner,
directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid
price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid
price, or of that of any other bidder, or to secure any advantage against the public body awarding
the contract of anyone interested in the proposed contract; that all statements contained in the bid
are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or
any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or
paid, and will not pay, any fee to any corporation, partnership, company association, organization,
bid depository, or to any member or agent thereof to effectuate a collusive or sham bid.
I declare under penalty of perjury of the laws of the State of California that the foregoing is
true and correct.
MARK TRAUTWEIN S/MARK TRAUTWEIN OWNER
Bidder Authorized SignaturelTitle
Subscribed and sworn to before me this 8TH day of JANUARY, 1998.
[SEAL]
S /BRIAN ESHLEMAN
Notary Public
My Commission Expires: 3/5/99
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
• PAGE P -1
MARGUERITE AVENUE SEWER MAIN IMPROVEMENT PROJECT
CONTRACT NO. 3171
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard, P. O. Box 1768
Newport Beach, California 92663 -8915
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has
read the Instructions to the Bidders, has examined the Plans and Special Provisions,
and hereby proposes to furnish all materials except that material supplied by the City
and shall perform all work required to complete Contract No. 3171 in accordance with
the Plans and Special Provisions, and will take in full payment therefore the following
unit prices for the work, complete in place, to wit:
ITEM
QUANTITY
ITEM DESCRIPTION
UNIT
TOTAL
NO.
AND UNIT
UNIT PRICE WRITTEN IN WORDS
PRICE
PRICE
1. 130 LF Install 12 -inch City furnished SDR 35
PVC Sewer Main, including removals,
pavement removal and replacement,
backfill, bedding and appurtenances for
the unit price of
One Hundred Thirty Dollars
and
Cents 130.00 16,900.00
Per Linear Foot
• • PAGE P -2
ITEM
QUANTITY
ITEM DESCRIPTION
UNIT
TOTAL
NO.
AND UNIT
UNIT PRICE WRITTEN IN WORDS
PRICE
PRICE
2. Lump Sum Install 12 -inch VCP Sewer Main
between new City Manhole (Station
11 +40) and existing CSDOC Manhole
with a minimum of 2 flexible joints,
including landscape, removals,
pavement removal and replacement,
landscape restoration, backfill, bedding
and appurtenances for the lump sum of
Ten Thousand Five Hundred Dollars
and
Cents
Lump Sum
3. Lump Sum Install City furnished 48 -inch diameter
manhole (Station 10 +82), including
removals, sidewalk removal and
replacement , backfill and bedding for
the lump sum price of
Two Tousand Five Hundred Dollars
And
Cents
Lump Sum
4. Lump Sum. Install City furnished 48 -inch diameter
manhole (Station 10 +00), including
City furnished drop inlet piping and
appurtenances, pavement removal and
replacement, backfill and bedding for
the lump sum price of
Three Thousand Five Hundred Dollars
and
Cents
Lump Sum
10.500.00
2.500.00
3.500.00
0
PAGE P -3
ITEM
QUANTITY
ITEM DESCRIPTION
UNIT
TOTAL
NO.
AND UNIT
UNIT PRICE WRITTEN IN WORDS
PRICE
PRICE
5. Lump Sum. Install City furnished 60 -inch diameter
manhole (Station 11 +40), including
City furnished drop inlet piping and
appurtenances, pavement removal and
replacement, backfill and bedding for
the lump sump price of
Seven Thousand Five Hundred Dollar:
and
Cents 7,500.00
Lump Sum
6. Lump Sum. Pressure, test disinfect and flush new
sewer complete per City of Newport
Beach requirements for the lump sum
price of
Two Thousand Five Hundred Dollars
and
Cents 2,500.00
Lump Sum
7. Lump Sum. Provide traffic control for sewer work
per City of Newport Beach and
Caltrans requirements for the lump
sum price of
Two Thousand Five Hundred Dollars
and
Cents 2.500.00
Lump Sum
• 0 PAGE P -4
ITEM
QUANTITY
ITEM DESCRIPTION
UNIT
TOTAL
NO.
AND UNIT
UNIT PRICE WRITTEN IN WORDS
PRICE
PRICE
8. Lump Sum. Excavation safety measures including
adequate sheeting, shoring and
bracing or equivalent methods for the
protection of the life and limb which
shall comply with applicable safety
orders for the lump sum price of
Thirteen Thousand Dollars
and
Cents
Lump Sum
Total Price in Written Words (subtotal of Base Bid Items 1 through 8):
Fifty -Eight Thousand Nine Hundred Dollars
and
0 Cents $
Total Price
Bidder's Name TRAUTWEIN CONSTRUCTION
13.000.00
$ 58.900.00
Bidder's Address 14046 SANTA ANA AVE., FONTANA, CA 92337
Bidder's Telephone Number (909) 829 -8258
Contractor's License No. & Classification 605199 "A" 10/31/98
Expiration Date
S /MARK TRAUTWEIN 1/8/98 Date
Authorized Signature & Title
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
MARGUERITE AVENUE SEWER MAIN IMPROVEMENT PROJECT
CONTRACT NO. 3171
INTRODUCTION
PART 1 - -- GENERAL PROVISIONS
SECTION 2 SCOPE AND CONTROL OF THE WORK
1
2 -6 WORK TO BE DONE
2 -9 SURVEYING
2 -9.3 Survey Service
SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE
OF THE WORK
6 -1 CONSTRUCTION SCHEDULE AND
COMMENCEMENT OF THE WORK
6 -7 TIME OF COMPLETION
6 -7.1 General
6 -7.2 Working Days
6 -7.4 Working Hours
SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR
7 -8 PROJECT SITE MAINTENANCE
2
7 -8.5 Temporary Light, Power and Water
7 -8.6 Water Pollution Control
7 -8.8 Steel Plates
7 -10 PUBLIC CONVENIENCE AND SAFETY
3
7 -10.1 Traffic and Access
7 -10.3 Street Closures, Detours, Barricades
7 -10.4 Public Safety
7- 10.4.1 Safety Orders
7 -10.5 "No Parking" Signs
4
1
1
1
2
'r:
2
2
3
3
3
3
3
0
9
7 -10.6 Street Sweeping Signs 4
0
0 0
7 -15 CONTRACTOR LICENSES
7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS
SECTION 9
MEASUREMENT AND PAYMENT
5
7
9 -3
PAVEMENT
9 -3.1
General
9 -3.2
Partial and Final Payment
PART 3 - -- CONSTRUCTION METHODS
SECTION 300 EARTHWORK
300 -1 CLEARING AND GRUBBING
300 -1.3 Removal and Disposal of Materials
300 -1.3.1 General
300 -1.5 Solid Waste Diversion
SECTION 302 ROADWAY SURFACING
7
302 -6
PORTLAND CEMENT CONCRETE PAVEMENT
SECTION 400
7
302 -6.6
Curing
SECTION 303
CONCRETE AND MASONRY CONSTRUCTION
7
AND UNTREATED BASE MATERIAL
303 -5
CONCRETE CURBS, WALKS, GUTTERS, CROSS
GUTTERS, ALLEY INTERSECTIONS, ACCESS
400 -2.1
RAMPS AND DRIVEWAYS
303 -5.4
Joints
300 -5.4.1
General
4
4
5
5
6
6
6
6
7
7
7
7
7
7
7
PART 4
SECTION 400
ALTERNATIVE ROCK PRODUCTS, ASPHALT
7
CONCRETE, PORTLAND CEMENT CONCRETE,
AND UNTREATED BASE MATERIAL
400 -2
UNTREATED BASE MATERIALS
7
400 -2.1
General
400 -2.1.1
Requirements
4
4
5
5
6
6
6
6
7
7
7
7
7
7
7
•
• PAGE SP -1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
MARGUERITE AVENUE SEWER MAINIMPROVEMENT PROJECT
CONTRACT NO. 3171
INTRODUCTION
All work necessary for the completion of this contract shall be done in accord with (1) these
Special Provisions; (2) the Plans (Drawing No. S- 5165 -S), (3) the City's Standard Special
Provisions and Standard Drawings for Public Works Construction, (1994 edition), including
Supplements; (4) Standard Specifications for Public Works Construction (1994 edition),
including supplements; and (5) the latest edition of American Water Works Association (AWWA)
standards as amended. 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.
The following Special Provisions supplement or modify the Standard Specifications for
Public Works Construction as referenced and stated hereinafter:
PART 1
GENERAL PROVISIONS
SECTION 2-- -SCOPE AND CONTROL OF THE WORK
2 -6 WORK TO BE DONE Add to this section, "The work necessary for the completion of
this contract consists of installing new 12" sewer main, sewer manholes, removing and
replacing concrete sidewalk and asphalt pavement improvements, removing and replacing
landscaping improvements and constructing other incidental items of work. "
2 -9 SURVEYING
2 -9.3 Survey Service Add to this section "The Engineer will provide construction
staking as required to construct the improvements. 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"
•
PAGE SP -2
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 Engineer.
The Contractor shall submit a construction schedule to the Engineer for approval a minimum
of five (5) working days prior to commencing any work. Schedule may be bar chart or CPM
style.
The Engineer will review the schedule and may require the Contractor to reschedule to
conform to the requirements of the Contract Documents. If work falls behind the approved
schedule, the Contractor shall be prohibited from starting additional work in additional alleys
until he has exerted extra effort to meet his original schedule and has demonstrated that he
will be able to maintain his approved schedule in the future. Such stoppages of work shall in
no way relieve the Contractor from his overall time of completion requirement, nor shall it be
constructed as the basis for payment of extra work because additional men and equipment
were required on the job."
6 -7 TIME OF COMPLETION.
6 -7.1 General. Add to this section "The Contractor shall complete all work under the
Contract within (30) consecutive working days from the date of award of contract, but no
later than February 15, 1998. It will be the Contractor's responsibility to ensure the
availability of all "City provided" 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.
6 -7.2 Working Day. Revise 3) to read "any City holiday, defined as January 1st, the
third Monday in February (President's Day), the last Monday in May (Memorial Day), July
4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth
Thursday in November (Thanksgiving), and December 25th (Christmas). If January 1 st, July
4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday."
6 -7.4 Working Hours. Normal working hours are limited to 9:00 a.m. to 5:00 p.m.
Monday through Friday.
SECTION 7--- RESPONSIBILITY OF THE CONTRACTOR
7 -8 PROJECT SITE MAINTENANCE.
7 -8.5 Temporary Light, Power and Water. Add to this section "If 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, less a quantity charge for water usage."
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 bay."
• • • PAGE SP -3
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. In addition
the Contractor shall deposit $100 for the use of the City's lifting eye fitting and for the use of
trench plates. The Contractor shall obtain plates from and return plates 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 -3402.
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 the Work Area
Traffic Control Handbook (WATCH) also published by Building News, Inc. and the Caltrans
standard traffic control plans"
7 -10.3 Street Closures, Detours, Barricades. Add to this section "The Contractor
shall also prepare a traffic control plan. The Contractor will be responsible for processing
and obtaining approval of a traffic control plan from the City's Traffic Engineer. The
Contractor shall adhere to the conditions of the traffic control plan." Solar powered arrow
boards will be required for traffic control and Balboa Boulevard.
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 the
public and workers.
The right of the Engineer 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.
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 the Engineer or their consultants; nor will the plan be
accepted if it is based on soils - related design criteria which is less restrictive than 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, for spoil banks, and for construction equipment and
other construction loading. The plan shall indicate for all trench conditions the minimum
horizontal distances from the side of the trench to its top to the near side of the surcharge
loads.
Nothing contained in this section 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."
• • PAGE SP -4
Replace Sentence two, Paragraph two of this section with "The detailed plan shall be
prepared by a registered civil or structural engineer licensed in the State of California. As a
part of the plan, a note shall be included stating that the registered civil or structural
engineer certifies that the plan complies with the 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."
7 -10.5 "No Parking" Signs. The Contractor shall furnish, install, and maintain in place
"NO PARKING - TOW AWAY" signs (even if streets and alleys 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.
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 Engineer prior to posting.
7 -10.6 Street Sweeping SignsP'Permit Parking Only" Signs. After posting "NO
PARKING - TOW AWAY" signs, the Contractor shall cover street sweeping signs, on those
streets adjacent to construction, with a "PERMIT PARKING ONLY" sign, in a manner
approved by the Engineer. The Contractor shall also cover all street sweeping signs on the
opposite side of the street from where he has posted the "PERMIT PARKING ONLY" signs,
in a manner approved by the Engineer. Immediately after construction is complete and the
alley is opened to traffic the Contractor shall remove the "PERMIT PARKING ONLY" signs
and uncover the street sweeping signs.
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" or "C -42" 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. A stamped set of approved
plans and specifications shall be on the jobsite at all 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 Engineer at the time each progress bill is submitted.
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 Engineer prior to
final payment or release of any bonds.
The Contractor shall maintain books, records, and documents in accord with generally
accepted accounting principles and practices. These books, records, and documents shall
• • PAGE SP -5
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 Engineer. Suitable facilities are to be
provided for access, inspection, and copying of this material.
SECTION 9 - -- MEASUREMENT AND PAYMENT
9 -3 PAYMENT.
9 -3.1 General. Revise paragraph two to read "The unit and lump sum prices bid for each
item of work shown on the proposed shall include full compensation for furnishing the labor,
materials, tools, and equipment and doing all the work to complete the work in place and no
other compensation will be allowed thereafter. Payment for incidental items of work not
separately listed shall be included in the prices shown for the other related items of work.
The following items of work pertain to the bid items included within the Proposal:
Item No. 1 Install City furnished 8 -inch PVC SDR 35 Sewer Main: Work under this
item shall include installing all pipe material including, but not limited to, pavement removal,
exposing utilities in advance of pipe excavation operations, trench excavation, shoring,
bracing, temporary patching or trench plates, control of ground and surface water, bedding,
backfill, compaction, installation of pipe, couplings, 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. 2 Install New 12 -inch VCP Sewer Main: Work under this item shall include
furnishing and installing all pipe material including, but not limited to, pavement removal,
exposing utilities in advance of pipe excavation operations, trench excavation, shoring,
bracing, temporary patching or trench plates, control of ground and surface water, bedding,
backfill, compaction, installation of pipe, connection to existing CSDOC facilities, removal,
abandonment or protection of interfering portions of existing utilities or improvements,
temporary and permanent support of utilities, disposal of excess excavation materials,
compaction and replacement of the roadway and landscaping improvements to match
existing improvements and all other work necessary to install the pipe complete in place.
Item No. 3 Install City furnished 48 -inch diameter manhole (Station 10 +82): Work
under this item shall include installing City furnished manhole materials and base to be
constructed by others, including, but not be limited to, exposing utilities in advance of
manhole excavation operations, shoring, bracing, temporary patching or trench plates,
control of ground and surface water, bedding, backfill, compaction, coordination of the
installation of manhole materials, abandonment or protection of interfering portions of
existing utilities or improvements, temporary and permanent support of utilities, disposal of
excess excavation materials, compaction and replacement of the roadway and sidewalk
improvements to match existing improvements and all other work necessary to install the
manhole complete in place.
Item No. 4 Install City furnished 48 -inch diameter drop manhole (Station 10 +00): Work
under this item shall include installing City furnished manhole materials and base to be
constructed by others, including, but not be limited to, exposing utilities in advance of
manhole excavation operations, shoring, bracing, temporary patching or trench plates,
control of ground and surface water, bedding, backfill, compaction, coordination of the
installation of manhole materials, installation of City furnished drop inlet piping,
abandonment or protection of interfering portions of existing utilities or improvements,
• PAGE SP -6
temporary and permanent support of utilities, disposal of excess excavation materials,
compaction and replacement of the roadway and sidewalk improvements to match existing
improvements and all other work necessary to install the manhole complete in place.
Item No. 5 Install City furnished 60 -inch diameter drop manhole (Station 11 +40): Work
under this item shall include installing City furnished manhole materials and base to be
constructed by others, including, but not be limited to, exposing utilities in advance of
manhole excavation operations, shoring, bracing, temporary patching or trench plates,
control of ground and surface water, bedding, backfill, compaction, coordination of the
installation of manhole materials, installation of City furnished drop inlet piping,
abandonment or protection of interfering portions of existing utilities or improvements,
temporary and permanent support of utilities, disposal of excess excavation materials,
compaction and replacement of the roadway and sidewalk improvements to match existing
improvements and all other work necessary to install the manhole complete in place.
Item No. 6 Pressure Test and Flush Sewer Main: Work under this item shall include
successfully pressure testing and flushing the new sewer mains per the project
specifications.
Item No. 7 Provide Traffic Control: Work under this item shall include but shall not be
limited to preparing traffic control plans for review and approval, furnishing, installing and
maintaining all signs, channelization and warning devices, removal of striping, temporary
striping, and temporary signal modifications to affect a complete and functional traffic control
program, for installation of the sewer main and all appurtenant work.
Item No. 8 Excavation Safety Measures: Work under this item shall include adequate
sheeting, shoring and bracing or equivalent methods for the protection of the life and limb,
which shall comply to applicable safety orders including, but not 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 3
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
n
0 PAGE SP -7
sledgehammers. Pavement breakers or stoppers will not be permitted on the job. Final
removal accomplished by other means must be approved by the Engineer.
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. 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 Engineer on a form provided by the Engineer.
SECTION 302 - -- ROADWAY SURFACING
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 -2
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 or
admixtures with prior approval of the Engineer.
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 make a sawcut parallel
or perpendicular to the centerline of the street. All sawcuts shall be made to a depth of 2
inches."
PART 4
SECTION 400 - -- ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE,
PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL
400 -2 UNTREATED BASE MATERIALS
400 -2.1 General.
400 -2.1.1 Requirements. Add to this section "The Contractor may use crushed
aggregate base or crushed miscellaneous base as base materials."
0
4333 Brooklyn Avenue N.E
Seattle, WA 98105
10
Bond N0.5800595
LABOR AND MATERIAL PAYMENT BOND PREMIUM INCLUDED IN PERFORMANCE
BOND
Conforms with The American Institute of Architects EXECUTED IN FOUR COUNTERPARTS
A.I.A. Document No. A -311
THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE
OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT
KNOW ALL BY THESE PRESENTS: that
TRAUTWEIN CONSTRUCTION, (Here insert fuH name and address or legal rue of contractor)
14046 SANTA ANA AVE, FONTANA, CA 92337
as Principal, hereinafter called Principal, and, FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a
(Here insert full name and address or legal title of SuretyI
corporation duly organized under the laws of the State of Washington as Surely, hereinafter called Surety, are
(Here insert full name and address or legal title of Owner)
held and firmly bound unto
CITY OF NEWPORT BEACH, 3300 NEWPORT BOVD., NEWPORT BEACH, CA 92658
as Obligee. hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined. in the
amount Of FIFTY —EIGHT THOUSAND NINE HUNDRED AND NO /100 — — — — — — — — — — — — — — —
(Here insert a sum equal to at least one -half of the contract price)
—— — — — — — — — — — — — — — — — — — — — — — — — — — Dollars (S 58, 900. 00 — — — —
),
for the payment whereof Principal and Surety bind themselves. their heirs, executors. administrators. successors
and assigns, jointly and severally. firmly by these presents.
WHEREAS.
Principal has by written agreement dated January 13
19 98 . entered into a contract
with Owner for MARGUERITE AVENUE SEWER MAIN IMPROVEMENT PROJECT CONTRACT NO. 3171
(Here insert full name. address and description of project)
in accordance with Drawings and Specifications prepared by
(Here insert full name and address or legal title of Architect)
N/A
which contract is by reference made a part hereof. and is hereinafter referred to as the Contract.
S- 32131EP 7/94 Page 1 of 2
STATE OF CALIFORNIA
SS.
COUNTY OF RIVERSIDE
On 1' IS// 9 ,before me, ROSEMARY STANDLEY
PERSONALLY APPEARED MICHAEL D. STONG
personally known to me (or proved to me on the basis of
satisfactory evidence) to be the person(s) whose name(s)
is /are subscribed to the within instrument and acknowl-
edged to me that he /she /they executed the same in his/
her /their authorized capacity(ies), and that by his /her/
their signature(s) on the instrument the person(s), or the
entity upon behalf of which the person(s) acted, executed
the instrument.
WITNESS my hand and official seal.
Signature J�
OPTIONAL
•ROSEMARY STANDLEY
H ' CEMA STAN L
= e NOTARY PUBLIC - CALIFORNIA
RIVERSIDE COUNTY
My Canm. E)#m June 7, 2000
This area far Official Notarial Seal
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
❑ CORPORATE OFFICER
TITLE(S)
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
ATTORNEY -IN -FACT
TRUSTEE(S)
❑ GUARDIAN /CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENnn(IES)
DESCRIPTION OF ATTACHED DOCUMENT
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
ID -081 Rev, 6/94 ALL - PURPOSE ACKNOWLEDGEMENT
0 0
LABOR AND MATERIAL PAYMENT BOND
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal shall promptly make payment to all claimants
as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation
shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions:
1. A claimant is defined as one having a direct contract with
the Principal or with a Subcontractor of the Principal for labor,
material, or both, used or reasonably required for use in the
performance of the Contract, labor and material being construed to
include that part of water, gas, power, light, heal, oil, gasoline,
telephone service or rental of equipment directly applicable to the
Contract.
2. The above named Principal and Surety hereby jointly and
severally agree with the Owner that every claimant as herein
defined, who has not been paid in full before the expiration of a
period of ninety (90) days after the date on which the last of such
claimant's work or labor was done or performed,or materials were
turn fished by such claimant, may sue on this bond for the use of such
claimant, prosecute the suit to final judgment for such sum or sums
as may be justly due claimant, and have execution thereon. The
Owner shall not be liable for the payment of any costs or expenses
of anysuch suit.
3. No suit or action shall be commenced hereunder by any
claimant:
a) Unless claimant, other than one having a direct contract with
the Principal, shall have given written notice to any two of the
following: the Principal, the Owner, or the Surety above named,
within ninety (90) days after such claimant did or performed the
last of the work or labor, or furnished the last of the materials for
which said claim is made, staling with substantial accuracy the
amount claimed and the name of the party to whom the materials
Signed and sealed this 15th
were furnished, or for whom the work or labor was done or
performed. Such notice shall be served by mailing the same by
registered mail or certified mail, postage prepaid, in an envelope
addressed to the Principal, Owner or Surety, at any place where an
office is regularly maintained for the transaction of business, or
served in any manner in which legal process may be served in the
state in which the aforesaid project is located, save that such
sery ice need not be made by a public officer.
b) After the expiration of one( I) year following the date on which
Principal ceased Work on said Contract, it being understood,
however, that if any limitation embodied in this bond is prohibited
by any law controlling the construction hereof such limitation
shall be deemed to be amended so as to be equal to the minimum
period of limitation permitted bysuch law.
c) Other than in a state court of competent jurisdiction in and for
the county or other political subdivision of the state in which the
Project, or any part thereof, is situated, or in the United States
District Court for the district in which the Project, or any part
thereof, is situated, and not elsewhere.
4. The amount of this bond shall be reduced by and to the
extent of any payment or payments made in good faith hereunder,
inclusive of the payment by Surety of mechanics' liens which may
be filed of record against said improvement, whether or not claim
for the amount of such lien be presented under and against this
bond.
day or JANUARY
19 98
TRAUTWEIN CONSTRUCTION
(Pri ipal) (Seal)
(Tit
FIRST NATIONAL INSURANCE COMPANY OF AMERICA
(Witness)
MICH EL D. STON Title ATTO EY —IN —FACT
S- 32131EP 7/94
Page 2 0 2
•
•
POWER OF FIRST NATIONAL INSURANCE COMPANY OF AMERICA
ATTORNEY 4333 BROOKLYN AVE NE
SEATTLE. WASHINGTON 0e105
4333 Brooklyn Avenm N.E.
Semde, W A 98105 No. 6966
KNOW ALL BY THESE PRESENTS:
That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint
•Me.11MY%- -s .Y11e .............. MICHAEL D. STONG: Riverside. California ................... x111Yme•
its true and lawful attorneys) -in -fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings
and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL
INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at
its home office.
IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents
this 7th day of February , 19 96
CERTIFICATE
Extract from the By -Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA:
"Article V. Section 13. - FIDELITY AND SURETY BONDS ... the President. any Vice President, the Secretary. and any Assistant Vice
President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as
attorneys -In' -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and
Other documents of similar character issued by the company in the Course of its business . On any instrument making or evidencing
such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking
of the Company. the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced: provided. however.
That The seal shall not be necessary to the validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of
FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out.
(i) The provisions of Article V. Section 13 of the By -Laws. and
(ii) A copy of the power -of - attorney appointment, executed pursuant thereto, and
(iii) Certifying that said power -of- attorney appointment is in full force and effect.
The signature of the certifying officer may be by facsimile. and the seal Of the Company may be a facsimile thereof:,
I, R. A. Pierson, Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of
The By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto.
are true and correct, and that both the By -Laws. the Resolution and the Power of Attorney are still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
a
this 151 f'Y day or 19 �
�✓
S- 1049 /EP 11/95
AI:111;11 c,trt i iri�H i !�-vr
IIV�UtiAlVlit �.• ....�._ ,�..__...,
J ,
®�'
POUCY EFFECTIVE
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND
E1STCY OF O`qA L�B pEC� ......
DRI NEWPORT BEACH �S RIyM4EDNADDIT RED.
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE
I RJAALIINU
DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
Schrhnmer Cavanagh Ins. Agency
POLICIES BELOW.
P.O. Box 788
..... °..._........_. ............._...... .... - ...._ -..._. .... .
..
1.4
COMPANIES AFFORDING COVERAGE
La Habra CA ON33-0788
01122/97
01/22/99
COMPANY A SCOTTSDALE INSURANCE
LETTER
...._..._ ... _.._.
COMPANY B TRANSPORTATION INS CO
LETTER
INSURED
Xrk8XX6M(AXX9PilXxJIRU,)Cx9 KKX MD0RANXxNRMRNRXXXI (xmmlRNmwRzxXXxxxxxxxx
MARK TRAUTWEIN
COMPANY C (�,HiJ88
LETTER V
DBA• TRAUTWEIN CONSTRUCTION
.... ....... ......._.._....- . ............ ... .
14046 SANTA ANA AVENUE
COMPANY D
FONTANA CA 92337
LETTER CNA
PERSONAL b ADV. INJURY
COMPANY E
LETTER
�
-
THIS IS TO CERTIFY THAT THE POLICES OFIN UR NCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAME T
D 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
X)
TYPE OF INSURANCE
POLICY NUMBER
POUCY EFFECTIVE
POLICY EXPIRATION
LIMITS
E1STCY OF O`qA L�B pEC� ......
DRI NEWPORT BEACH �S RIyM4EDNADDIT RED.
�,
I RJAALIINU
PROJECT - MARGUERITE AVE SEWER MAIN IMPROVEMENT PROJECT #3171.
DATE (MMDD/YY)
DATE (MMNDII'1)
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE -
..
1.4
_.
GENERAL W&UTY. ... .. .. .. ......
C1S277861
01122/97
01/22/99
GENERAL AGGREGATE
..
$ .2,000,000
LEFT, BWX)M XXMX§ dARt; XSNFkXxx 7dx6t $(OC{t>xXNKRWP1EXDlM)MXRA10R RRXXXXXXXXXX
j COMMERCIAL GENERAL LIABILITY
Xrk8XX6M(AXX9PilXxJIRU,)Cx9 KKX MD0RANXxNRMRNRXXXI (xmmlRNmwRzxXXxxxxxxxx
NEWPORT BEACH CA 92658
'EXCEPT 10 DAYS FOR NON PAYMENT OF PREMIUM
PROOUCTi�COMPIOP AGG. -E
1 QQQ QQQ
EI CLAIMS MADE X OCCUR.:
JOAN S. CAVANAGH <
OACORID CORPORATION 1990 ,E
PERSONAL b ADV. INJURY
E 1,000,000
OWNERS M CONTRACTOR'S PROT.
EACH OCCURRENCE
E 1 , OOO , OOO
FIRE DAMAGE (Any one fire)
$ $Q,000
WED. EXPENSE (any one person) ,
f 1,000
'
B
AUTOMOBILE
07825093
12101(97
12101/9$
... ..
COMBINED SINGLE
. ...... _ .... .. .
LIMIT
1,000,000
s
,_...X
ANY AUTO
,.....
X : ALL OWNED AUTOS
..... ......f.
8004Y INJURY
. .
,,,:
X SCHEDULED AUTOS
(Per person)
HIRED AUTOS
X
........
BODILY INJURY
. .
....
X NON -OWNED AUTOS
(Per axidenq :$
'
GARAGE LIABILITY
.... .......
.. .... ....
PROPERTY DAMAGE :$
C iEXCESS
LIABILITY °
XEK B328S167
01/22/98
01/22199
EACH OCCURRENCE
E1,000,QQQ
!
)(;UMBRELLA FORM
AGGREGATE .E
1,000,QQQ
I OTHER THAN UMBRELLA FORM
WORKERS COMPENSATION
BTAT'.RMY IIMRE
-'
B s
AND
WCB 1 36936876
12/01/97
12(01(98
EACH ACCIDENT :f
1,000,000
'
DISEASE POLICY LIMIT
f 1,000,000
EMPLOYERS' LIABILITY
_.... ...
EMPLOYEE
DISEASE EACH EMPLOYEE �f
1 ,000,000
OTHER
D; CONTRACTORS EQUIPMENT TBD
12/01/97 12/01/98 SPECIAL FOFM, PC 145,000
DEDUCTIBLE 500
E1STCY OF O`qA L�B pEC� ......
DRI NEWPORT BEACH �S RIyM4EDNADDIT RED.
..... ..__. ........... ..__.
RE:
I RJAALIINU
PROJECT - MARGUERITE AVE SEWER MAIN IMPROVEMENT PROJECT #3171.
CERTIFICATE HOLDER = - - ..,.
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE -
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENWRJQ@TR)WOLXXXXXXX
MAIL 30 'DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
CITY OF NEWPORT BEACH
ATTN: MIKE SINACORI
LEFT, BWX)M XXMX§ dARt; XSNFkXxx 7dx6t $(OC{t>xXNKRWP1EXDlM)MXRA10R RRXXXXXXXXXX
33 NEWPORT BLVD
Xrk8XX6M(AXX9PilXxJIRU,)Cx9 KKX MD0RANXxNRMRNRXXXI (xmmlRNmwRzxXXxxxxxxxx
NEWPORT BEACH CA 92658
'EXCEPT 10 DAYS FOR NON PAYMENT OF PREMIUM
JOAN S. CAVANAGH <
OACORID CORPORATION 1990 ,E
I
E
TO: MAYOR AND CITY COUNCIL MEMBERS
I
January 12, 1998
City Council Agenda
Item No. S -33
M
FROM: PUBLIC WORKS DEPARTMENT APPROVE
SUBJECT: AWARD OF CONSTRUCTION CONTRACT FOR THE MARGUERITE
AVENUE SEWER MAIN IMPROVEMENT PROJECT
CONTRACT NO. 3171
DISCUSSION:
1. Approve the Plans and Specifications for the construction of the Marguerite Avenue
Sewer Main Improvement Project, Contract No. 3171.
2. Award Contract No. 3171 to Trautwein Construction of Fontana, California in the
amount of $58,900.00 and authorize the Mayor and City Clerk to execute the
. contract on behalf of the City.
PROJECT DESCRIPTION:
l�L
The project includes constructing master planned improvements of sewer mains at the
intersection of East Coast Highway at Marguerite Avenue. The main goal of the project
will be to connect, with construction of approximately 130 feet of 12 -inch sewer main, a
large portion of the Corona del Mar service area directly to the County Sanitation
District's ( CSDOC) facility in Coast Highway. The project will eliminate the need for
other improvements in the City facilities that are called for in the Master Plan. The
project was planned for in future years; however, in preparation for Caltrans East Coast
Highway Improvement Project, the project was expedited.
The work to be performed under this contract includes three sewer manholes and
approximately 130 feet of 12 -inch gravity sewer. The most difficult portion of the project
will be the construction of the connection manhole at the CSDOC trunk. This portion of
the project will be directly in the center of East Coast Highway and require a 20 -foot
deep excavation. The attached sketch shows the project limits.
SUBJECT: AWARD OIbNSTRUCTION CONTRACT FOR THE &GUERITE AVENUE SEWER
MAIN IMPROVEMENT PROJECT, CONTRACT NO. 3171
January 12, 1998
Page 2
DISCUSSION:
At 2:00 p.m. on January 9, 1998, the City Clerk opened and read bids for the Water
Transmission Main Project. A summary of the results is listed below and a more
detailed itemized bid summary is attached as Exhibit "A ":
1. Trautwein Construction, Fontana, CA ......... ............................... $ 58,900.00
2. Ken Thompson, Inc., Cypress, CA ............. ............................... $ 60,875.00
3. Highland Engineering, Peoria, AZ ............... ............................... $ 70,750.00
4. Paulis Engineering, Anaheim, CA ............... ............................... $ 100,675.00
THE LOW BIDDER:
The low bidder, Trautwein Construction of Fontana, California, is a qualified general
contractor licensed to do business in California. This company has successfully
completed similar large diameter pipeline construction projects for other public water
agencies and municipalities in Southern California.
This firm has a good reputation in the contracting industry and has a significant amount
of experience with similar pipeline construction projects, including their recently .
completed projects for the City, the 30 -Inch Water Main Replacement on East Coast
Highway and 24 -inch Water Main Replacement at the Arches Interchange.
The insurance policies submitted by the contractor meet the City's requirements. Staff
believes that the contractor will be able to complete the proposed work satisfactorily.
PROJECT CONSTRUCTION MANAGEMENT:
The project construction will be performed under the supervision of the City's Utilities
Division staff acting as the construction manager. Specialty inspection for the welding
of the steel pipe may also be required.
SCHEDULE:
The contract's time of completion for the project is 30 consecutive calendar days. The
City's project schedule proposes that the contractor's work be completed by February
15, 1998. This is compatible with the schedule for Caltrans East Coast Highway
Improvement project.
is
0
SUBJECT: AWARD OF ASTRUCTION CONTRACT FOR THE MAOUERITE AVENUE SEWER
MAIN IMPROVEMENT PROJECT, CONTRACT NO. 3171
January 12, 1995
Page 3
CONCLUSION:
Award of the contract at this time will allow the contractor to complete the work prior to
the start of work for the East Coast Highway Improvement project. Staff believes the
contractor can complete the project satisfactorily and recommends award of the
contract to the successful bidder, Trautwein Construction of Fontana, California.
The funds needed for completing this project are available in the Wastewater
Enterprise Fund under the Capital Project Account No. 7531 - 05600292 for the Sewer
Main Master Plan Replacement Program.
STAFF RECOMMENDATION
Staff recommends that the City Council award this construction contract to the low
bidder, Trautwein Construction, of Fontana, California.
Respectfully submitted` /, /I
� W
PUBLIC WORKS DEPARTMENT
DON WEBB, DIRECTOR
6y:
Michael J. Sinacori
Utilities Engineer
Attachment: Project Sketch
Bid Summary
• f: \groups \pubworks \council \98 \jan- 12 \c3171aoc.doc
V
.O
L
a
c
m
E
m
0
L
CL
E
3
a�
cn
d
Q
i+
L
i
S�
ss
ti
H G Ay
E�1 �G�1.
.a
� dJ
-Z
b,
\�O
Q
z�
o�
Qo
02
J
i
U
•
§
Pk
k®
2
§2
§§
o�
�
5\
2
)I
#
CQ
\ \/
(\(
®8a
/2\\\/
.Ce
0
/7
/=
5§
}esg)))e
&
/
/
/\/
-
I
I
egSa
88
E
=
Raaaa8
e
8
0
�ow{e2ee)a
/�3�
/ate&
\
\&
`
x8888
888
z
}
°
°=
22
{
=o,
{
{\
\//
Cl
eaese888a
LO
\j
\k)2&wt>
\
)\
\e)
/
/\
/)}/
[§.�
�r
< z
)g\(\
/\
\\/
u/;
;=„
>
„
/
_
;=
co
z<
RSaeeeg(
!\
\00\
§
{R\3Ga%
°a°
/
a<
999
\
/0
\
Q�e&r
a
\/
3
\2
{>a#
!
za>
°G
o,
?
}
\#
ƒ
(Ci
:c
f
g®)
®,
N
®
�-
-
3
�
„
�w
„
e
;»
=l
=
�
=!!a
&2alra2mmRm§%
e,m