HomeMy WebLinkAboutC-3566 - Buck Gully Sewer By-pass/Siphon Abandonmenti 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
LaVonne M. Harkless, CMC
December 17, 2003
Albert W. Davies, Inc.
8737 Helms Avenue
Rancho Cucamonga, CA 91730
Subject: Buck Gully Sewer By- Pass /Siphon Abandonment (C -3566)
To Whom It May Concern:
On December 17, 2002, the City Council of Newport Beach accepted the work of
the subject project and authorized the City Clerk to file a Notice of Completion,
to release the Labor & Materials Bond 35 days after the Notice of Completion had
been recorded in accordance with applicable portions of the Civil Code and to
release the Faithful Performance Bond one year after Council acceptance.
The Labor & Materials Bond was released on February 13, 2001 The Surety for
the contract is Fidelity and Deposit Company of Maryland, and the bond number
is 8492609. Enclosed is the Faithful Performance Bond.
Sincerely,
LaVonne M. Harkless, CMC
City Clerk
cc: Public Works Department
Michael Sinacori, Project Manager
enclosure
3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915
Telephone: (9491644-3005 - Fax: (949) 644 -3039 • www.city.newport- beach.ca.us
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BUCK GULLY SEWER BY- PASS /SIPHON ABANDONMENT
EXECUTED IN QUADRUPLICATE
CONTRACT NO. 3566
BOND NO. 8492609
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 1,010.00
being at the rate of $ 11.50
thousand of the Contract price.
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted, awarded to Albert W. Davies, Inc., hereinafter designated as the
"Principal ", a contract for construction of BUCK GULLY SEWER BY- PASS /SIPHON
ABANDONMENT, Contract No. 3566 in the City of Newport Beach, in strict conformity with
the plans, drawings, specifications, and other Contract Documents maintained in the Public
Works Department of the City of Newport Beach, all of which are incorporated herein by this
reference.
WHEREAS, Principal has executed or is about to execute Contract No. 3566 and
the terms thereof require the furnishing of a Bond for the faithful performance of the
Contract;
NOW THEREFORE, we, the Principal, and FIDELITY AND DEPOSIT COMPANY
OF MARYLAND , duly authorized to transact business under the laws of the State of
California as Surety (hereinafter "Surety "), are held and firmly bound unto the City of
Newport Beach, in the sum of eighty -seven thousand, eight hundred ten and 00/100
Dollars ($87,810.00) lawful money of the United States of America, said sum being equal to
1Q0% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its
successors, and assigns; for which payment well and truly to be made, we bind ourselves,
our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly
by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the
Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well
and truly keep and perform any or all the work, covenants, conditions, and agreements in
the Contract Documents and any alteration thereof made as therein provided on its part, to
be kept and performed at the time and in the manner therein specified, and in all respects
according to its true intent and meaning, or fails to indemnify, defend, and save harmless the
City of Newport Beach, its officers, employees and agents, as therein stipulated, then,
Surety will faithfully perform the same, in an amount not exceeding the sum specified in this
Bond; otherwise this obligation shall become null and void.
28
9 0
As a part of the obligation secured hereby, and in addition to the face amount
specified in this Performance Bond, there shall be included costs and reasonable expenses
and fees, including reasonable attorneys fees, incurred by the City, only in the event the City
is required to bring an action in law or equity against Surety to enforce the obligations of this
Bond.
Surety, for value received, 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 way 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.
This Faithful Performance Bond shall be extended and maintained by the Principal in
full force and effect for one (1) year following the date of formal acceptance of the Project by
the City.
In the event that the Principal 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 STH day of OCTOBER , 2002.
LasrdA A. t7A ✓«s
Albert W. Davies, Inc. (Principal)
FIDELITY AND DEPOSIT
COMPANY OF MARYLAND
Name of Surety
225 SOUTH LAKE AVE., #700
A�titcD
Authorized Signature/Title Vie&
Authorized Agent Signature
DWIGHT REILLY
PASADENA, CA 91101 ATTORNEY -IN -FACT
Address of Surety Print Name and Title
626 - 792 -2311
Telephone
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
29
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of California
County of
San Bernardino
I ss.
On OCTOBER 8, 2002 before me, CLAUDETTE N. MARTIN, NOTARY PUPLI
Data Nerve anC 11110 of of/leer (e.g..'Jeno bon. Notary Public-)
personally appeared DWIGHT REILLY
z � CLAUDETTE N. MARTIN z
8 COltvt, #;345285 g
P •w5 P, NOTARY PJBLIC-
SAN' BERNAROINO Co ofry
.t..... <......... l4y 20" ..EV W,11ch .9.:2.036
XX personally known to me
CI proved to me on the basis of satisfactory
evidence
to be the personpt:) whose namept) is /A&
subscribed to the within Instrument and
acknowledged to me that he /"W executed
the same in his /lAi %14 authorized
capacity(11*p, and that by his /Nta1t66"
signature(g) on the instrument the person(g), or
the entity upon behalf of which the person(x)
acted, executed the instrument.
WITNESS my hand and official seal.
Place Notary Seel Above Signature 01 Nuerypillric,
CLAUDETTE N. MARTIN
OPTIONAL
Though the Information below Is not required by law, if may prove valuable to persons relying on file document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document PERFORMANCE BOND
Title or Type of Document:
Document Dale: OCTOBER 8, 2002 Number of Pages:
Signer(s) Other Than Named Above:
Capaclty(les) SWMeHT yREIIQ er
Signer's Name:
0 Individual
Top of lhurnla hrrn
• Corporate Officer— Title(s):
• Partner — C3 Limited ❑ General
N Attorney in Fact
❑ Trustee
• Guardian or Conservator
• Other: _
Signer Is Representing: FIDELITY AND DEPOSIT COMPANY —
OF ND
0 1997 Nallonel Notary AseoUallon , 9350 De Solo Ave., P.O. Box 2402 • Ch laworth, CA 913132402 Prod. No. 5207 aeorder. Call Tog,F,Oe 1 800 87"827
0
0
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE: P.O. BOX 1227, BALTIMORE, MD 21203 -1227
Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a
corporation of the State of Maryland, by W. B. WALBRECHER, Vice - President, and T. E. SMITH, Assistant Secretary,
in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, which are set forth on the
reverse side hereof and are hereby certified to be in full and eff the date hereof, does hereby nominate,
constitute and appoint Dwight REILLY, of Upland, Cale its tru awful agent and Attomey -in -Fact, to make,
execute, sea] and deliver, for, and on its behalf as sur d as its deed: any and all bonds and undertakings
and the execution of such bonds or undertakines in p ce of th s Bents, shall be as binding upon said Company, as
fully and amply, to all intents and purposes, as if d been drag ecuted and acknowledged by the regularly elected
officers of the Company at its office in Baltimo ., in the proper persons. This power of attorney revokes that
issued on behalf of Dwight REILLY, dated M 995.\
The said Assistant Secretary does here ify thathxtract set forth on the reverse side hereof is a true copy of
Article VI, Section 2, of the By -Laws of ompany s now in force.
IN WITNESS WHEREOF, the sai e- Presid Assistant Secretary have hereunto subscribed their names and
affixed the Corporate Sea] of the FIDELI D DEPOSIT COMPANY OF MARYLAND, this 15th day of
October, A.D. 1998.
ATTEST: FIDELIW AND OSIT COMPANY OF MARYLAND
,.� By:
T E. Smith Assistant Secretary IV, B. Walbrecher Vice- President
State of Maryland } ss:
County of Baltimore JJJ
On this 15th day of October, A.D. 1998, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came W. B. Walbrecher, Vice - President and T. E. Smith, Assistant Secretary of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and
being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company
aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said
Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the
authority and direction of the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above
written.
Carol J Fa r Notary Public
My Commissi Expires: August 1, 2000
L1428- 012 -8798
r •
CALIFORNIA ALL. - PURPOSE ACKNOWL[DOMENT
State of California
5��� - �.
County of & � � r,�. u, t -t
on C--Y a �_ -c�, before me, KC-lll E Jb cZi,SS �Nt-yili•, �ic,3lic
i
vam. Tift of 01r� c.q.. w.. Wa y Pu6kj
personally appeared
KELL IE JO CROSS
C�AAM. #12222'8 d
NOTARY PUBLIC CALVFORNIA
CQ SAN BERNARDiN4 COUNfY CJ
My Comm. Expires June 25, ffi0,
personalty known to me
IJ proved to me on the basis of satisfactory
evidence
to be the person(s) whose names) Were
subscribed to the within instrument and
acknowled to me that he/sheflhey executed
the same in hisfherftheir authorized
capacity(ies), and that by his/harlthair
srgnature(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 off6ai seat.
Et.Q&dd e ? r di
L s1 OWW, $404
O I NMAL.
777ough ft ##bm?xW bobw is nor requVed by aw. # mry raw AkaVe to peta=re/YM on the dtxument
end CDL#d reveM kvv& nt rarnorat and reafreu+ment of M4 fam ro anomer d MMMIL
Deserh*on of Attached Document 2
Tale or Type of Docur.wnt: �tif-�6 f T�ut"r ,E r.b ti ci
Doeumant oats: I &- Q;- 6 2- Numtw of Pages: 2
Signers) Other Than Named AbM: I + 4� H i 1 ka
CapacwAies)
5ww's Name:
0 tndiA&W
5z- cwporaw
n Partner —
❑ Attorney in
0 Trustee
CI Guardian or
L i Other:
Claimed by Bigner
Tap of t"M ru.r..
O�M1Car— Title{s): Y i �e rigid .n
❑ tarmted D General
Fact
Conservator
OP 1.1
E
February 13, 2003
Albert W. Davies, Inc.
8737 Helms Avenue
Rancho Cucamonga, CA 91730
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
LaVorme M. Harkless, CMC
Subject: Buck Gully Sewer By- Pass /Siphon Abandonment (C -3566)
To Whom It May Concern:
On December 17, 2002, the City Council of Newport Beach accepted the work of
the subject project and authorized the City Clerk to file a Notice of Completion,
to release the Labor & Materials Bond 35 days after the Notice of Completion had
been recorded in accordance with applicable portions of the Civil Code and to
release the Faithful Performance Bond six months after Council acceptance.
The Notice of Completion was recorded by the Orange County Recorder on
January 9, 2003, Reference No. 2003000032370. The Surety for the contract is
Fidelity and Deposit Company of Maryland, and the bond number is 8492609.
Enclosed is the Labor & Materials Payment Bond.
Sincerely,
LaVonne M. Harkless, CMC
City Clerk
LH:Ib
cc: Public Works Department
Michael Sinacori, Project Manager
encl.
3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915
Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BUCK GULLY SEWER BY- PASS /SIPHON ABANDONMENT
EXECUTED IN QUADRUPLICATE
CONTRACT NO. 3566
BOND NO. 8492609
PREMIUM: 1, 10.00
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted, has awarded to Albert W. Davies, Inc., hereinafter designated as the
"Principal," a contract for construction of BUCK GULLY SEWER BY- PASS /SIPHON
ABANDONMENT, Contract No. 3566 in the City of Newport Beach, in strict conformity with
the plans, drawings, specifications and other Contract Documents in the office of the Public
Works Department of the City of Newport Beach, all of which are incorporated herein by this
reference.
WHEREAS, Principal has executed or is about to execute Contract No. 3566 and
the terms thereof require the furnishing of a bond, providing that if Principal or any of
Principal's 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 the undersigned Principal, and,
FIDELITY AND DEPOSIT COMPANY OF MARYLAND duly authorized to
transact business under the laws of the State of California, as Surety, (referred to herein as
"Surety") are held firmly bound unto the City of Newport Beach, in the sum of eighty-seven
thousand, eight hundred ten and 001100 Dollars ($87,810.00) lawful money of the United
States of America, 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 to
be made, we bind ourselves, our heirs, executors and administrators, successors, or
assigns, jointly and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the
Principal's subcontractors, fail to pay for any materials, provisions, or other supplies,
implements or machinery used in, upon, for, or about the performance of the work
contracted to be done, or for any other work or labor thereon of any kind, or for amounts due
under the Unemployment Insurance Code with respect to such work or labor, or for any
amounts required to be deducted, withheld and paid over to the Employment Development
Department from the wages of employees of the Principal and subcontractors pursuant to
Section 13020 of the Unemployment Insurance Code with respect to such work and labor,
then the Surety will pay for the same, in an amount not exceeding the sum specified in this
Bond, and also, in case suit is brought to enforce the obligations of this 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.
26
0 0
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 and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the
State of California.
And 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 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 above
named Principal and Surety, on the 8TH day of OCTOBER 2002.
1.ST -IJA. A. IDAV,6�-
Albert W. Davies, Inc. (Principal)
FIDELITY AND DEPOSIT
COMPANY OF MARYLAND
Name of Surety
225 SOUTH LAKE AVE., #700
PASADENA, CA 91101
Address of Surety
626 -792 -2311
Telephone
Authorized Signature/Title J,oE �a�yaT.vi
I
Z��/l /1
A thorized Agent Signature
DWIGHT REILLY
ATTORNEY -IN -FACT
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
27
•
r
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of California
County of
San Bernardino
I ss.
On OCTOBER 8, 2002 before me, CLAUDETTE N. MARTIN, NOTARY PU$LI
Dale Nome eM Ulf. of Offoer (..g., 'Jan. Don, Notary Pubk-)
personally appeared DWIGHT REILLY -------------------------------
Neme(e( of Sigoer(al
Z</ \R <CLAUDETTEiN. MARTIN
fZ
COMM. #1345288 g
Y%t'.bsK"lj/ NOTA ?YPu6L
sAN SERNARD&I ll 29 2 0Y
XXpersonally known to me
I_ I proved to me on the basis of satisfactory
evidence
to be the personN) whose namet.) is /I(*
subscribed to the within Instrument and
acknowledged to me that hell10lfe1y executed
the same in his /Lfdt}tPMr authorized
capacity(Sk, and that by his /Tetdtl2lt
signatureo §) on the instrument the person(), or
the entity upon behalf of which the person(,x)
acted, executed the instrument.
WITNESS my hand and official seal.
014A• JP t— Yl m
41xe Notary Sant Above signalora of Nalf�- ery Fu6XC 1-
CLAUDETTE N. MARTIN
OPTIONAL
Though the lntormallon below is not required by law, it may prove valuable to persons relying on the documenl
and could prevent /raudulenl removal and reattachment of this form to another document
Description of Attached Document
Title or Type of Document: PAYMENT BOND
OCTOBER 8 2002 2
Document Date: ' Number of Pages: _
Signer(s) Other Than Named Above: NONE —
Ca
Signer's N ame: MO OTTLY
❑ Individual
• Corporate Officer — Title(s):
• Partner — ❑ Limited ❑ General
IN Attorney In Fact
• Trustee
• Guardian or Conservator
❑ Other:
- ---- -- ------- ----- -- ---- ;..
top of Ihurnb l,nre
Signer Is Representing: FIDELITY AND DEPOSIT COMPANY —
OF MARYLAND
O 1997 Nelbml Notary Assoalatlm • 0350 Da Soio Ave., 4.0. box 2402 < Chaleaorl0, CA 91313 -2402 Prod, No. 5907 iteordoc Call Tot Fo a I RM 0766827
0 0
EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President, or any of the
Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive
Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to
appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may
require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking,
recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees,
mortgages and instruments in the nature of mortgages .... and to affix the seal of the Company thereto"
CERTIFICATE
1, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby
certify that the original Power of Attomey of which the foregoing is a full, true and correct copy, is in full force and effect
on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was
one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as
provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution
of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and
held on the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically
reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore
or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and
binding upon the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said
Company, this
8TH day of OCTOBER 2002
Assistant Secretary
0
1]
EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2 The Chairman of the Board, or the President, or any Executive Vice - President, or any of the.
Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive
Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to
appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attorneys -in -Fact as the business of the Company may
require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking,
recomizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees,
mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto.'
CERTIFICATE
L the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby
certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect
on the date of this certificate; and I do further certify that the Vice - President who executed the said Power of Attorney was
one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as
provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution
of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and
held on the 10th day of May, 1990_
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically
reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore
or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and
binding upon the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said
Company, this
8TH day of OCTOBER 2002
Assistant Secretary
CALIFORNIA ALL - PURPOSE
State of California
COUnty0f 5-An 3eroi azd.w4
0
ACKNOV"DOMIENT
On before me, "ice �, C-ieSS� �nro-sR -ti CG 3�Jc
o.n NMa +a0 Te. of f.{. plan.vw NeWY WNC)
personally appeared L &STG R- A - F) N ) r S
JO CROSS (@MKELLIE
COMM. #1222218 NOTARY PUBLIC CALIFORNIA SAN BERNAMINO COUNTY y Cam'. Expires June 25, 2003
•ua "Dry $001 w
X-personalty known to me
0 proved to me on the basis of satisfactory
evidence
to be the person(s) whose name(s) islEre
subscribed to the within instrument and
acknowledged to me that hershe/fhey executed
the same in hisRtedtheir authorized
capacity(ies), and that by hisAwItheir
sovikire(s) on the instrument the pE!Wro). or
the entity upon behalf of which the person(s)
acted, executed the instrument.
WCCNESS my hand^ and official seal.
w.way aaK
OPTIONAL
Though dK #dorrnaVW bobw Is not ragund by tsw, it any prom vatAbh Lb persao relyrr)p oa the do WMW
and could p vvw* hau&4" rwMW and MORWAvent of V" tam to &VOW domonM-
Deeniptlon of Attached
Ties or Type of Document _
Document Date: Dc! , �� 2,&C,7- NUMW of Pages: 2
S4-W(3) O&WThW NamedAbow: kkN1 C6�01 ?-t�1i u
CopseWAies) Chimed by 1319ner
signer's Name: L_S
ID individual
X CwWato
n Partner — ❑ United ❑ General
0 Attomey in Fact
❑ Trustee
❑ Guardlw or Conservator
L i Other:
Signer to ttepres"ov: ! b y- } W , I>A> Ir-5 1 -r» C�
a 1967 %WW d NOWYA1600 a+ • AM Q7 SaN Aft. CO. ear 2402 - &Okwalft G n31UM pat. Ha up Reow Car 7W. 7400.70.0927
• •
RECORDING REQUESTED BY AND Recorded in Official Records, county of Orange
WHEN RECORDED RETURN TO: Tom Daly, clerk- Recorder
I! IIIIIIII!! 11111INIH !11111 11111111111111!Ill 10 i1111 11111 W FEE
City clerk 2003000032370 04:29pm 01/09103
City of Newport Beach 119 so 1412 1
3300 Newport Boulevard 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00
Newport Beach, CA 92663
" xempt from recording ees
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 Albert W. Davies, Inc. of Rancho
Cucamonga, California, as Contractor, entered into a Contract on October 8, 2002. Said
Contract set forth certain improvements, as follows:
Buck Gully Sewer By- Pass /Siphon Abandonment (C -3566)
Work on said Contract was completed on November 15, 2002, and was found to be
acceptable-orrDecember 17, 2002, by the City Council. Title to said property is vested in
c,
the 04aner, and the Surety for said Contract is Fidelity and Deposit Company of Maryland.
N
M.
M
VERIFICATION
It-Works Director
of Newport Beach
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge. / �J
Executed on CLC -mX� r �b� G0 at Newport Beach, California.
BY `' y/ 1,1�J -nir C. -. ° % - .y/t__X Gv�voRT @Fs
City Clerk 2` boy
0
CAUf
C
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Agenda Item No. 7
December 17, 2002
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY
FROM: Public Works Department
M. Sinacori, P.E.
949 - 644 -3311
msinacori@city.newport-beach.ca.us
SUBJECT: BUCK GULLY SEWER RELOCATION /SIPHON ABANDONMENT,
CONTRACT NO 3566 — COMPLETION AND ACCEPTANCE
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the
Notice of Completion has been recorded in accordance with applicable portions of
the Civil Code.
4. Release the Faithful Performance Bond 1 year after Council acceptance.
DISCUSSION:
On October 8, 2002, the City Council authorized the award of the Buck Gully Sewer
Relocation /Siphon Abandonment contract to Albert W. Davies, Inc. The contract
provided for the construction of a sewer line through 215, 219, and 223 Evening
Canyon Road. The contract has now been completed to the satisfaction of the Public
Works Department as well as the effected homeowners. A summary of the contract
cost is as follows:
Original bid amount: $87,810.00
Actual amount of bid items constructed: 87,810.00
Total amount of change orders: 8,273.19
Final contract cost: $96,083.19
One change order was issued for the project at a cost of $8,273.19. The final overall
construction cost was 9.42 percent over the original bid amount.
SUBJECT: BUCK GULLY SEWE*ELOCATION /SIPHON ABANDONMENT, CONTF* NO 3566 — COMPLETION AND
ACCEPTANCE
December 17, 2002
Page 2
The change order centered around the necessary re- alignment efforts to avoid
interfering planter walls, footings, pools, and other private utilities and drain lines that
were unknown during the design process. The alignment had to be completely re-
thought in the field because of these interferences. The contractor was extremely fair
with the extra work request. If the Contractor wasn't so cooperative, it could have had
impacts to the new house construction at 219 Evening Canyon. Attached is a letter
from the builder thanking the City for our efforts and a job well done.
Funds for the project were expended in the following account:
Description
Wastewater Fund
Account No. Amount
7531- C5600292 $96,083.19
The original scheduled completion date was November 13, 2002. All work was
completed on November 15, 2002, the extended completion date. The time extension
was granted in order to complete the added work with the change order.
Environmental Review: (Not applicable)
Prepared by:
Michael J. Sinacori, P.E.
Utilities Engineer
Submitted by„ f
G. Badum
Drks Director
Attachment: November 25, 2002 letter from the Richard Crawford Company
WU
The Richard F. Crawford Company
liuil(1( I:� OI Fine CIISIOIll I kmws
DEC 4 2002
November 25, 2002
Mr. Mike Sinacon
City of Newport Beach Public Works Department
3300 Newport Blvd.
P.O. Box 1768
Newport Beach, CA 92658 -8915
Dear Mr. Sinacori:
This letter is to inform you that installation of the new sewer line at 219 Evening Canyon is
now complete and installed to our satisfaction. Your subcontractor Albert W. Davies Inc. has
been very cooperative in allowing us to dig out and recompact the soil under the new line
before installation.
Thank you for your cooperation in expediting this work so that we can move forward with the
construction of our project. We appreciate your help.
Sincerely,
THE RICHARD F. WFORD COMPANY
Daniel J. M
Project Superintendent
I- 1�(Iit'1 AA -t'I11 a'tiUiR'li -1 (:illikollil 02112(i 171 k) 54,5-09(4 1-115171-41 --,4 :i -5777
3
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
December 18, 2002
Orange County Recorder
P. O. Box 238
Santa Ana, CA 92702
RE: Notice of Completion for the Balboa Village Improvements Phase 1 Project
(C- 3333);
Notice of completion for the Street Improvements: Monrovia Avenue from
15th Street to 16th Street and 15th Street from Monrovia Avenue to Superior
Avenue Project (C- 3471); and
Notice of Completion for the Buck Gully Sewer By-Pass/Siphon
Abandonment Project (C -3566)
Please record the enclosed documents and return them to the City Clerk's
Office. Thank you.
Sincerely,
LaVonne M. Harkless, CMClAAE
City Clerk
Enclosures
3300 Newport Boulevard, Newport Beach
0 0
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
xempt rom reco ing ees
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 Albert W. Davies, Inc. of Rancho
Cucamonga, California, as Contractor, entered into a Contract on October 8. 2002. Said
Contract set forth certain improvements, as follows:
Buck Gully Sewer By- Pass]Siphon Abandonment (C -3566)
Work on said Contract was completed on November 15, 2002, and was found to be
acceptable on December 17, 2002, by the City Council. Title to said property is vested in
the Owner, and the Surety for said Contract is
AVA
t -Works Director
of Newport Beach
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge. y�1
Executed on 1 b� a10 6 at Newport Beach, California.
BYl/L
City Clerk
CITY CLERK
CITY OF NEWPORT BEACH
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, Newport Beach, CA 92663
until 2:00 p.m. on the 30t" day of September 2002,
at which time such bids shall be opened and read for
BUCK GULLY SEWER BY-PASS/SIPHON ABANDONMENT
Title of Project
Contract No. 3566
$95,000
Engineer's Estimate
by
Stephen G. Badum
ublic Works Director
Prospective bidders may obtain one set of bid documents no cost
at the office of the Public Works Department, 3300 Newport
Boulevard, Newport Beach, CA 92663
MANDATORY PRE -BID MEETING SEPTEMBER 251h a19 :00 A.M., .
219 Evening Canyon Road, Corona del Mar (Project Site)
General "A" Contractor License Classification
required for this project
For further information, call Mike Sinacori, Project Manager at (949) 644 -3342
f . -H
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BUCK GULLY SEWER BY-PASS/SIPHON ABANDONMENT
CONTRACT NO. 3566
INSTRUCTIONS TO BIDDERS
1. The following documents shall be completed, executed and received by the City Clerk in
accordance with NOTICE INVITING BIDS:
INSTRUCTIONS TO BIDDERS
BIDDER'S BOND
DESIGNATION OF SUBCONTRACTORS
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
INFORMATION REQUIRED OF BIDDER
ALL ADDENA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR
TO BID OPENING DATE (if any)
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
NON - COLLUSION AFFIDAVIT
DESIGNATION OF SURETIES
PROPOSAL
2. Cash, certified check or cashier's check (sum not less than 10 percent 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.
3. 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.
4. 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 successful bidder's security shall be held until the
Contract is executed. Bidders' security shall be returned to unsuccessful bidders
within a reasonable time not to exceed 60 calendar days after the successful bidder
has signed the Contract.
5. The estimated quantities indicated in the PROPOSAL are approximate, and are given
solely to allow the comparison of total bid prices.
6. 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.
3
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.
8. 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 by calling the prevailing wage hotline number (415) 703 -4774, and requesting
one from the Department of industrial Relations. 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).
9. The Contractor shall be responsible for insuring compliance with provisions of Section
1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the
Public Contracts Code, "Subletting and Subcontracting Fair Practices Act ".
10. 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.
A
Contractor's License No. & Classification
Afber+ W. Dove e!5, e.
Bidder
i (-e- Pres r cte r--I-
Authorized Signature/Title
Oct 30 0�
Date
10
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BUCK GULLY SEWER BY- PASS /SIPHON ABANDONMENT
CONTRACT NO. 3566
BIDDER'S BOND
We, the undersigned Principal and Surety, our successors and assigns, executors,
heirs and administrators, agree to be jointly and severally held and firmly bound to the City
of Newport Beach, a charter city, in the principal sum of
Dollars ($ ), to be paid and
forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for
the construction of BUCK GULLY SEWER BY- PASS /SIPHON ABANDONMENT,
Contract No. 3566 in the City of Newport Beach, is accepted by the City Council of the
City of Newport Beach and the proposed contract is awarded to the Principal, and the
Principal fails to execute the Contract Documents in the form(s) prescribed, including the
required bonds, and original insurance certificates and endorsements for the construction
of the project within thirty (30) calendar days after the date of the mailing of "Notification of
Award ", otherwise this obligation shall become null and void.
If the undersigned Principal executing this Bond is executing this Bond as an
individual, it is agreed that the death of any such Principal shall not exonerate the Surety
frorl -s obligations under this Bond.
hands this day of 2002.
Name of Contractor
Name of Surety
Authorized Signature/Title
Authorized Agent Signature
Address of Surety Pn Name and Title
Telephone
(Notary acknowledgment of Principal & Surety must
5
attached)
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BUCK GULLY SEWER BY- PASS /SIPHON ABANDONMENT
CONTRACT NO. 3566
: !jq "MIT
We, the undersigned Principal and Surety, our successors and assigns, executors,
heirs and administrators, agree to be jointly and severally held and firmly bound to the City
��ff NNeQwW rt Bge!!a�ch a charter city, in the principal sum of TEN PERCENT OF THE
TOTAL iMOUNT BID Dollars ($ 10 0/0** * ), to be paid and
forfeited to the City of Newport Beach ff the bid proposal of the undersigned Principal for
the construction of BUCK GULLY SEWER BY-PASS/SIPHON ABANDONMENT,
Contract No. 3566 in the City of Newport Beach, is accepted by the City Council of the
City of Newport Beach and the proposed contract is awarded to the Principal, and the
Principal fails to execute the Contract Documents in the form(s) prescribed, including the
required bonds, and original insurance certificates and endorsements for the construction
of the project within thirty (30) calendar days after the date of the mailing of "Notificabon of
Award', otherwise this obligation shall become null and void.
If the undersigned Principal executing this Bond is executing 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.
Witness our hands this 27TH day of SEPTEMBER , 2002.
ALBERT W. DAVIES, INC.
Name of Contractor (Principal) Authorized Signatur itle )/, Ee � ,
FIDELITY AND DEPOSIT
COMPANY OF MARYLAND
Name of Surety
225 S. LAKE AVE., #700
PASADENA, CA 91101
Address of Surety
626 - 792 -2311
Telephone
Authorized Agent Signature—
DWIGHT REILLY
ATTORNEY -IN -FACT
Print Name and Title
(Notary acknowledgment of Principal & Surety must be attached)
0
E
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of California
SS.
County of San Bernardino
On SEPT. 27, 2002 before me, CLAUDETTE N. MARTIN, NOTARY PU$LI
Bale Nome aW Title of officer (a.g.,'Jane Don, Notary PabMc")
personally appeared DWIGHT REILLY ------------------------- - - - - --
Z CLAUDETTE N. MARTIN z
S.e. '�. COMM. #1345285 s
P ir.. NOTARY PUBLIC -CA IFORNIA P
I SAN BERNAROINO COUNTY
' My -0,nm Ea Marti 29, 2D(X
XXpersonally known to me
LI proved to me on the basis of satisfactory
evidence
to be the persona) whose nameit) is /A&
subscribed to the within Instrument and
acknowledged to me that he /9t>tiF/Ulrety executed
the same In hislPIAROMr authorized
capacity(+149), and that by his /qbt*"
signature(M) on the instrument the person(g), or
the entity upon behalf of which the person(g)
acted, executed the instrument.
WITNESS my hand and official seal.
Place Notary Seal Above S1gnalore d Notary Pnbac
CLAUDETTE N. MARTIN
OPTIONAL
Though the Informatfon below is not repufred by law, 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 BID BOND
Tale or Type of Document:
Document Date: SEPTEMBER 27, 2002 Number of Pages:
Signers) Other Than Named Above:
Cgner's Name: DWIGHT REILLY
Signer's Nama:
• Individual e
1 "on of lhmnb l+ere
• Corporate Officer — Title(s):
• Partner — ❑ Limited fJ General
IN Attorney in Fact
• Trustee
• Guardian or Conservator
• Other:
Signer Is Representing: FIDELITY AND DEPOSIT COMPANY
OF MARYLAND
0 1997 Nathnat Notary Asaoelation 4It" W Soto Ave., P.O. Sox 24021 Chatsworth, CA 91313 -2402 Prod, No 6907 Reoreec Call Tot Rae 1 900 878 6827
0
0
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE: P.O. BOX 1227, BALTIMORE, MD 21203 -1227
Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a
corporation of the State of Maryland, by W. B. WALBRECHER, Vice - President, and T. E. SMITH. Assistant Secretary,
in pursuance of authority granted by Article VI, Section 2, of the By
reverse side hereof and are hereby certified to be in full &w and
constitute and appoint Dwight REILLY, of Upland, Cal' ta, its
execute, seal and deliver, for, and on its behalf as sur d as its
and the execution of such bonds or undertakings in p cc of th;
fully and amply, to all intents and purposes, as if d been
officers of the Company at its office in Baltimo in theq
issued on behalf of Dwight REILLY, dated Md3�,i 995. wti
The said Assistant Secretary does he
Article V'I, Section 2, of the By -Laws of
IN WITNESS WHEREOF, the said
affixed the Corporate Seal of the
October, A.D. 1998. < ,O
ATTEST: FID
�'""
' _SEAL # �
T E. Smith
State of Maryland } ss:
County of Baltimore )))
of said Company, which are set forth on the
the date hereof, does hereby nominate,
?[awful agent and Attorney -in -Fact, to make,
deed: any and all bonds and undertakings
:s, shall be as binding upon said Company, as
d and acknowledged by the regularly elected
proper persons. This power of attorney revokes that
that I"tract set forth on the reverse side hereof is a true copy of
rimanns now in force.
Assistant Secretary have hereunto subscribed their names and
DEPOSIT COMPANY OF MARYLAND, this 15th day of
IT COMPANY OF MARYLAND
Assistant Secretary
0
i
W B. Walbrecher Vice - President
On this 15th day of October. A.D. 1998, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came W. B. Walbrecher, Vice - President and T. E. Smith, Assistant Secretary of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and
being by me duly swom, severally and each for himself deposeth and saith, that they are the said officers of the Company
aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said
Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the
authority and direction of the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above
written.
Carol J Fa r Notary Public
My Commissi Expires: August 1, 2000
1-1428- 012 -8798
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice- President, or any of the
Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive
Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to
appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attomeys -in -Fact as the business of the Company may
require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking,
recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees,
mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto."
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby
certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect
on the date of this certificate, and I do further certify that the Vice - President who executed the said Power of Anomey was
one of the additional Vice- Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as
provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution
of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and
held on the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically
reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore
or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and
binding upon the Company with the same force and effect as though manually affixed"
IN TESTIMONY WHEREOF, 1 have hereunto subscribed my name and affixed the corporate seal of the said
Company, this
27TH day of SEPTEMBER 2002
Assistant Secretary
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BUCK GULLY SEWER BY- PASSISIPHON ABANDONMENT
CONTRACT NO. 3566
DESIGNATION OF SUBCONTRACTORS)
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. (Use additional sheets if needed)
Subcontractor's Name,
Address, Telephone #
Bid
Item
Number
Description of Work
Percent of
Total Bid
c.Csan2 ST.
01,Y7A1?3d I Cif 1 i%h I
NO -5811
25`0
Albe -+ WJ_ Dav1P.S, TnC,
Bidder
I � 1 %Q�� (� l "Y
Authorized Signature/Title
E
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BUCK GULLY SEWER BY- PASS /SIPHON ABANDONMENT
CONTRACT NO. 3566
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Contractor must use this form!!! Please print or type.
Bidders Name Af be*4 W, Lm! es- -r41C -
FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A
COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-
RESPONSIVE. \s
�0.
For all public agency projects you have worked on (or are currently working on) in 1
the past 2 years in excess of $15,000, provide the following information:
No. 1
Project Name /Number
Project Description
Approximate Construction Dates: From
Agency Name
Contact Person
Telephone ( )
Original Contract Amount $ Final Contract Amount $
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
7
No. 2
Project Name /Number
Project Description
Approximate Construction Dates: From
Agency Name
Contact Person
0
`JET
Telephone ( )
Original Contract Amount $ Final Contract Amount $
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
No. 3
Project Name /Number
Project Description
Approximate Construction Dates: From
Agency Name
Contact Person
To:
Telephone ( )
Original Contract Amount $ Final Contract Amount $
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
M
No. 4
Project Name /Number
Project Description
Approximate Construction Dates: From
Agency Name
Contact Person Telephone ( )
Original Contract Amount $ Final Contract Amount $
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
No. 5
Project Name /Number
Project Description
Approximate Construction Dates: From
Agency Name
Contact Person Telephone ( )
Original Contract Amount $ Final Contract Amount
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
E
0
0
LISTING OF CONTRACTS PERFORMED
by
Albert W. Davies, Inc.
September 2002
DATE PROJECT TYPE OF VALUE OF WORK LOCATION OF FOR WHOM Page 1
COMPLETED: WORK: PERFORMED: WORK: PERFORMED:
Current
Recycled Water
$ 505,000.
Marigold Ave. & Palmetto
City of Redlands
#215
Transmission Main.
Ave. from Marigold Ave.
Municipal Utilities Dept.
Installed 4,400 I.f. of
to California St.,
PO Box 3005
24" PVC pipe
Redlands, CA
Redlands, CA 92373
#909 / 798 -7551 — Mr. Lonny Young
Current
24" water and 8"
$ 427,000.
Lemon Ave. &
Cucamonga County Water District
#214
sewer line
Amethyst Ave., Rancho
10440 Ashford St.
relocations
Cucamonga, CA
Rancho Cucamonga, CA 91730
#909 / 483 -7440 — Mauricio Guardado
Current
Re -route of 8"
$ 45,000.
Lemon Ave. &
Cucamonga County Water District
#213
water lines
Klusman Ave.,
10440 Ashford St.
Rancho Cucamonga, CA
Rancho Cucamonga, CA 91730
#909 / 483 -7440 — Mauricio Guardado
Current
Installation of 18" to
$ 325,000.
Village Expansion
City of Claremont
#212
48" RCP storm drain
Improvements,
Prime: Laird Construction Company
and 8" to 12" VCP sewer
Claremont, CA
9460 Lucas Ranch Rd.
Rancho Cucamonga, CA 91730
#909 / 944 -9301 — Ralph Laird
Current
Installation of 2 — 30"
$ 105,000.
Campus Avenue &
San Bernardino Assoc. Governments
#211
wall casings
Route 30/21 Freeway
Prime: E. L. Yeager Construction Co.
Upland, CA
PO Box 87
Riverside, CA 92502
#909 / 684 -5360 -
Current
Installation of 24"
$ 499,000.
Rancho Cucamonga, CA
Cucamonga County Water District
#210
water transmission
Banyan St. near
10440 Ashford St.
main
Los Osos High School
Rancho Cucamonga, CA 91730
# 909 1987-2591 — Mauricio Guardado
Current
Sewer improvements-
$1,012,300.
Fontana, CA
City of Fontana
#209
2,440 ft. of 15' and
Slover Ave. from
8353 Sierra Ave
4,653 ft. of 12" clay pipe
Popular Ave. to
Fontana, CA 92335
Sierra Ave.
#909 / 350 -7610 — Don Gdula
Current
36" water main
$ 770,900.
Newport Beach, CA
City of Newport Beach
#208
Replacement
Dover Drive from
PO Box 1768
Cliff Dr. to West Coast
Newport Beach, CA 92658
Highway
#949 / 644 -3342 — Michael Sinoacon
12/01 Drainage Line $ 36,000. Mission Viejo, CA L. T. Excavating, Inc.
#207 and Basin El Toro Dam and 27601 Forbes Rd. #54
Reservoir Laguna Niguel, CA 92677
# 949 / 367 -1941 — Yu -Tien Chao
ALBERT W. DAVIES, INC.
DATE PROJECT TYPE OF VALUE OF WORK LOCATION OF FOR WHOM Page 2
COMPLETED: WORK: PERFORMED: WORK: PERFORMED:
2/02
Installation of
$293,200.
Perris, CA
City of Moreno Valley
#206
6" PVC water
Myers Avenue Street
Prime: Vance Corporation
replacement line
Improvement Project
2271 N. Locust Ave.
Rialto, CA 92377
#909 1355-4333 —Mr. Pat Johnston
Current
Installation of
$928,500.
Rancho Cucamonga, CA
San Bernardino Assoc. Governments
#205
72" -120" RCP storm
Beryl St. & Route
Prime: E. L. Yeager Constr. Co.
drain
30 Freeway
PO Box 87
Riverside, CA 92502
#909 / 684 -5360
3/02
Demolition of House
$242,500.
Ontario, CA
City of Ontario
#204
and other structures
208 East Transit St.
Redevelopment Agency
with regrading and
303 East B St.
finish landscaping
Ontario, CA 91764
#909 / 395 -2000 —Jorge Villanueva
Current
6,715' of 6" HDPE,
$894,176.
Chino, CA
Inland Empire Utilities Agency
#203
13,430' of 8" Sch.40 steel
Synagro Manure
9400 Cherry Ave., Bldg. A
water pipe
Digester Pipelines
Fontana, CA 92335
#909 / 357 -5790 — Dave Wall
Current
12" Water Main
$704,510.
Costa Mesa, CA
Mesa Consolidated Water District
#202
improvements
Fair Dr. & Wilson St.
1965 Placentia Ave.
Costa Mesa, CA 92628
#949 / 631 -1291 — Alan Jones
7/01
Relocate water
$6,400.
Perris, CA
City of Perris
#201
facilities
Webster Ave.
Prime: Vance Corporation
2271 N. Locust Ave.
Rialto, CA 92377
# 909 / 355 -4333 — Patrick Johnston
3/02
Slope Stabilization
$550,000.
Lake Forest, CA
Irvine Ranch Water District
#200
and 220' of 16" ductile
Serrano Creek Slope
15600 Sand Canyon Ave.
iron lined pipe.
Stabilization & Sewer
Irvine, CA 92619
Repair
# 9491453- 5566 -Mr. Billy Stewart
Current
2400' of 66"
$1,723,300.
Chino, CA
Inland Empire Utilities Agency
#199
T -lock & 2000' of
Kimball Ave.
9400 Cherry Ave., Bldg. A
42" VCP sewer line
Fontana, CA 92335
# 909 / 357 -0241 —Dave Wall
9101
200' of 10" CML &C
$ 77,750.
Fontana, CA
Worley Plumbing, Inc.
#198
waterline, 130' of 6"
Etiwanda School
12160 Pawnee Rd.
CML &C & 129' of 6" SDR35
District
Apple Valley, CA 92308
sewer line
# 760 / 247 -8829 — Dan Worley
7101
24" CML &C water
$ 229,000.
Rancho
Cucamonga County Water District
#197
transmission
Cucamonga, CA
10440 Ashford St
Banyan Ave.
Rancho Cucamonga, CA 91729
# 909 1987-2591
Mauricio Guardado, Jr.
0
0
ALBERT W. DAVIES, INC.
DATE PROJECT TYPE OF VALUE OF WORK LOCATION OF FOR WHOM Page 3
COMPLETED: WORK: PERFORMED: WORK: PERFORMED:
6/01
6,350' of 42"
$ 514,000.
Barstow, CA
Mojave Water Agency
#196
CML &C pipe for
15600 Sand Canyon Ave.
3/00
PO Box 1089
Pipelines, Phase I
water line.
5,000' of 16" domestic water
Apple Valley, CA 92307 -0019
# 949 1453-5586 - Ants Uiga
1/01
5,000' of 54 " -27" $1,892,278.
Ontario, CA
# 760 / 240 -9201 — Mike Limbaugh
10101
8,750 ft. of 48"
$ 1,929,112.
City of Industry
GC: L.T. Excavating, Inc.
#195
RCP storm drain and
Fontana, CA 92335
27601 Forbes Rd., #54
42 -30" VCP sewer line.
Laguna Niguel, CA 92677
# 949) 367 -1941
Yu -Tien Chao and Abdul Edouni
9/01
10,000' of 108 " -
$3,304,680.
Upland, CA
GC: Riverside Construction Co.
#192
24" RCP for storm
20th St. /San
PO Box 1146
drain
Antonio Storm Drain
Riverside, CA 92502
# 909 1682-8308 — George Olivo
9/01
10,000' of 36"
$2,102,000.
Cities of Yorba Linda &
Yorba Linda Water District
#191
CMLC steel pipe
Placentia -
4622 Plumosa Drive
for waterline
Richfield Water Main
Yorba Linda, CA 92686
# 714 / 777 -3018 — Leon de los Reyes
6101
4,800' of 15" $5,605,345.
Newport Beach & Irvine
Irvine Ranch Water District
#190
sewer, 9,000' of 24"
Bonita Canyon Drive
15600 Sand Canyon Ave.
3/00
& 30 "reclaimed water,
Pipelines, Phase I
Irvine, CA 92619
5,000' of 16" domestic water
# 949 1453-5586 - Ants Uiga
1/01
5,000' of 54 " -27" $1,892,278.
Ontario, CA
Inland Empire Utilities Agency
#189
sewer line.
Archibald Trunk
9400 Cherry Ave., Bldg. A
Relief Sewer
Fontana, CA 92335
# 909 / 357 -0241 - Dave Wall
11/99 5001f. of
#188 waterline
3/00
26,140 If. of
#187
42" CML &C
Waterline -
Labor only
3/00
4,340 If. of
#186
18" VCP sewer
$ 99,600. Barstow, CA
Hodge Recharge Line
Mojave Water Agency
PO Box 1089
Apple Valley, CA 92307
# 760 / 240 -2078 — Mike Limbaugh
$ 980,000. Barstow, CA Mojave Water Agency
Mojave River Pipeline PO Box 1089
Reach 3B Apple Valley,CA 92307
#760 / 240 -2078 — Mike Limbaugh
$ 705,500. Palm Desert &
Indian Wells, CA
Hwy. 11 Sewer
Coachella Valley Water District
PO Box 1058
Coachella, CA 92236
# 760 / 398 -2651 — Elsie Meyers
12199 72 " -24" RCP $ 892,300. Montclair, CA City of Montclair
#185 Storm Drain Mission Blvd. 5111 Benito St.
Improvements Montclair, CA 91763
#909 / 626 -8571 — Public Works Dept.
ALBERT W. DAVIES, INC.
DATE PROJECT TYPE OF VALUE OF WORK LOCATION OF FOR WHOM Page 4
COMPLETED: WORK: PERFORMED: WORK: PERFORMED:
10/99 Sewer Relocations $ 183,922. Rochester Ave.
#184 for Route 30/210 Rancho Cucamonga
Freeway
12/99 84" Storm Drain- $ 1,351,130. Camelian St.
#183 for Route 30/210 Rancho Cucamonga, CA
Freeway — 2700' of
72" to 96" RCP
3/00 36" Steel pipe for $ 578,875. Palm Springs
#182 water line
7/99 Hellman Ave. Sewer $ 1,580,000. Rancho Cucamonga
#181 & Storm Drain for
Route 30 Freeway
10/99 Joint Outfall "H"
#180 Unit 7C Relief Trunk
Sewer, Section 1
5,290 ' of 66"
4/00
#179
10/98
#178
6/98
#177
6/98
#176
11/98
#175
Cucamonga County Water District
9641 San Bernardino Road
Rancho Cucamonga, CA 91730
# 909 / 483 -7440 — Jim Cline
CC Myers, Inc. -Prime Contractor
Owner: San Bernardino Associated
Governments (SanBAG)
Mr. Tom Webb #909/4842469
PO Box 2948
Rancho Cordova, CA 95741
# 916 / 635 -9370 -
Desert Water Agency
PO Box 1710
Palm Springs, CA 92263
# 760 / 323 -4971 — Mark Krause
Cucamonga County Water District
9641 San Bernardino Road
Rancho Cucamonga, CA 91730
# 909 / 483 -7440 — Jim Cline
$ 4,183,000. La Puente & LA County Sanitation District
City of Industry 1955 Workman Mill Road
Whittier, CA 90601
# 626 / 962 -8605
Renee Provoost and Abdul Edouni
Twin Oaks $ 881,000. San Marcos, CA
Reservoir Improvements
Gateway Pacific Contractors, Inc.
(for owner: Valecitos Water Distr,)
8055 Freeport Blvd.
Sacramento, CA 95832
Orangewood Ave.
$ 619,000. Los Alamitos,CA
Rossmoor /Los Alamitos Area
Sewer Extension
Sewer District
3243 Katella Avenue
Los Alamitos, CA 90720
# 562 / 431 -2223 — Sandra Montez
42" Water Line
$ 251,000. Etiwanda & Highland
Cucamonga County Water District
Relocation for
Avenues,
9641 San Bernardino Road
Route 30 Freeway
Rancho Cucamonga, CA
Rancho Cucamonga, CA 91729
# 909 / 483 -7440 — Jim Cline
Storm Damage $ 73,000. Feldspar Detention
Repair Basin, Chino Hills
Chino Hills Treated $ 853,000. Chino Hills,CA
Water Pipeline & Chino
Basin Desalination Program Project
City of Chino Hills
2001 Grand Ave.
Chino Hills, CA 91709
Santa Ana Watershed Project Authority
11615 Sterling Ave.
Riverside, CA 92503
#9091785 -5411 — Lee Slate
No. 6
Project Name /Number
Project Description
Approximate Construction Dates: From
Agency Name
Contact Person
Telephone ( )
Original Contract Amount $ Final Contract Amount
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you /Contractor? If yes, briefly explain and indicate outcome of claims.
Attach additional sheets if necessary.
Attach to this Bid the experience resume of the person who will be
designated as General Construction Superintendent or on -site Construction
Manager for the Contractor. ujo, /�-OwNu, -,AS % IN DU3,NQcJ 41s ��.�
ITIA"I of vk% ow,• 10. �u w(O 6U dbokpa i / Q, "AJS14P aJ
Upon request, the Contractor shall attach a financial statement and other A,, "4a'
information sufficiently comprehensive to permit an appraisal of the Contractor's
current financial conditions. n
Atb�er+ W. Do..yies,a�ie. M1 � J"
Bidder Authorized Signature itle vi,cs2 1� n (-e5lAerq-
10
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BUCK GULLY SEWER BY- PASS /SIPHON ABANDONMENT
CONTRACT NO. 3566
NON - COLLUSION AFFIDAVIT
State of California )
) ss.
County of& Pier.,c!y dr r(5
%- S-f�K A Dm y t Fs , being first duly sworn, deposes and says that he or
she is
Ls' idcw of AIbt.- tza \e� Din yjLS,�j e- 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 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.
Ai i e!5 ice, Pte-2 cLurl+
Bidder Authorized Signature/Title
Subscribed and sworn to before me this c;t t k day of Cic .oil N h P.Y
2002.
[SEAL]
Notary Public
IE JO C
My Commission Expires: J L1, , Q a vd3 KELLROSS
d' COMM. #1222218 d'
�"j NOTARY PUBLIC - CALIFORNIA
CC SAN BERNARDINO COUNTY C7
bty Comm. Expires June 25, 2003
11
E
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BUCK GULLY SEWER BY- PASS /SIPHON ABANDONMENT
i
CONTRACT NO. 3566
DESIGNATION OF SURETIES
Bidders name m b'e, W • F)"1 -e5, J; �C ,
Provide the names, addresses, and phone numbers for all brokers and sureties
from whom Bidder intends to procure insurance and bonds (list by insurance /bond
type):
r i �I Tj • � �• �� 'T� tii��ii��i�
* /Qne ) G 1/-�_
12
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BUCK GULLY SEWER BY- PASS /SIPHON ABANDONMENT
CONTRACT NO. 3566
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
TO ACCOMPANY PROPOSAL
Bidders Name bex- 170 / I QS , a1 e
Record Last Five (5) Full Years
Current Year of Record
The information required for these items is the same as required for columns 3 to 6,
Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA
No. 102.
13
Current
Record
Record
Record
Record
Record
Year of
for
for
for
for
for
Record
2001
2000
1999
1998
1997
Total
2002
No. of contracts
o
Total dollar
Amount of
Contracts (in
l�D
Thousands of $
No. of fatalities
O
_i
No, of lost
Workday Cases
No. of lost
workday cases
involving
permanent
transfer to
another job or
termination of
employment
The information required for these items is the same as required for columns 3 to 6,
Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA
No. 102.
13
Legal Business Name of Bidder AJbet . D(Wi e5, T4'1 C�
Business Address: a737 - H,PlmS •few . mho W ca i'YICly, (�A
Business Tel. No.: clog) qgq — 3714 -
State Contractor's License No. and ' I
Classification: 3-70a+(o —A
Title "1Z*1 -C,Q _ ) I
The above information was compiled from the records that 4e availabl to me at
this time and I declare under penalty of perjury that the information is true and
accurate within the limitationa4f 43se ree-0rdC
Signature of
bidder
Date
Title
Signature of
bidder.
Date
Title
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
If bidder is an individual, name and signature of individual must be provided, and,
if he is doing business under a fictitious name, the fictitious name must be set
forth. If bidder is a partnership or joint venture, legal name of partnership /joint
venture must be provided, followed by signatures of all of the partners /joint
ventures or of fewer than all of the partners /joint ventures if submitted with
evidence of authority to act on behalf of the partnership /joint venture. If bidder is a
corporation, legal name of corporation must be provided, followed by notarized
signatures of the corporation President or Vice President or President and
Secretary or Assistant Secretary, and the corporate seal. Signatures of partners,
join venturers, or corporation officers must be acknowledged before a Notary
Public, who must certify that such partners /joint venturers, or officers are known to
him or her to be such, and, in the case of a corporation, that such corporation
executed the instrument pursuant to its bylaws or a resolution of its Board of
Directors.
14
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BUCK GULLY SEWER BY- PASSISIPHON ABANDONMENT
CONTRACT NO. 3566
ACKNOWLEDGEMENT OF ADDENDA
Bidders name p44f ccic -r W ,)AylCL,, L. C..
The bidder shall signify receipt of all Addenda here, if any:
Addendum No. Da e Received i n tur.
a 1� va
15
•
CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT
Sialcr of California 1l
COunly Of `. ]1_ ohy�1 -6 + 5.
i
On pat .�7 711n� before me, 1�e>1(� .id
IJUmr Ln011BC of OILw +U (J.JepF D4I: 1J41p1 �JLI¢`f
personally appeared
KELLIE JO CROSS
COMM. #1222218 d'
NOTARY PUBLIC CALIFORNIA
SAN BERNARDINO COUNTY t0
My Comm. Expires June 25,2003
P4M Ngazy Spel Abo
,Mpersonally known to me
CJ proved to me on the basis of satisfactory
evidence
to be the persons) whose name(s) Ware
subscribed to the within instrument and
acknowledged to me that he /shelthey executed
the same in his/her /their authorized
capacity(ies), and that by his /herltheir
signature(s) on the instrument the person(s), or
the entity upon behalf of which the person(s)
acted, executed the instrument.
W4TNESS my hand and official seal.
5yrnewre 1 ury Fuouc
OPTIONAL
Though the Informadan below !s not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment otthis tome to another document.
Description of Attached Document
Title or Type of Document: ?" r; !h' S aTPN e v» 1
Document Date: _'!� ±i'• 1) 2-0 nZ Number of Pages:
Slgner(s) Other Than Named Above: 'No IV fs
Capacity(ies) Claimed by Signer
Signer's Name:
❑ Individual Topot Uwmbhere
y Corporete Officer — Tlife(s): VI C P �r� j c(e y t
❑ Partner —0 Limited ❑ General
❑ Attorney in Fad
❑ Trustee
❑ Guardian or Conservator
❑ Other.
Signer Is Representing; A l hErz-t 4 -r.11 c .
O 1BfT NBllengl NOMry gpOWeion • 6„50 0e SIXC A. e., P.O, BVe NO2 • Chn{eWenh. CA BIBU4pe2 Protl. Na W? RwRLm CDO TQ+F 1.5W&Te'5B27
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
sialt, of California
County of SQY1 (5�r r,a �� n__ � SS.
On T, 27j �on� ,before me,El� (pip cro95 1��aTfltzu PUb�IE
Dow, Nun* D@i noe of awn to .'JDnh DW:. juloy Ncy
personally appeared A16y_� VS - )::) 1 &5
140MOe) d Slnr�oge)
KELLIE JO CROSS
d COMM. #1222218 d'
tdil NOTARY PUBLIC - CALIFORNIA
SAN BERNARDINO COUNTY CO
MY Comm. Expires June 25, 2003
Plate Nelary Sael A6
X personally known to me
01 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 histher /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.
lure DI No18N, PUDYt
OPTIONAL
Though the lntcvmat/Dn below !a not required by low, it mey prove veluabre to persons retying on the document
and could prevent fraudulant removal and roatfachmont of thie form to another document.
Description of Attached Document
Title or Type of Document: t�3 1 cl j 2> 5-i A 1'Q rat W T
Document Date: ;16A Number of Pages:
Slgner(s) Other Than Named Above: L --gib P— A- ,Na.0 Lt-- S
Capacity(ies) Claimed by Signer
Signer's Name:
Al EpT
11 sag M
C Individual
,S Corporate OfficerTivets): Pr'Y'Si A'e_" Z Top of Ovmb here
❑ Partner —❑ Limited Cl General
❑ Attomey in Fact
C Trustee
❑ Guardian or Conservator
❑ Other.
Signer Is Representing: i'A Z T W C
O 1ep7 NAUM NDIAt Ae MMOn • 9= De Spa Awe., P.O. eve 2402 - Che rlh, CA 81813.2402 Pma. Nn ea07 Reorder: Call T*Fmt 1.80h875-aW
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BUCK GULLY SEWER BY- PASS /SIPHON ABANDONMENT
CONTRACT NO. 3566
INFORMATION REQUIRED OF BIDDER
Bidder certifies under penalty of perjury under the laws of the State of California
that the following information is true and correct:
Name of individual Contractor, Company or Corporation: Mbex-+ W - Dcwt'42s ?T{n C.
Business Address:g131 -HeAms --tie . rancho CJUM nom/ CA 9113o
Telephone and Fax Number: (cVD[A) ':J?5q - 31 14 / 'IS9 -0
California State Contractor's License No. and Class: 3 70'6O+Co A
(REQUIRED AT TIME OF AWARD)
Original Date Issued: Expiration Date:
List the name and title /position of the person(s) who inspected for your firm the site
of the work proposed in these contract documents:
The following are the names, titles, addresses, and phone numbers of all
individuals, firm members, partners, joint ventures, and company or corporate
officers having a principal interest in this proposal:
Name Title Address Telephone
- R'7 t 4
ie5. Uiee. �fesi�t?nfi
Say'ah L. wia e5 ac. /Trees). a
8TY7 +Ielm5 Aue,,, Rancho �Lkoa rnoneo _CA q 1730
Corporation organized under the laws of the State of C" �0 f n l CA --
&M
The dates of any voluntary or involuntary bankruptcy judgments against any
principal having an interest in this proposal are as follows:
All company, corporate, or fictitious business names used by any principal having
interest in this proposal are as follows:
Mo KV
For all arbitrations, lawsuits, settlements or the like (in or out of court) you have
been involved in with public agencies in the past five years (Attach additional
Sheets if necessary) provide:
Provide the names, addresses and telephone numbers of the parties;
A ter~ W 4.L 3
• a
Briefly summarize the parties' claims and defenses;
sl
Z", -i, f R Tq -
tad SAM* Awn-&y h (Z% ,6-t -J 4, , ls
Have you ever,had a contract terminated by the owner /agency? If so, explain.
Have you ever failed to complete a project? If so, explain.
For any projects you have been involved with in the last 5 years, did you have any
claims or actions by any outside agency or individual for labor compliance (i.e.
failure to pay prevailing wage, falsifying certified payrolls, etc.)? Ye / No
Are any claims or actions unresolved or outstanding? Yes / No
0 0
If yes to any of the above, explain. (Attach additional sheets, if necessary)
Failure of the bidder to provide ALL requested information in a complete and
accurate manner may be considered non - responsive.
Bidder
(Print name of Owner or President
of Corporation /Company)
Authorized Signature/Title
Title
Date
Subscribed and sworn to before me this day of
2002.
[SEAL]
EU
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BUCK GULLY SEWER BY- PASS /SIPHON ABANDONMENT
CONTRACT NO. 3566
NOTICE TO SUCCESSFUL BIDDER
The following Contract Documents shall be executed and delivered to the Engineer
within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date
shown on the "Notification of Award" to the successful bidder:
• CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND
ENDORSEMENTS
• LABOR AND MATERIALS PAYMENT BOND
• FAITHFUL PERFORMANCE BOND
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. Original Certificate(s) of Insurance, General Liability
Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be
provided as required by the Contract documents and delivered to the Public Works
Department within ten (10) working days after the date shown on the Notification of
Award to the successful bidder.
The Labor and Materials Payment Bond and Faithful Performance 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.
Pursuant to Public Contract Code Section 22300, appropriate securities may be
substituted for any monies to be withheld to ensure performance under the Contract.
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.
19
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BUCK GULLY SEWER BY- PASS /SIPHON ABANDONMENT
CONTRACT NO. 3566
CONTRACT
THIS AGREEMENT, entered into this 8th day of October, 2002, by and between the
CITY OF NEWPORT BEACH, hereinafter "City," and Albert W. Davies, Inc.,
hereinafter "Contractor," is made with reference to the following facts:
WHEREAS, City has advertised for bids for the following described public work:
BUCK GULLY SEWER BY- PASS /SIPHON ABANDONMENT
Project Description: This project consists of relocating approximately 193 lineal feet of 8"
sewer pipe. 68 feet of the line will be installed with 12 -inch steel casing. This relocation
is being done to abandon a siphon crossing the Buck Gully.
3566
Contract No.
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:
A. 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 Special Provisions
and Standard Drawings, Plans and Special Provisions for Contract No. 3566,
Standard Specifications for Public Works Construction (current adopted 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.
B. 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.
20
0
C. COMPENSATION As full compensation for the
the Project as required by the Contract Documents,
Contractor accepts as full payment the sum of
hundred ten and 001100 Dollars ($87,810.00).
This compensation includes:
0
performance and completion of
City shall pay to Contractor and
eighty -seven thousand, eight
(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.
D. 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.
E. 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
Public Works Department
3300 Newport Boulevard
Newport Beach, CA 92663
Attention: Michael Sinacori, P.E.
(949) 644 -3342
F. LABOR CODE 3700 LIABILITY INSURANCE
Contract, hereby certifies:
Albert W. Davies, Inc.
8737 Helms Avenue
Rancho Cucamonga, CA 91730
909- 989 -3714
909 - 989 -0754 Fax
Contractor, by executing this
"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."
G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no
less than A:VII and insurers must be a California Admitted Insurance Company.
Contractor shall furnish City with original 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
21
0
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.
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.
1. Minimum Scooe of Insurance
Coverage shall be at least as broad as:
a) Insurance Services Office Commercial General Liability coverage
"occurrence" form number CG 0002 (Edition 11185) or Insurance Services
Office form number GL 0002 (Edition 1173) covering Comprehensive
General Liability and Insurance Services Office form number GL 0404
covering Broad Form Comprehensive General Liability.
b) Insurance Services Office Business Auto Coverage form number CA 0002
0287 covering Automobile Liability, code 1 "any auto" and endorsement CA
0029 1288 Changes in Business Auto and Truckers Coverage forms -
Insured Contract.
c) Workers' Compensation insurance as required by the Labor Code of the
State of California and Employers Liability insurance.
2. Minimum Limits of Insurance
Coverage limits shall be no less than:
a) 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.
b) Automobile Liability: $1,000,000.00 combined single limit per accident for
bodily injury and property damage.
c) Workers' Compensation and Employers Liability: Workers' compensation
limits as required by the Labor Code of the State of California and
Employers Liability.
3. 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.
22
0 •
4. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, the following provisions:
a) General Liability and Automobile Liability Coverages
City, its officers, agents, 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.
ii. Contractors 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.
iii. Any failure to comply with reporting provisions of the policies shall not
affect coverage provided to City, its officers, agents, officials,
employees and volunteers.
iv. 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 insurers liability.
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.
b) Workers' Compensation and Employers Liability Coverage
The insurer shall agree to waive all rights of subrogation against City, its
officers, agents, officials, employees and volunteers for losses arising from
work performed by Contractor for City.
c) All Coverages
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.
All of the executed documents referenced in this contract must be returned
within ten (10) working days after the date on the "Notification of Award," so
that the City may review and approve all insurance and bonds documentation.
23
0
5. Acts of God
0
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.
6. Right to Stop Work for Non - Compliance
City shall have the right to direct the Contractor to stop work under this
Agreement and /or withhold any payment(s), which become due to Contractor
hereunder until Contractor demonstrates compliance with the requirements of
this article.
H. RESPONSIBILITY FOR DAMAGES OR INJURY
1. 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.
2. 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.
3. 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 City from the sole
negligence or willful misconduct of City, its officers or employees.
4. 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.
5. 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 H.3, above.
6. The rights and obligations set forth in this Article shall survive the termination of
this Contract.
0 0
I. 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.
J. CONFLICT If there is a conflict between provisions of this Contract and any other
Contract Document, the provisions of this Contract shall prevail.
K. 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.
APPROVP AS TO FORM:
" 1�—�
CITY ATTORNEY
25
CITY OF NEWPORT BEACH
A Municipal Corporation
By:
Mayor
ALBERT W. DAVIES, INC.
By:
Authorized Signature and Title
y ( C E /fit ES (DEn/C
gCORD CERTIFICA-0 OF LIABILITY INSUFONCF, CSR DS
VIE -D
na10/04 /0
10/04/02
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
I�TRR
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
CROSBY INS., INC.
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
8181 E. KAISER BLVD.
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
ANAMIM BILLS CA 92808
Phone:714- 221 -5200 Fax:714- 221 -5210
INSURED
INSURER A: GENERAL ACCIDENT INS.CO.
INSURER B: STATE COMPENSATION INS.FUND
EACH OCCURRENCE
INSURER C. CGU INSURANCE COMPANY
ALBERT W. DAVIES, INC,
INSURER D: WESTCHESTER FIRE INS.CO.
P. O. Box 215
Rancho Cucamonga CA 91729 -0215
X COMMERCIAL GENERAL LIABILITY I
CPP1220759 -02
INSURER E .
COVERAGES
THE 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
I�TRR
TYPE OF INSURANCE
POLICY NUMBER
DATE M/D/' EFFECTIVE
POLICY AE (MM %DD/YY N
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE
$1,000,000
FIRE DAMAGE (Anyone tire)
$300,000
A
X COMMERCIAL GENERAL LIABILITY I
CPP1220759 -02
11/01/01
11/01/02
CLAIMS MADE ❑ OCCUR
MED EXP (Any one person)
$ 10,000
PERSONAL S ADV INJURY
$1,000,000
• BFPD /XCU /Contr.
•
Liab /OCPL
GENERAL AGGREGATE
$2,000,000
GENT AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP /OP AGG
$2,000,000
17
POLICY X PRO LOC
ECT
A
AUTOMOBILE
LIABILITY
ANY AUTO
BA0320923 -02
11/01/01
11/01/02
COMBINED SINGLE LIMIT
(Ea accident) Eenl)
$1,000,000
X
BODILY INJURY
(Per person)
$
ALL OWNED AUTOS
SCHEDULED AUTOS
X
BODILY INJURY
(Per accitlent)
$
HIRED AUTOS
NON -OWNED AUTOS
X
PROPERTY DAMAGE
(Per amden)
$
AGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHERTHAN EA ACC
$
ANY AUTO
$
AUTO ONLY: AGG
RE�CESS
LIABILITY
EACH OCCURRENCE
85,000,000
OCCUR DCLAIMSMADE
CUB0204406 -00
11/01/01
11/01/02
AGGREGATE
$5,000,000
$
DEDUCTIBLE
X RETENTION $10,00
$
B
WORKERS COMPENSATION AND
EMPLOYERS'LIABILITV
6693017 -02
, 03/31/02
03/31/03
X TORY LIMITS ER
E.L. EACH ACCIDENT
$1,0001000
E.L. DISEASE - EA EMPLOYEE
$ 1 , 000 , 000
E. L. DISEASE - POLICY LIMIT
$1 000 000
OTHER
D
LEASED /RENTED
CF12049198A
11 /01 /011
11/01/02
LIMIT: $150,000
EQUIPMENT
I
Special Form
DESCRIPTION OF OPERATMNSILOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENBORSEMENTISPECIAL PROVISIONS
Re: Buck Gully Sewer By- Pass /Siphon Abandonment Contract #3566. City of
Newport Beach, its officers, agents, officials, employees and volunteers are
named as Additional Insureds. Work Comp Waiver of Subrogation to follow
from company. *10 Days Notice of Cancellation for Non - Payment of Premium.
(xx /pr /wcwave /sevofint)
VCnIIfIV,11c nVLVCR p I NUVI I IVNAL IKSUKCU; lNbUKCR LC I I LK: IrMRMCLLX HUN
NEWPOR9 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL 0N6R*V9Rq" MAIL *10 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, NVr?A?L"REA"- B&50'SRRLL
City of Newport Beach
Public Works Dept.
P.O. Box 1768 _
Newport Beach CA 92659 -1768 AUTHORI EPRESE AT
1988
10
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon_
ACORD 2" (7/97)
0
0
POLICY NUMBER:CPP122075902 COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED — OWNER, LESSESS OR CONTRACTORS — (FORM B)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE
Name of Person or Organization:
Blanket as required by written contract.
(If no entry appears above, information required to complete this endorsement will be shown in
the Declarations as applicable to this endorsement.)
WHO IS AN INSURED (Section II) 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 work' for that insured
by or for you.
"It is agreed that such insurance as is afforded by this policy for the benefit of the additional
insured shown shall be primary insurance, and any other insurance maintained by the additional
insured(s) shall be excess and non - contributory if:
• Your contract specifically requires that we consider this insurance to be primary or
primary and non - contributory; or
• You request before a loss that we consider this insurance to be primary or primary and
non - contributory insurance;
but only as respects any claim, loss or liability arising out of the operations if claim, loss or
liability is determined to be the negligence or responsibility of the named insured."
CG 20 10 1185 Copyright, Insurance Services Office, Inc., 1984 Page 1 of 1
0 0
POLICY NUMBER: CPP122075902 COMMERCIAL GENERAL LIABILITY
CG 24 0410 93
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY
AGAINST OTHER TO US
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization:
Blanket as required by written contract.
(If no entry appears above, information required to complete this endorsement will be shown in the
Declarations as applicable to this endorsement.)
The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHER TO US Condition (Section IV -
COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following:
We waive the right of recovery we may have against the person or organization shown in the Schedule
above because of payments we make for injury or damage arising out of your ongoing operations or "your
work' done under a contract with that person or organization and included in the "products- completed
operations hazard ". This waiver applies on to the person or organization shown in the Schedule above.
CG 24 04 10 93 Copyright, Insurance Services Offices, Inc., 1992 Page I of 1
9 0
GENERAL ACCIDENT
This Endorsement Changes The Policy. Please Read It Carefully.
Additional Insured Endorsement
This endorsement modifies insurance provided under the following
Business Automobile Coverage Form
Truckers Coverage Form
Named Insured: Policy Number:
Albert W. Davies, Inc. BA0320923 -02
Additional Insured: Endorsement effective:
Blanket was required by written contract From: 11 /01 /01 To: 11/1/02
Unless otherwise indicated above, will expire on policy
expiration date
The following paragraph is added to Section II.A.1. Who Is An Insured:
The additional insured, shown in the schedule above, for all sums:
i. that the additional insured must pay because of "bodily injury" or
"property damage" to which this insurance applies: and
ii. resulting from the additional insured's liability for the conduct of
any other "insured ", but only to the extent of that liability.
"It is agreed that such insurance as is afforded by this policy for the benefit of the additional insured shown
shall be primary insurance, and any other insurance maintained by the additional insured(s) shall be excess
and non - contributory but only as respects any claim, loss or liability arising out of the operations of claim,
loss or liability is determined to be the sole negligence or responsibility of the named insured."
A -8060 6.92
0
SEPARATION OF INSUREDS
Insured: Albert W. Davies, Inc.
Insurance Company: General Accident Insurance Company
Policy No. CPP1220759 -02
Policy Period: 11 /01 /01 — 11/01/02
11
Except with respect to the Limits of Insurance, and any rights or duties specifically assigned in this
Coverage Part to the first Named Insured, this insurance applies:
a. As if each Named Insured were the only Named Insured; and
b. Separately to each insured against whom claim is made or "suit" is brought
CG 00 0I/EP 7/96 (CG 00 0107/96)
4OCT -11 -2002 FRI 02:19 PM CAL SURANCE FAX N0, 7149391654
P. 01
Fax #:
CERTIFICATE OF INSURANCE
CHECKLIST
City of Newport Beach
This checklist is comprised of requirements as outlined by the City of Newport Beach.
Date Received: Dept. /Contact Received From: ShQu a- OW
Date Completed: Da-- Sent to: —'41 e u n 0` By: - A 022� 1 a I
Company /Person required to have certificate: A( b¢./f' Lei . Cf I) i ,S
1. GENERAL LIABILITY
A. INSURANCE COMPANY:
IMI
B.
AM BEST RATING (A: VII or greater): �A X V
C.
ADMITTED Company (Must be California Admitted):
Is Company admitted in California?
Yes ❑ No
D.
LIMITS (Must be $1 M or greater): What is limit provided?
2 m'i 1
E.
PRODUCTS AND COMPLETED OPERATIONS (Must induce): Is it included?
4Yes ❑ No
F.
ADDITIONAL INSURED WORDING TO INCLUDE (The City its
officers, officials, employees and volunteers): Is it included?
Yes ❑ No
G.
PRIMARY & NON - CONTRIBUTORY WORDING (Must be included):
Is it included?
YYes ❑ No
H.
CAUTION! (Confirm that loss or liability of the named insured is not
limited solely by their negligence) Does endorsement include "solely by
negligence" wording?
❑ Yes �CNo
I.
NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of
cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording.
AUTOMOBILE LIABILITY
A. INSURANCE COMPANY:
B. AM BEST RATING (A: VII c
C. ADMITTED COMPANY (Must be California Admitted):
Is Company admitted in California?
D. LIMITS (Must be $t M min. BI & PD and $500,000 UM): What is limits provided?
E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its
officers, officials, employees and volunteers): Is it included? ,fYes
F. PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers only): /
Is it included? f' (d— ❑ Yes
G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of
cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording.
WYes ❑ No
M. WORKERS' COMPENSATION
A. INSURANCE COMPANY: 544,
B. AM BEST RATING (A: VII or greater): —
C. LIMITS: Statutory
D. WAIVER OF SUBROGATION (To include):
HAVE ALL ABOVE REQUIREMENTS BEEN MET?
IF NO, WHICH ITEMS NEED TO BE COMPLETED?
❑ No
❑ No
Is it included? rxryes ❑ No
❑ Yes b�No
Company Profile 0
Company Profile
• Page 1 of 2
AIR
in s° u" r On Re,
FIDELITY AND DEPOSIT COMPANY OF
MARYLAND
1400 AMERICAN LANE, 19TH FLOOR TOWER 1
SCHUAMBURG, IL 60196 -1056
800 - 382 -2150
Agent for Service of Process
ANDREW K: PLATT, CORPORATE CENTER 225 SOUTH LAKE AVE SUITE 700 PASADENA,
CA 91101 -0000
Unable to Locate the Agent for Service of Process?
Reference Information
NAIC #:
NAIC Group #:
California Company ID #:
Date authorized in California:
License Status:
Company Type:
State of Domicile:
39306
0212
2479 -4
January 01, 1982
UNLIMITED- NORMAL
Property & Casualty
MARYLAND
Lines of Insurance Authorized to Transact
The company is authorized to transact business within these lines of insurance. For an explanation of
any of these terms, please refer to the glossgry.
AIRCRAFT
AUTOMOBILE
BOILER AND MACHINERY
BURGLARY
lwjabjM
FIRE
LIABILITY
MARINE
MISCELLANEOUS
http://www4.insurance.ca.gov/wu/idb—cO_prof utl.get co _prof?p_EID =6217 10/29/2002
�?a.27, 12x2 H li AM CNB Public Works 949- 644-3312 N0,5068 P. 4r7
• A #dum No. 1 - Page.: 3 of 6
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
REVISED PROPOSAL
BUCK. GULLY SEWER BY- PASS /SIPHON ABANDONMENT
CONTRACT NO: 3566
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92663
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. 3566 in accord with the Plans and Special
Provisions, and will take in full payment therefore the following unit prices for the work,
complete in place, to wit
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. Lump Sum Mobilization
Dollars
and
xx�� _.Cents
Per Lump Sum
2. 123 L.F. Place 8-inch PVC SDR 335 Sewer
�k
@ ` Dollars
x
and
lq Cents
Per Lineal Foot
1 70 L.F. Jack 12 -inch Steel Casing and install
8 -inch SDR 35 Sewer Pipe
$ a7v-
$ S'40-) —
$ 33,) -IV-
Dollars
and _
Cents $ $ 30i
Per Lineal Foot
flusers\pbw\shared\contracts \fy 02.03 \buck gully sewer by -pass c-35661addendum.dcc
gep•21. 2002 11 :31AM CN8 Public Works 949 - 644 -3318
No
-5068 P.
5/1
i
A(,dum No..
1 - Page.
4 of 6
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 1 EA Construct 48 -inch Manhole per
CNB STD-401 -L
tIq
Dollars
and _
X><� Cents $ 41 $ 41 SDy
Per Each
5. 1 L.S.. Remodel Existing Manhole
@ d&q Dollars
and
x ✓�w Cents $
Per Lump Sum
6. 2 EA Remove and Construct Sewer
Lateral and Cleanout
@bol a
and
1C,c� IOL Cents $ ( r 7 (:�i $ 3� 40V
Per Each
7. 1 L.S. Abandon Existing 8 -inch Sewer
and fill with Slurry
Dollars
and
Cents SZ�u-
Per Lump Sum
8. 1 L.S. Landscaping
Dollars
and
Y1V« Cents $ I I SR)_
Per Lump Sum
9. 1 L.S. Provide As -Built Drawings
@ twenty -five hundred Dollars
and
no Cents $ 2,500.00
Per Lump Sum
f ,.luserslpbw\sharedlcontractslfy 02- 031buck gully sewer by -pass c3566%addendundoc
So.a.27. 2002 11:32ANI GNB Public Works 949-644 -3318 N o , 5 0 6 8 P. 6/1
• Aondum No. t - Page: 5 of 6
TOTAL PRICE IN WRITTEN WORDS
Dollars
and x� � Cents $ �1r�iU
Total Price (Figures)
SWIG -EµSW 36,Wa
Date
&9
Bidders
Bidders Telephone and Fax Numbers
Bidder's License No(s).
and Classifcation(s)
A .
Bidder
Bidders Authorized Signature 6nd Title
8131 H-f-�S Aw,. .
Bidders Address CA
f :lusers\pbw\sharedlcontracts \fy 02- 03\buck gully sewer by -pass c-35661addendum.doc
0 0
1
1
1
1
2
6
2
2
2
2
2
2
2
3
3
3
3
3
3
4
4
4
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
BUCK GULLY SEWER BY- PASS /SIPHON ABANDONMENT
CONTRACT NO. 3566
INTRODUCTION
PART 1--- GENERAL PROVISIONS
SECTION 2
SCOPE AND CONTROL OF THE WORK
2 -6
WORK TO BE DONE
2 -9
SURVEYING
2 -9.3
Survey Service
2 -9.6
Survey Monuments
SECTION 3
CHANGES IN WORK
3 -3
EXTRA WORK
3 -3.2
Payment
3 -3.2.3
Markup
SECTION 4
CONTROL OF MATERIALS
4 -1
MATERIALS AND WORKMANSHIP
4 -1.3
Inspection Requirements
4 -1.3.4
Inspection and Testing
SECTION 5
UTILITIES
5 -2
PROTECTION
5-7
ADJUSTMENTS TO GRADE
5 -8
SALVAGED MATERIALS
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
1
1
1
1
2
6
2
2
2
2
2
2
2
3
3
3
3
3
3
4
4
4
0 0
6 -7.4
Working Hours
4
6 -9
LIQUIDATED DAMAGES
4
SECTION 7
RESPONSIBILITIES OF THE CONTRACTOR
5
7 -7
COOPERATION AND COLLATERAL WORK
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
6
7 -10
PUBLIC CONVENIENCE AND SAFETY
6
7 -10.2
Storage of Equipment and Materials in Public Streets
6
7 -10.4
Public Safety
6
7- 10.4.1
Safety Orders
6
7 -10.7
Notice to Residents
6
7 -15
CONTRACTOR'S LICENSES
6
7 -16
CONTRACTOR'S RECORDSIAS BUILT DRAWINGS
7
SECTION 9
MEASUREMENT AND PAYMENT
7
9 -3
PAYMENT
7
9 -3.1
General
7
9 -3.2
Partial and Final Payment
9
PART 2 - -- CONSTRUCTION MATERIALS
SECTION 201
CONCRETE, MORTAR, AND RELATED MATERIALS
9
201 -1
PORTLAND CEMENT CONCRETE
9
201 -1.1.2
Concrete Specified by Class
9
201 -2
REINFORCEMENT FOR CONCRETE
9
201 -2.2.1
Reinforcing Steel
9
201 -5
CEMENT MORTAR
9
201 -5.6
Quick Setting Grout
9
PART 3 - -- CONSTRUCTION METHODS
SECTION 300
EARTHWORK
9
300 -1
CLEARING AND GRUBBING
9
300 -1.3
Removal and Disposal of Materials
9
300 -1.3.1
General
9
300 -1.3.2
Requirements
10
0 0
300 -1.5
Solid Waste Diversion
10
SECTION 303
CONCRETE AND MASONRY CONSTRUCTION
10
303 -5
CONCRETE CURBS, WALKS, GUTTERS, CROSS
10
GUTTERS, ALLEY INTERSECTIONS, ACCESS
RAMPS AND DRIVEWAYS
303 -5.1
Requirements
10
303 -5.1.1
General
10
303 -5.4
Joints
10
303 -5.4.1
General
10
303 -5.5
Finishing
10
303 -5.5.1
General
10
303 -5.5.2
Curb
11
PART 4
SECTION 400 ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE,
PORTLAND CEMENT CONCRETE, AND UNTREATED
BASE MATERIAL 11
400 -2 UNTREATED BASE MATERIALS 11
400 -2.1 General 11
400 -2.1.1 Requirements 11
F: \USERS\PBWtiShared \Contracts \FY 02 -03 \BUCK GULLY SEWER BY -PASS C- 3566\SPECS INDEX C- 3566.doc
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
BUCK GULLY SEWER BY- PASS /SIPHON ABANDONMENT
CONTRACT NO. 3566
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- 5193 -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 (1997 edition), including supplements. Copies of the Standard Special
Provisions and Standard Drawings may be purchased at the Public Works Department.
Copies of the Standard Specifications may be purchased from Building News, Inc.,
1612 South Clementine Street, Anaheim, CA 92802, 714 - 517 -0970.
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 relocating approximately 193 lineal feet of 8 -inch sewer
pipe. 70 feet of the line will be installed with in a 12 -inch steel casing. This relocation is being
done to abandon a siphon crossing the Buck Gully. Maintaining the existing sewer mains or
bypassing of existing sewer mains is required as part of the project."
2 -9 SURVEYING
2 -9.3 Survey Service. Add to this section: "The City 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 working days in advance of the time that the stakes
are needed. The City's Surveyor will file a Corner Record or Record of Survey with the
County Surveyor's Office prior to the start of any construction. After completion of all
construction, the City's Surveyor will file a Corner Record or Record of Survey with the
County Surveyor's Office for any monuments that have been replaced. All existing
• • SP2OF11
street and property corner monuments are to be preserved. The Contractor will be
back - charged for the cost of restoring any survey monument damaged by the
Contractor outside the project limits."
2 -9.6 Survey Monuments. The Contractor shall, prior to the beginning of work,
inspect the project for existing survey monuments and protect them during construction
operations. In the event that existing survey monuments are removed or otherwise
disturbed during the course of work, the Contractor shall have the affected survey
monuments restored per records, at his expense. The Contractor's Engineer or
Licensed Surveyor shall also file the required Corner Records with the County of
Orange upon monument restoration.
SECTION 3--- CHANGES IN WORK
3 -3 EXTRA WORK
3 -3.2 Payment
3 -3.2.3 Markup. Replace this section with,
"(a) Work by Contractor. The following percentages shall be added to the
Contractor's costs and shall constitute the markup for all overhead and profits:
1) Labor ............. ............................... 20
2) Materials ........ ............................... 15
3) Equipment Rental ........................... 15
4) Other Items and Expenditures ........... 15
To the sum of the costs and markups provided for in this subsection, 1 percent
shall be added for compensation for bonding.
(b) Work by Subcontractor. When all or any part of the extra work is
performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be
applied to the Subcontractor's actual cost of such work. A markup of 10 percent
on the first $5,000 of the subcontracted portion of the extra work and a markup
of 5 percent on work added in excess of $5,000 of the subcontracted portion of
the extra work may be added by the Contractor.
This Section only applies to work in excess of the estimated quantities shown in
the Proposal."
SECTION 4 - -- CONTROL OF MATERIALS
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, and no material or article shall be used in
• • SP3OF11
the work until it has been inspected and accepted by the Engineer. The Contractor
shall furnish the Engineer full information as to the progress of the work in its various
parts and shall give the Engineer timely (48 hours minimum) notice of the Contractor's
readiness for inspection.
The Engineer 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 Engineer, additional tests and retesting due to
failed 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.
SECTION 5 - -- UTILITIES
5 -2 PROTECTION. Add the following: "In the event that an existing pull or meter
box or cover is damaged by the work and is not re- useable, the Contractor shall provide
and install a new pull or meter box or cover of identical type and size at no additional
cost to the City."
5 -7 ADJUSTMENTS TO GRADE. The Contractor shall adjust to finish grade City -
owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and
survey monuments. The Contractor shall coordinate the adjustment of Southern
California Edison, The Gas Company, Pacific Bell and cable television facilities to the
finish grade with the appropriate utility company.
5 -8 SALVAGED MATERIALS. The Contractor shall salvage all existing manhole ring
and covers. Salvaged materials shall be delivered to the City's Utility Yard at 949 West
16th Street. The Contractor shall make arrangements for the delivery of salvaged
materials by contacting Mr. Ed Burt, Utilities Superintendent, at (949) 718 -3402.
SECTION 6 - -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK
6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to
this section: "The time of completion as specified in Section 6 -7, shall commence on the
date of the 'Notice to Proceed.
No work shall begin until a "Notice to Proceed" has been issued, a pre- construction
meeting has been conducted, and 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 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 modify the
schedule 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
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
• • SP 4 OF 11
shall in no way relieve the Contractor from his overall time of completion requirement, nor
shall it be construed as the basis for payment of extra work because additional personnel
and equipment were required on the job.
The term "work" as used herein shall include all removal of P.C.C. curb and gutter,
cross gutters, and asphalt base and pavement, grinding asphalt roadway, construction
of P.G.C. curb and gutter, cross gutters, roadway base material, and asphalt concrete
roadway, restoration of existing improvements impacted by the work, and construction
of other incidental items of work."
6 -7 TIME OF COMPLETION
6 -7.1 General. Add to this section: "The Contractor shall complete all work
under the Contract within 20 consecutive working days after the date on the
Notice to Proceed.
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 percent completion of work."
6 -7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1s','
the third Monday in January (Martin Luther King Day), the third Monday in February
(President's Day), the last Monday in May (Memorial Day), July 4'h, the first Monday in
September (Labor Day), November 11'h (Veterans Day), the fourth Thursday in
November (Thanksgiving), December 24'h, (Christmas Eve — half day), December 25`h
(Christmas), and December 31 s' (New Year's Eve — half day). 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 8:00 a.m. to 4:30 P.M.
Monday through Friday.
Should the Contractor elect to work outside normal working hours, he must first obtain
special permission from the Engineer. The request may be for 4:30 P.M. to 6:30 P.M.
on weekdays or 8:00 A.M. to 6 P.M. on Saturday only. A request for working during
any of these hours must be made at least 72 hours in advance of the desired time
period. A separate request must be made for each work shift. The Engineer reserves
the right to deny any or all such requests. Additionally, the Contractor shall pay for
supplemental inspection costs of $55.00 per hour when such time periods are
approved.
6 -9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive
calendar day after the time specified in Section 6 -7 -1 for completion of the work, the
Contractor shall pay to the City or have withheld from moneys due it, the daily sum of
$500. "
• • SP5OF11
Revise paragraph two, sentence one, to read: "Execution of the Contract shall
constitute agreement by the Agency and Contractor that $500 per day is the minimum
value of the costs and actual damage caused by the failure of the Contractor to
complete the Work within the allotted time.
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
inconvenience to residences, businesses, vehicular and pedestrian traffic, and the
public as a result of construction operations."
SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR
7 -7 COOPERATION AND COLLATERAL WORK. Add to this section: "City forces will
perform all shut downs of water facilities as required. The Contractor shall give the City
seven calendar days notice of the time he desires the shut down of facilities to take
place.
A four -hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00
p.m. or a six -hour shut down between the hours of 11:00 p.m. to 5:00 a.m. will be
allowed. The Contractor will be responsible for completing all water connections within
the time period allowed. The times and dates of any utility to be shut down must be
coordinated with the City of Newport Beach, Utilities Department. The City must
approve any nighttime work in advance.
The Contractor shall provide and install new water meter and valve boxes. All existing
water meter or valve box frames and covers shall be salvaged. Salvaged meter or
valve boxes and water pipe shall be delivered to the City's Utilities Yard at 949 West
16th Street. The Contractor shall make arrangements for the delivery of salvaged
materials by contacting Mr. Ed Burt, Utilities Superintendent, at (949) 718- 3402."
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 an $813 meter
deposit with the City. Upon return of the meter to the City, the deposit will be returned
to the Contractor, less a quantity charge for water usage and repair charges for
damage to the meter."
All water used during construction will be paid for by the Contractor. This includes
water for flushing pressure testing all lines and water used for irrigation during
maintenance period for landscaping."
7 -8.6 Water Pollution Control. Add to this section, "Surface runoff water, including
all water used during sawcutting operations, 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 any catch basin,
Newport Harbor, the beach, or the ocean."
• • SP 6 OF 11
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 (949) 718 -3402.
7 -10 PUBLIC CONVENIENCE AND SAFETY
7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first
paragraph and add the following: "Construction materials and equipment may only be
stored in streets, roads, or sidewalk areas if approved by the Engineer. It is the
Contractor's responsibility to obtain an area for the storage of equipment and
materials. Prior to move -in, the Contractor shall take photos of the laydown area. The
Contractor shall restore the iaydown area to its pre - construction condition. The
Engineer may require new base and pavement if the pavement condition has been
compromised during construction."
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 shall not include review or observation of
the adequacy of the Contractor's safety measures in, on, or near the construction site."
7 -10.7 Notices to Residents. Five working days prior to starting work, the
Contractor shall deliver a construction notice to the adjacent residents describing the
project and indicating the limits of construction. The City will provide the notice. Forty -
eight hours before the start of any construction, the Contractor shall distribute to the
adjacent residents a written notice stating when construction operations will start and
what disruptions may occur and approximately when construction will be complete.
Errors in distribution, false starts, acts of God, strikes or other alterations of the
schedule will require Contractor re- notification using an explanatory letter furnished by
the Engineer.
7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of
work, the Contractor shall possess a General "A" Contractor's License. At the start of
work and until completion of work, the Contractor and all Sub - contractors shall possess
a Business License issued by the City of Newport Beach.
{ • • SP7OF11
7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS. A stamped set of
approved plans and specifications shall be on the job site 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 submitted to 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 submitted to 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 be retained for at least three 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, each, and lump sum
prices bid for each item of work shown on the proposal shall include full compensation
for furnishing the labor, materials, tools, and equipment and doing all the work to
complete the item of 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 Mobilization: Work under this item shall include providing bonds,
insurance and financing, establishing a field office, preparation of the SWPPP,
preparation of the construction schedule, and all other related work as required by the
Contract Documents.
Item No. 2 Remove interfering portions of 8 -inch Concrete gravity Sewer Pipe and
install New 8 -inch PVC SDR 35 Gravity Sewer Pipe Including Trench Resurfacing:
Work under this item shall include furnishing and installing all pipe material including,
but not limited to, exposing utilities in advance of pipe excavation operations, trench
excavation, shoring, bracing, temporary cover, control of surface water, bedding,
backfill, compaction, installation of sewer pipe, potholing of all existing facilities,
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 related work as required
to install the pipe complete and in place.
Item No. 3 Jack 12 -inch Steel Casing and install 8 -inch PVC SDR 35 Sewer Pipe:
Work under this item shall include furnishing and installing all pipe material including,
• • SP8OF11
but not limited to, installation of steel casing, placement of 8 -inch PVC SDR 35 sewer
pipe with City approved skids, potholing of all existing facilities, connections to existing
facilities, removal, abandonment, or protection of interfering portions of existing utilities
or improvements, disposal of excess excavation materials, and all other related work as
required to install the pipe complete and in place.
Item No. 4 Construct 48 -inch I.D. Sewer Manhole: Work under this item shall
include furnishing and installing the manhole per CNB STD - 401 -L, including, but not
limited to, exposing utilities in advance of work, excavation, temporary cover, control of
surface water, bedding, backfill, compaction, potholing of all existing facilities,
connection to existing facilities, installation of base, shaft, grade rings, manhole frames
and covers, 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 related work as required to construct the
sewer manhole complete and in place.
Item No. 5 Remodel Existing Manhole: Work under this item shall include
furnishing and installing all materials and labor required to remodel the manhole per
CNB STD - 401 -L, including, but not limited to, exposing utilities in advance of work,
excavation, temporary cover, control of surface water, bedding, backfill, compaction,
potholing of all existing facilities, connection to existing facilities, installation of base,
shaft, grade rings, manhole frames and covers, 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 related work
as required to construct the sewer manhole complete and in place.
Item No. 6 Remove and Construct Sewer Lateral and Cleanout per CNB STD -406-
L: Work under this item shall include furnishing and installing the sewer lateral and
cleanout, including, but not limited to, exposing utilities in advance of work, excavation,
temporary cover, control of surface water, bedding, backfill, compaction, potholing of all
existing facilities, connection 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 related work
as required to construct the sewer lateral and cleanout complete and in place.
Item No. 7 Abandon Existing 8 -inch Sewer and fill with Slurry: Work under this
item shall include abandoning existing 8 -inch sewer, filling remaining portions with
slurry backfill, and all other related work as required to fill existing sewer with backfill.
Item No. 8 Landscaping: Work under this item shall include returning landscaping
to similar condition before the start of construction.
Item No. 9 Provide As -Built Drawings: Work under this item shall include all
actions necessary to provide As -built drawings.
• •
SP90F11
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 2
CONSTRUCTION MATERIALS
SECTION 201 - -- CONCRETE, MORTAR, AND RELATED MATERIALS
201 -1 PORTLAND CEMENT CONCRETE
201 -1.1.2 Concrete Specified by Class. Add to this section: 'Portland Cement
concrete for construction shall be Class 560 -C- 3250."
201 -2 REINFORCEMENT FOR CONCRETE
201 -2.2.1 Reinforcing Steel. Add to this section: 'Reinforcing steel shall be
Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown
otherwise on the plans."
201 -5 CEMENT MORTAR
201 -5.6 Quick Setting Grout. Add to this section: "The Contractor shall grout the
area between an existing reinforced concrete structure and the new storm drain pipe
with a quick setting grout."
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 accordance
with Section 300 -1.3.2 of the Standard Specifications except as modified and
supplemented herein. Joins to existing pavement lines shall be full 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. The Engineer must approve final removal accomplished by other means.
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 workday. All areas of roadway removal and replacement shall have a
minimum trench width of 3 -feet to facilitate maximum compaction.
e J. • •
SP 10 OF 11
300 -1.3.2 Requirements
(c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley
Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly
made to a minimum of two (2) inches." And replace the words 1 '/2 inch" of the last
sentence with the words "two (2) inches ".
300 -1.5 Solid Waste Diversion. Non - reinforced concrete and asphalt wastes
generated from the job site shall be disposed of at a facility that 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 and provide
appropriate confirmation documentation from the recycling facility.
SECTION 303 - -- CONCRETE AND MASONRY CONSTRUCTION
303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY
INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS
303 -5.1 Requirements
303 -5.1.1 General. Add to this section: "Sidewalk and curb access ramps shall
be opened to pedestrian access on the day following concrete placement. In addition,
all forms shall be removed, irrigation systems shall be repaired, and backfill or
patchback shall be placed within 72 hours following concrete placement. Newly poured
P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until
the concrete has cured to a minimum strength of 2,000 psi."
303 -5.4 Joints
303 -5.4.1 General. Add to this section: 'The Contractor shall make a sawcut
parallel to the centerline of the alley, 2 feet along each side of centerline, over the entire
length of the alley. The Contractor may also sawcut the property lines, adjacent to the
alley, in lieu of scoring the pavement along the property lines or constructing an edged
cold joint. All sawcuts shall be made to a depth of 2 inches."
303 -5.5 Finishing
303 -5.5.1 General. Add to this section: 'The Contractor shall patch back A.C.,
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."
• SP 11 OF 11
303 -5.5.2 Curb. Add to this section: "The Contractor shall install or replace curb
markings that indicate sewer lateral or water valve location on the face of the curb. The
Contractor shall mark the curb with a chiseled "S" for sewer lateral and a chiseled "V -X"
for water valve locations. "X" shall indicate the number of feet from the curb face to the
valve. To determine the location of sewer laterals and water services, the Contractor
must call the City's Utilities Superintendent, Mr. Ed Burt, at (714) 718- 3402."
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 shall use crushed
miscellaneous base as the base materials."
F: \USERS \PB\MShared \Contracts \FY 02 -03 \BUCK GULLY SEWER BY -PASS C- 3566 \SPECS C- 3566.doc
October 8, 2002
CITY COUNCIL AGENDA
TO: Mayor and Members of the City Council
OCiCoii
FROM: Public Works Department
SUBJECT: BUCK GULLY SEWER BY- PASS /SIPHON ABANDON
CONTRACT NO. 3566
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Award Contract No. 3566 to Albert W. Davies for the Total Bid Price of $87,810, and
authorize the Mayor and the City Clerk to execute the contract.
3. Establish an amount of $8,700 to cover the cost of unforeseen work.
4. Authorize a Budget Amendment appropriating $96,510 from the unappropriated
Wastewater Fund Balance to Account No. 7531- C5600292
DISCUSSION:
At 2:00 P.M. on the 30th of September, the City Clerk opened and read the following bids
for this project:
BIDDER TOTAL BID AMOUNT
Low Albert W. Davies, Inc. $87,810.00
2 GCI, Inc. $114,800.00
3 Caliagua, Inc $177,895.00
4 Paulus Engineering, Inc. $185,065.00
A mandatory pre -bid meeting was held for this project to discuss the difficult terrain at the
location and the coordination necessary with the construction of a new house adjacent to
the site. Although seven contractors attended the pre -bid meeting only four chose to
submit a bid for this project.
The low total bid amount is 8 percent below the Engineer's Estimate of $95,000. The low
bidder, Albert W. Davies, possesses a General Contractor's "A" contractor's license as
required by the project specifications. Albert W. Davies is currently working on the Dover
Drive Zone II Water Transmission Main Replacement and Street Rehabilitation and has
completed several similar projects successfully for other local public agencies.
SUBJECT: BUCK GULLY SEWER PPASS/SIPHON ABANDONMENT -AWARD OF CONTICT NO. 3566
October 8, 2002
Page: 2
PROJECT DESCRIPTION
The sewer system within the Shorecliffs community is served by two crossings under Buck
Gully, the main siphon and a bypass siphon, which convey flow to the Buck Gully Sewer
Pump Station. The main sewer siphon crossing Buck Gully was replaced after the last El
Nino storms. The Buck Gully sewer siphon bypass also crosses Buck Gully upstream of
the main siphon crossing. Storm and urban runoff over the past few years have slowly
exposed the City's bypass sewer siphon. In addition to serving as an alternative method of
conveying sewer flows during the maintenance of the main sewer siphon and pump
station, the by -pass siphon also serves five homes along Evening Canyon Road. During
the re- construction of the main siphon, the bypass was used to serve the entire community
during construction. Recently, we also used the bypass during construction activities on
the Buck Gully Pump Station. Since the bypass sewer is currently exposed and may be
subjected to damage and potential sewer spills during this winter's storm flows, staff has
designed an alternate sewer piping scheme to service the five homes and take the current
bypass line out of service. This project will mitigate the current environmental concerns in
the short term and provide staff adequate time to plan on a future replacement scheme for
the bypass sewer.
The proposed project calls for the installation of approximately 200 feet of 8 -inch sewer
main in new easements along Evening Canyon Drive. Some of the new main will be
tunneled to minimize disruption to residents' backyards. The remaining portions of sewer
main will be installed by open cut construction methods. The sewer will re -route the
services from five homes that currently drain to the bypass siphon, and connect them to
the main siphon line. The by -pass (exposed in two places within the creek bottom), will
remain in place, but be out of service. A future bypass sewer replacement and Buck Gully
erosion repair /stabilization project may take place if the City is successful in securing
outside grant funding.
The project will be constructed in concert with a new house at 219 Evening Canyon Road.
The property is cleared and in the initial stages of re- grading. The homeowner's contractor
will allow the City access to construct the sewer main.
PROJECT SCHEDULE AND FUNDING
The project will begin upon City Council's approval and the acceptance of the new
easements by the City Manager and should be completed in approximately one month.
The aggressive schedule is being set to minimize disruptions to the current residents, to
coordinate with the new residential construction at 219 Evening Canyon, and to ensure
completion before the winter storm season. City staff is currently preparing documents to
secure easements for the realignment of the sewer through three properties. The three
affected property owners have agreed to provide these new easements to expedite the
project. No work can begin until the easements are accepted by the City Manager in
accordance with Resolution 92 -82. The summary vacation of the former easements will be
submitted to Council for approval at a later date.
2
SUBJECT: BUCK GULLY SEWER Bl`T ssfSFHON ABANDONMENT - AWARD OF CONTO NO. 3566
October 8, 2002
Page: 3
Staff recommends the City Council 1) approve the plans and specifications; 2) award
Contract No. 3566 to Albert W. Davies for the Total Bid Price of $87,810, and authorize the
Mayor and the City Clerk to execute the contract; 3) establish an amount of $8,700 to
cover the cost of unforeseen work; and 4) authorize a Budget Amendment appropriating
$96,510 from the unappropriated Wastewater Fund Balance to Account No. 7531 -
05600292.
BY:
WORKS DEPARTMENT
G. Badum, Director
Michael J. S'ia6ori, P.E.
Principal Civil Engineer
Attachment: Project Location Map
Bid Summary
l
3
r
= Z
U W
Q
m
�9 R
OW
a G
W Y
Z
LL
O
0
Ov
M
.J
v '°
IL
IL
O 0
N
IW
Y
W
V
Q N �
N O y
Y � U
V
O U
V �
O
H D
S
0
J
Q
m
m
z
c;8
d �
o ..
O N
YI Y
O Y
N
H W
N 6
W QZ
C �
W
Z
2 K
W 6
E
6
Y
K
£
O
N
D
9�
C
W
AOL Ask
` w I Obp�O
C) pp
Z I =
U
% ° o Q
obp��p o m W wz by � O a
z v ao
r > Y
S
o. a
W°
� N m S Z v
Q N O LL m
O a.
LU
m O y N
/ � U
o \'
oQ / CL
wQ Zwo
�� ��� U
aw ti Q d Z
_
a� U
m >
�g w W Z
S / W
S CJ) 2i
} 0
z
Z
>-O
Q
z U Q
w
v a v0 m
ma
lity of Newport Beach •
BUDGET AMENDMENT
2002 -03
EFFECT ON BUDGETARY FUND BALANCE:
Increase Revenue Estimates
X Increase Expenditure Appropriations
Transfer Budget Appropriations
SOURCE:
from existing budget appropriations
from additional estimated revenues
PX from unappropriated fund balance
EXPLANATION:
NO. BA- 018 ,
AMOUNT: Ss6,slo.00
Increase in Budgetary Fund Balance
AND X Decrease in Budgetary Fund Balance
No effect on Budgetary Fund Balance
This budget amendment is requested to provide for the following:
To increase expenditure appropriations related to the Buck Gully Sewer By-Pass/Siphon Abandonment - Award Contract
No. 3566.
ACCOUNTING ENTRY:
BUDGETARY FUND BALANCE
Fund Account
530 3605
REVENUE ESTIMATES (3601)
FundlDivision Account
EXPENDITURE APPROPRIATIONS (3603)
Description
Sewer Enterprise Fund Balance
Description
Signed:
Signed:
T
Financial Approval: Administrativd- Services Director
Administrative Approval: City Manager
Amount
Debit Credit
$96,510.00 `
$96,510.00
Date
Date
Signed:
City Council Approval: City Clerk Date
Description
Division
Number
7531 Sewer Main Replacement
Account
Number
C5600292 Sewer Main Mstr Plan Improvement
Division
Number
Account
Number
Division
Number
Account
Number
Division
Number
Account
Number
Division
Number
Account
Number
Signed:
Signed:
T
Financial Approval: Administrativd- Services Director
Administrative Approval: City Manager
Amount
Debit Credit
$96,510.00 `
$96,510.00
Date
Date
Signed:
City Council Approval: City Clerk Date
City of Newport Beach,
BUDGET AMENDMENT
2002 -03
EFFECT ON BUDGETARY FUND BALANCE:
Increase Revenue Estimates
X Increase Expenditure Appropriations
Transfer Budget Appropriations
SOURCE:
from existing budget appropriations
from additional estimated revenues
PX from unappropriated fund balance
EXPLANATION:
NO. BA- 018
AMOUNT: 596,510.00
Increase in Budgetary Fund Balance
AND X Decrease in Budgetary Fund Balance
No effect on Budgetary Fund Balance
0 I U ?
CITI' OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658-8915
(949) 644 -3005
October 29. 2002
GCI Construction, Inc.
245 Fischer Avenue, B -3
Costa Mesa, CA 92626
Gentlemen:
Thank you for your courtesy in submitting a bid for the Buck Gully Sewer By-
Pass /Siphon Abandonment Project (Contract No. 3566) in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
or% dl�).Akwh'�o
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach
Ll
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
•
BUCK GULLY SEWER BY- PASS /SIPHON ABANDONMEN1
CONTRACT NO. 3566
BIDDER'S BOND
We, the undersigned Principal and Surety, our successors and assigns, executors,
heirs and administrators, agree to be jointly and severally held and finely bound to the City
of Newport Beach, a charter city, in the principal sum of TEN PERCENT OF THE
AMOUNT OF THE BID Dollars ($ 107 OF BID ), to be paid and
forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for
the construction of BUCK GULLY SEWER BY- PASS/SIPHON ABANDONMENT,
Contract No. 3565 in the City of Newport Beach, is accepted by the City Council of the
City of Newport Beach and the proposed contract is awarded to the Principal, and the
Principal fails to execute the Contract Documents in the form(s) prescribed, including the
required bonds, and original insurance certificates and endorsements for the construction
of the project within thirty (30) calendar days after the date of the mailing of "Notification of
Award", otherwise this obligation shall become null and void.
If the undersigned Principal executing this Bond is executing 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.
Witness our hands this 23rd day of SEPTEMBER 2002.
GCI CONSTRUCTION, INC.
Name of Contractor (Principal)
FIDELITY AND DEPOSIT COMPANY OF MARYLAt
Name of Surety
225 S. LAKE AVENUE STE. 700
Address of SuretyPASADENA CA 91101
(626) 792 -2311
Telephone
Print Name and Title
(Notary acknowledgment of Principal & Surety must be attached)
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of California
ss.
County of Orange
0
Onk�, before me, Janet L. Russell – Notary Public
Data Name and Tifle of Officer (e.g., Lane Doe, Notary Publid)
personally appeared Floyd Bennett
Name(s) of Signer(S)
JANET L. RUSSELL
Commission it 1335385
Notary Public- California
Orange County
AlyCanm. Etplrea Def:21, 2005
Place Notary Seal Aow .
5j personally known to me
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
signature(s) on the instrument the person(s), or
the entity upon behalf of which the person(s)
acted, executed the instrument.
WIT ESS my hen ado i I seal.
Signature of N tary FuClic ?��
OPTIONAL
Though the information below is not required by law, 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:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer's Name:
Number of Pages:
Individual e
Top of thumb here
C Corporate Officer — Title(s):
❑ Partner —C Limited ❑ General
C. Attorney in Fact
C Trustee
❑ Guardian or Conservator
C Other:
Signer is Representing:
0 1222N Wwy Nwou2o -wao oe2 A , P.o. 2g12f02•Ch- . CA 91a1S2W2•WenitloonFGaryAry Pme. No. soo] pepper Cif TOKM 1200•41eEW
STATE OF
COUNTY OF
CALIFORNIA
RIVERSIDE
On �3��.�- before me,
PERSONALLY APPEARED
SS.
R. STANDLEY
MICHAEL D. STONG
personally known to me
to be the persory(T' whose nama'�
is /are-subscribed to the within instrument and acknowl-
edged to me that he /slie,' i,w executed the same in his/
'°.�wir authorized capacity(ies}; and that by his/4=/
t+:eir.signatureEs3-on the instrument the person(.), or the
entity upon behalf of which the personfsj—acted, executed
the instrument.
WITNESS my hand and official seal.
Signature Z
OPTIONAL
,,..:, R, STANDLEY
, 't5:x`•l.
ra - � COMM. #1263272
NOTARYPUBLIC- CALIFORNIA
J RIVERSIDE COUNTY
\e.,.% MY Cor^^�• ExPl,, June 7, 20H
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
TITLE(S)
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
❑ ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIAN/CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTRY(IESI
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
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE: P.O. BOX 1227. BALTIMORE. MD 21203 -1227
Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of
Maryland, by W. B. WALBRECHER, Vice - President. and T. E. SMITH, Assistant Secretary, in pursuance of authority granted by Article VI, Section
2, of the By -Laws of said Company. which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date
hereof, does hereby nominate, constitute and appoint Michael D. Stong, of Riverside, California, its true and lawful agent and
Attorney-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and
undertakings and the execution of such bonds or undertakings in pursuance of these presents. shall be as binding upon said Company, as fully and
amply, to all intents and purposes, as if they had been duly executed and acr��wledged by th ularly elected officers of the Company at its office in
Baltimore. Md., in their own proper persons. ( \�' ^\oo �\�
The said Assistant Secretary does hereby certify that the extract spQf�Yon the rev Rh`sOc hereof is a true copy of Article VI, Section 2, of the
By -Laws of said Company, and is now in force. `� t.����,�SS$S___"
M WITNESS WHEREOF, the said Vice - President and Assts etary hav to subscribed their names and affixed the Corporate Seal of
the said FIDELITY AND DEPOSIT COMPANY OF MARYLo 0 . 1s 21st dam ary, A.D. 1998.
ATTEST: FIDELITY ANIOSIT C�NY OF MARYLAND
c v
ESEAL r. S By: LtL6e. L
T. E. Smith Assistant.fgcr W B. Walbrecher Vice- President
State of Maryland ss:
County of Baltimore
0
On this 21st day of January, A.D. 1998, before the r, a Notary Public of the State of Maryland. duly commissioned and qualified, came W.
B. WALBRECHER, Vice - President and T. E. S Istant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me
personally known to be the individuals and offi escribed in and who executed the preceding instrument, and they each acknowledged the
execution of the same, and being by me duly s venally and each for himself deposeth and saith, that they are the said officers of the Company
aforesaid, and that the seal affixed to the pre inswment is the Corporate Seal of said Company, and that the said Corporate Seal and their
signatures as such offimrs were duly affixed scribed to the said instrument by the authority and direction of the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
Z_C,_,71'fJ F ado r � N^ o to ry
Ple
My Ce
Imiss Expires: August 1, 2000
CERTIFICATE
L the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power
of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that
the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors
to appoint any Attomey -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of
the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any
Vice-president, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of
any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually
affixed."
M TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this
3 day of
Assistant Secretary
L1428 -012-0629
•
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
October 29, 2002
Paulus Engineering, Inc.
2871 E. Coronado Street
Anaheim, CA 92806 -2504
Gentlemen:
Thank you for your courtesy in submitting a bid for the Buck Gully Sewer By-
Pass /Siphon Abandonment Project (Contract No. 3566) 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
BOND# 1306696
CITY OF NEWPORT BEACH PREMIUM -NIL
PUBLIC WORKS DEPARTMENT
BUCK GULLY SEWER BY- PASS /SIPHON ABANDONMENT
CONTRACT NO. 3566
BIDDER'S BOND
We, the undersigned Principal and Surety, our successors and assigns, executors,
heirs and administrators, agree to be jointly and severally held and firmly bound to the City
of Newport Beach, a charter city, in the principal sum of TEN PERCENT OF AMOUNT BID
Dollars ($ 10% ), to be paid and
forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for
the construction of BUCK GULLY SEWER BY- PASS /SIPHON ABANDONMENT,
Contract No. 3566 in the City of Newport Beach, is accepted by the City Council of the
City of Newport Beach and the proposed contract is awarded to the Principal, and the
Principal fails to execute the Contract Documents in the form(s) prescribed, including the
required bonds, and original insurance certificates and endorsements for the construction
of the project within thirty (30) calendar days after the date of the mailing of "Notification of
Award ", otherwise this obligation shall become null and void.
If the undersigned Principal executing this Bond is executing 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.
Witness our hands this 27TH day of
PAULUS ENGINEERING, INC.
Name of Contractor (Principal)
GREAT AMERICAN INSURANCE COMPANY
Name of Surety
750 THE CITY DRIVE, ORANGE, CA 92868
Address of Surety
714/740 -2400
Telephone
DIANA LASKOWSKI / ATTORNEY -IN -FACT
Print Name and Title
(Notary acknowledgment of Principal & Surety must be attached)
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
STATE OF CALIFORNIA
On 9 -27 -02
before me, LEXIE SHERWOOD - NOTARY PUBLIC
personally appeared _
known to me to be th1
within instrument and
same in her authorized
instrument the person
person acted, executed
DIANA LASKOWSKI personally
a person whose name is subscribed to the
acknowledged to me that she executed the
capacity, and that by her signature on the
or the entity upon behalf of which the
the instrument.
WITNESS my hand and official seal.
LEXIESHERWOOD
COMM. # 1311304
OOCOMM. NOTARY PUBLIC - CALIFORNIA +0
Signat a of Not try Public ORANGE COUNTY O
EXP. JULY 27, 2005 -
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.
DESCRIPTION OF ATTACHED DOCUMENT
BID BOND
TITLE OR TYPE OF DOCUMEWT
NDIIDER OF PAGES I DATE OF DOCUMW 9 -27 -02
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL ❑ CORPORATE OFFICER
TITLE (S)
❑ PARTNER (S) ® ATTORNEY -IN -FACT ❑ TRUSTEE(S)
❑ OTHER:
SIGNER IS REPRESENTING: GREAT AMERICAN INSURANCE COMPANY
NAME OF PERSON(S) OR ENTITY(S)
� • r
GUM MIERICAN INSURANCE COMOV4V
550 WALNUT STREET • CINCINNATI, OHIO 45202 •513- 369 -5000 • FAX 513. 723 -2740
The number of persons authorized by
this power of attorney is not more than
SIX POWER OF ATTORNEY
No. 0 14046
KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized
and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below
its true and lawful attorney -in -fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds,
undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any
such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below.
Name Address Limit of Power
DAVID L. CULBERTSON DIANA LASKOWSKI ALL OF ALL
CHARLES L. FLAKE KAREN CHANDLER ANAHEIM, UNLIMITED
RICHARD A. COON LEXIE SHERWOOD CALIFORNIA
This Power of Attorney revokes all previous powers issued in behalf of the attorney(s) -in -fact named above.
IN WITNESS W HEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by
its appropriate officers and its corporate seal hereunto affixed this 19th day of June . 2001
Attest
STATE OF OHIO, COUNTY OF HAMILTON — ss:
GREAT AMERICAN INSURANCE COMPANY
On this 19th day of June, 2001 , before me personally appeared DOUGLAS R. BOWEN, to me
known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Bond Division of Great
American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed
by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority.
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American
Insurance Company by unanimous written consent dated March 1, 1993.
RESOLVED: That the Division President, the several Division Vice Presidents and Assistant Vice Presidents, or any one of them, be
and hereby is authorized, from time to time, to appoint one or more Attorneys -In -Fact to execute on behalf of the Company, as surety, anv and all
bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof,• to prescribe their respective duties and the
respective limits of their authority; and to revoke any such appointment at any time.
RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant
Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond,
undertaking, contract orsuretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by
the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the
same fora and effect as though manually affixed.
CERTIFICATION
i
I, RONALD C. HAYES, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of
Attorney and the Resolutions of the Board of Directors of March 1, 1993 have not been revoked and are now in full force and effect.
;BiVed and sealed this 27TH day of SEPTEMBER 2002
r
5102" a um
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
STATE OF CALIFORNIA
COUNTY OF ORANGE
On 09/27/02 before me, Cynthia J. Valencia, Notary Public
Personally appeared Jason Paulus personally known to
me to be the person whose name is subscribed to the within instrument and acknowledged to me
that he executed the same in his authorized capacity, and that by his signature on the instrument
the person or the entity upon behalf of which the person acted, executed the instrument.
�..ACf
Witness my han and official seal. � ti3° °yp1vue q0/9
O
� i=3 ��•'M N o
O Y c
U
—Sign4fum of NotaqPKbfic
M. EXPIRES"
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.
DESCRIPTION OF ATTACHED DOCUMENT
Bid Bond
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES 1 DATE OF DOCUMENT 09/27/02
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL ® CORPORATE OFFICER SecretpaN.Pres.
TITLE (S)
❑ PARTNER (S) ❑ ATTORNEY -IN-FACT ❑ TRUSTEE (S)
❑ OTHER:
SIGNER IS REPRESENTING: Paulus Engineering. Inc.
NAME OF PERSON (S) OR ENTITY (S)
• •
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658-8915
(949) 6443005
October 29, 2002
Caliagua Inc.
15148 Sierra Bonita Lane
Chino, CA 91710
Gentlemen:
Thank you for your courtesy in submitting a bid for the Buck Gully Sewer By-
Pass /Siphon Abandonment Project (Contract No. 3566) 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,
o4x7u�
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach
i •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BUCK GULLY SEWER BY- PASSISIPHON ABANDONMENT
CONTRACT NO. 3566
BIDDER'S BOND
We, the undersigned Principal and Surety, our successors and assigns, executors,
heirs and administrators, agree to be jointly and severally held and firmly bound to the City
of Newport Beach, a charter city, in the principal sum of Ten Percent of the Total
Amount of the Bid in Dollars ($ 10% ), to bB paid and
forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for
the construction of BUCK GULLY SEWER BY- PASSISIPHON ABANDONMENT,
Contract No. 3566 ih the City of Newport Beach, is accepted by the City Councll of the
City of Newport Beach and the proposed contract is awarded to the Principal, and the
Principal fails to execute the Contract Documents in the form(s) prescribed,: including the
required bonds, and original insurance certificates and endorsements for the construction
of the project within thirty (34) calendar days after the date of the mailing of "Notification of
Award ", otherwise this obligation shall become null and void.
If the undersigned Principal executing this Bond is executing 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.
Witness our hands this 23rd day of September , 2002.
Caliaeua, Inc.
Name of Contractor (Principal)
Fidelity and Guaranty
Insurance Company
Name of Surety
333 City Boulevard West, Suite 1100
Orange, CA 92868
Address of Surety
714 - 620 -0606
Telephone
Autheized SignatureMtle
Gus Bruner, President
Authorized Agent Signattle
Alexis H. Bryan, Attorney -in -Fact
Print Name and Title
(Notary acknowledgment of Principal & Surety must be attached)
CALIFORNIA ALL - PURPOSE AASOWLEDGMENT . No. 5907
State Of California
County of Orange
On September 23, 2002 before me, Leigh McDonough, Notary Public
DATE NAME, TITLE OF OFFICER, E.G., "JANE DOE, NOTARY PUBLIC"
personally appeared Alexis H. Bryan
NAME(S) OF SIGNER(S)
® 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
acknowledged 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
LEICI{MCDONOUG! behalf of which the person(s) acted, executed the instrument.
Commission i 1328874 i
Notary Publte- califomia
i Orance County
MyCmm.EXPI"Nov 6. 202008 WITNESS my hand and official seal.
SIGNATURE OF NOT Y
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
❑ PARTNER(S)
I
TITLE(S)
HLIMITED
GENERAL
ATTORNEY -IN -FACT
TRUSTEE(S)
GUARDIAN /CONSERVATOR
OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTIY(IES)
S4097nEEF MI
DESCRIPTION OF ATTACHED DOCUMENT
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
• Canoaa
a •
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
} ss.
County of San Bernardino J
On 9/27/42 before me, Jolene Sword, Notary Public,
Date Name and Title of Officer (e.g..'Jane Doe. Notary Public ")
personally appeared Gus Bruner
Name(s) of Signer(s)
ON C I , " #1711y1
Nosy P, • CWVNr
San earnaraq CalAN
Comm. 6 Ina A
Place Notary Seal Above
�3 personally known to me
r] proved to me on the basis of satisfactory
evidence
to be the person(24) whose name(aQ is /m
subscribed to the within instrument and
acknowledged to me that hePJPk 4gftxecuted
the same in hisli§Mti4Wi authorized
capacity(M3[ and that by his /km*kedx
signature(§) on the instrument the person(*, or
the entity upon behalf of which the person(s)
acted, executed the instrument.
WITNESS my hand and official seal.
Signature of Notary Public
OPTIONAL
Though the information below is not required by law, 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:
Document Date: Number of Pages
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer's Name:
❑ Individual
Top of thumb here
❑ Corporate Officer— Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
0 1988 NetlarulNdary Aemdetlm•8330 DBSdoAe, P.C. BCx242• pmhwcM, CA 8131 &2,102• www.nibmadmlary.ory Pme. W. 51107 aeoroad Cell Ta Free 1.8 0 4 918 9977
ThegffVl
Power of Attorney No.
POWER OF ATTORNEY
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
22775
United States Fidelity and Guaranty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
Certificate No. 1401305
KNOW ALL :MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, and that
SL Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under
the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland and
that Fidelity and Guaranty Insurance Company Is a corporation duly organized under the laws of the State of Iowa. and that Fidelity and Guaranty Insurance Underwriters.
Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein eollecrireh called the "Companies'). and that the Companies do hereby make,
constitute and appoint
James A. Schaller, Rhonda C. Abel, Jane Kepner, Nanette Mariella- Myers, Mike Pariziuo, Linda Enright,
Jeri Apodaca, Patricia H. Brebner, Leigh McDonough and Alexis H. Bryan
of the City of Costa Mesa , Stare California , their true and lawful Anomey(s) -in -Fact,
each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings.
contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the
performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and sealed this ¢th day of October 2001
Seaboard Surety Company United States Fidelity and Guaranty Company
St. Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company
St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc.
SL Paul Mercury Insurance Company
wrr° r
sT 4♦ ,4 a � �4 � 0s ' i F' �`a`IS•E •,_ A "�„ Np,tt> r, oA ^ �',`Sr.♦ ' e b 4v 12 79 PETER \4. CARMAN. N, VV i
ce Presden
'W m /
State of Maryland
City of Baltimore THOMAS I. HUIBREGTSE, Asei>tant Secretary
On this 4th day of October 2001 , before me, the undersigned officer, personally appeared Peter W Carman and
Thomas E. Huibregtse, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, St. Paul Fire and
Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company. Fidelity and
Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc.; and that the seals affixed to the foregoing instrument are the corporate seals of
said Companies; and that they, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of the
corporations by themselves as duly authorized officers.
W0
In Witness Whereof, I hereunto set my hand and official seal. m � qRV
My Commission expires the Ist day of July, 2006, r� REBECCA E.A$LEY- ONOKALA, Notary Public
AE GTI
t
1
86203 Rev. 7 -2002 Printed in U.S.A.