HomeMy WebLinkAboutC-4920 - Water Main Master Plan Replacement ProjectMarch 22, 2017
Universal Pipeline, Inca
Attn: Mark Wilson
33490 Bailey Park Boulevard
Menifee, CA 92584
CITY OF NEWPORT BEACH
100 Civic Center Drive
Newport Beach, California 92660
949-644.3005 1 949-644-3039 FAx
newportbeachca.gov
Subject: Water Main Master Plan Replacement Project — C-4920
Dear Mr. Wilson:
On March 22, 2016, the City Council of Newport Beach accepted the work for the
subject project and authorized the City Clerk to file a Notice of Completion, to release
the Labor & Materials Bond 65 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 Notice of Completion was recorded by the Orange County Recorder on March 29,
2016 Reference No. 2016000130153. The Surety for the contract is American
Contractors Indemnity Company and the bond number is 100100673. Enclosed is the
Faithful Performance Bond.
Sincere)
Leilani I. Brown, MMC
City Clerk
Enclosure
PREMIUM IS FOR THE CONTRACT TERM AND IS SUBJECT
TO ADJUSTMENT BASED ON FINAL CONTRACT PRICE
EXHIBIT B
CITY OF NEWPORT BEACH.
BOND NO, 100100673
FAITHFUL PERFORMANCE BOND
Executed in duplicate
The premium charges on this Bond is $ 19,693.00 , being at the
rate of $ 27.50 per thousand for the first $100,000, thousand of the Contract price.
en per Dusan erea er
WHEREAS, the City of Newport Beach, State of California, has awarded to
Universal Pipeline, Inc. hereinafter designated as the "Principal," a contract for the
work necessary for the completion of this contract consisting of but not limited to,
distributing notices to affected residents, traffic control, locating and potholing existing
utilities, removing interfering portions and abandoning in place existing water and
related facilities, furnishing and installing new water mains (open -cut and slip -line),
water services, fire hydrants, valves, fittings and other appurtenances, and restoring of
all affected surface improvements, and other incidental items of work to complete the
project, in the City of Newport Beach, in strict conformity with the Contract on file with
the office of the City Clerk of the City of Newport Beach, which is incorporated herein by
this reference.
WHEREAS, Principal has executed or is about to execute the Contract and the
terms thereof require the furnishing of a Bond for the faithful performance of the
Contract.
NOW, THEREFORE, we, the Principal, and American Contractors Indemnity Company.
, 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
One million sixty three thousand five hundred Dollars (1,063,500.00 ) lawful money of the
United States of America, said sum being equal to 100% 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.
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 City, only in the
Page B-1
event 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 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 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 23rd day of June 2015
Universal Pipeline, Inc.
Name of Contractor (Principal)
American Contractors Indemnity Company
Name of Surety
601 S. Figueroa Street, 16th FI., Los Angeles, CA 90017
Address of Surety
(310)649-0990
Telephone
V '"' �
Aut yorized Signa tureMtie
Authorized Agent Si lure
Stephanie Hoang, Attorney -in -Fact
Print Name and Title
NOTARYACKNOWLEDGMENTS OF
CONTRACTOR AND SURETY MUST BE ATTACHED
APPROVED AS TO FORM:
CITY ATTQIiN1f,S OFFICE
Date--/I�IM1�,
LV
B Aaron .Harp, CityAttomey cvna{itmjtS
Page B-2
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of )88.
On 20 before me,
Notary Public, personally appeared
who 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 signatures(s) on the
instrument the person(s), or the entity upon behalf of which the person($) acted, executed the
instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct.
WITNESS my hand and official seal.
Signature (seal)
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of ) ss.
On 20 before me,
Notary Public, personally appeared
proved to me on the basis of satisfactory evidence to be the person(s) whose name($) 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 signatures(s) on the
instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the
instrument,
I certify under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct.
WITNESS my hand and official seal.
Signature (seal)
Page B-3
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
CIVIL CODE 1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached and not the truthfulness, accuracy, or validity of that document.
State of California )
County of Orange )
On I S I) before me, V. Copeland Notary Public,
personally appeared Stephanie Hoang
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the
within instrument and acknowledged to me that he/she/they executed the same in his/her/their- authorized
capacity(ics), and that by his/ber/their signature(s) on the instrument the person(s), or the entity upon behalf of
which the person(s) acted, executed the instrument.
------------
V COPELAND
Commission # 2046542
Notary Public - California z
Z Orange County
My Comm. Expires Oct 24, 2017
Place Notary Seal Above
I certify under PENALTY OF PERJURY under the
laws of the State of California that the foregoing
paragraph is true and correct.
WITNES y h d and o eial sealSignaturesiNo t. Public
OPTIONAL—
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could present fraudulent and reattachment of this form to another document.
Description of Attached Document
Type or Title of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: Stephanie Hoang
❑ Individual
❑ Corporate Officer - Title(s):
❑ Panner: ❑Limited ❑ General
® Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Number of Pages:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Individual
❑ Corporate Officer - Title(s):_
❑ Partner: ❑Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Rev. 1-15
California All Purpose Acknowledgement
A notary public or other officer completing this certificate verifies only the identity of the
individual who signed the document, to which this certificate is attached, and not the
truthfulness, accuracy, or validity of that document.
State of California
County of �iuy— CIL--
On Lo 65 6, before me
Personally appeared
Lori Leigh Luna , Notary Public,
9WC- W L�Sty-,
Who proved to me on the basis of satisfactory evidence to be the person whose
�
eF"� 's/ a subscribed to the thin instrument and acknowledged to me that
she/they executed the same i4bis4ier/ their authorized capacity(iis), and that by
h' er/their signature(la on the instrument the person or the entity upon behalf of
which the person(> acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that
this foregoing paragraph is true and correct.
Witness my hand and official seal
LORI LEIGH LUNA
COMM. * 2062700
, - NOTARYPUBLIC-CALIFORNIAfiJ
RIVERIj COUNTY O.
COMM. EXPIRES APRIL 25.2018 2
(SEAL)
No blic
Document:
'11
11! 41i
�IIIIIII k�l,ll l R OF ATT01
AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS .BONDING COMPANY
UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY
AWI �,A , BY THESE PRF&EN-T—_&. "�t�ican Contractors d ty �y� a Callfomia co j%a
�iil-Lit! assumed r®t rr�t tltors Indemnt I ` at>'�y III InytIIes Surety Coa t
t t .Specialty Insttr r n s corporation (a I� I�tiYle��l� Ii 9126 iAmes') do by ffi _ rem
Wonst�i teandappoint:
Eric Lowey, Stephanie Hoang,. Mark Richardson, Shawn Blume or Kevin Cathcart of Costa Mesa, California
t�atl�torney(s)-ip f�ct q�F III P eil�h �e�, I� capacity tf more '+�^�s - ve,.wrth full�ow ��tht�
y� lis name, pkac��la I sr , I Ie`��u� owledge an�€�a�lr�ds, recognr�elc��
�ti Fits or contract �I psl I� I�f i I I$o II dude riders, ame��an��nts of surety, pr � i
—penT do¢S not ¢ACeed IIS"I "*"TenMtilion*�•*t` DOIIarS($ *000,060:00" �.
This Power of Attorney shaA expire wttfiout further acnonon December 20,2017. This Power ofAttomey is granted under and by
authority of the following resolutions adopted by the Boaids of Directors of the. Companies:
Be rr_Resol" thacId e_President, any Vice Presiett6any Ag6tMEXigc-President any Secre �oyrpp� l y Ass n I drigtary shall be and is .herder vrctaA w i
t o runt any one or a �so®.�to (s) -m -Fact to re�f�fis 111 'if bf!il f p eef of the Compar b l�n�
tmi` — IIII P II II III IIII r4
II ill III
�_ li
Arum �e given full power arhoFr an -ii—ni r etT--name of and on behalf I �Ihe o Ip�ny, to � xecute, acknowledge and dem anger I tis,
recogmzances, contracts, agreements or indemnityand other conditional or obligatory undertakings, including any and all consents for the release of retained
percentages and/or finalestimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's Lability
thereunder, and any suchinstruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and seated and effected
by the Corporate Secretary
lv tine of any ai� hoNO landfl !Company heretofore otrr=®ffl mower of attorney gc ani r
powerf alto Iii Ib Ipl a Ile stgnacure or n s a coding upon the mein for
is attar Il.II p�tl°hull 1',VII +41111 —
IN WITNESS WHEREOF, The: Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this
1 at day of December, 20I4. '
AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
UNITED ST XE&SURE AN`Y U.S SPECTA TIY,II , UR,��G�ICO?#PANY
IRE 'eiEssuap� —ate Illi li Ali r IIII ill IIII III
III Irr III IIV
III !I.
a "" Daniel P. Aguilar, Vice President
R T T
°r.
.nT i /91m 9pFrOFSm
tuft iiiIIIIIIllar officer completing IIs � �,cd�W v ' 'es my the idmtitXnnf tl�nA�€Ina i the -
eO��tw-eertifcateis at'k�bel a'�tlgia Its, accuracy,
-�`ra�€��ift� I$I ISI �Ililf ll�r II'illl�il
gourd of Los Angeles SS.
On this 1st day of December, 2014, before me, Maria G. Rodriguez -Wong, a notary public, personally appeared Dan P. Aguilar, Vice President of American
Contractors Indemnity. Company, Texas Bonding Company, United States .Surety Company and. U.S, Specialty Insurance Company who proved to me on
the basis of mtishelW evidence to be the person whose rye scribed to the within i Strn �, t and ckah olpidged tome that he exocutedfh€smpeatI
z tend that by his s> t s est t erson, or the entl} u i a big` ,hi�l'i� tb liperson acted exp ti e€€
V
ei daM_METY OF PERJURY tt tf _ of of California that tH flAgg gi1p3rago'hphI i:lII
m i5 tm, and correct = _
WITNESS my hand and official sea]: —
... MARIA 0. ROORIODEZ-9110fMa
Signature Commission s 2019771
gn (Seal) i a Notary public Calllomia i
_ III Illlii 111 III
- II iIVI : , 2017 -
� IIII
A t l ChaTekson , Assistant Secreta t I}'AI II ban Contractors Indemnity Compwry, Texas Bonding Company, United State gr&npany
and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by.
said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are
full force and effect 1
IrOATM Fi l have h�er^eu,t�tt&s – 410 WNWA the seals of sod CI'p fiakties al%1.�, .5'I A:fil eles Californiaallfor[tt"'� y�
�•--' � L.� – — Ip.l I i i Ili i Vr —_ _ -
nr
is...........
Ifll l ii — r
--Corporate Seals ncroysy tg":.
sager o
oNnceo gy
l
,•a a P
Bond No. I� b'13.� ,.
... Michael Chalekson Assistant Secretary
N�
_. 5
0 'eVa� fi i II�Y �i y t hy,h" III �IId t��
e III
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
Leilani Brown, CMC
June 2, 2016
Universal Pipeline, Inc.
Attn: Mark Wilson
33490 Bailey Park Boulevard
Menifee, CA 92584
Subject: Water Main Master Plan Replacement Project - C4920
Dear Mr. Wilson:
On March 22, 2016, the City Council of Newport Beach accepted the work for the
subject project and authorized the City Clerk to file a Notice of Completion, to
release the Labor & Materials Bond 65 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 Notice of Completion was recorded by the Orange County Recorder on
March 29, 2016, Reference No. 2016000130153. The Surety for the bond is
American Contractors Indemnity Company and the bond number is 1001006738.
Enclosed is the Labor & Materials Payment Bond.
Incerel ,
f 1 �/YYry
Leilani I. Brown, MMC
City Clerk
Enclosure
100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658-8915
Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www.newportbeachca.gov
EXHIBIT A Premium listed on Performance Bond
Executed in duplicate
CITY OF NEWPORT BEACH
BOND NO. 1001006738
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to
Universal Pipeline, Inc. hereinafter designated as the "Principal," a contract for the
work necessary for the completion of this contract, consisting of but not limited to,
distributing notices to affected residents, traffic control, locating and potholing existing
utilities, removing interfering portions and abandoning in place existing water and
related facilities, furnishing and installing new water mains (open -cut and slip -line),
water services, fire hydrants, valves, fittings and other appurtenances, and restoring of
all: affected surface improvements, and other incidental items of work to complete the
project, in the City of Newport Beach, in strict conformity with the Contract on file with
the office of the City Clerk of the City of Newport Beach, which is incorporated herein by
this reference.
WHEREAS, Principal has executed or is about to execute the Contract 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,
American Contractors Indemnity Company duly authorized to
transact business under the laws of the State of California, as Surety, (referred to herein
as "Surety') are held and firmly bound unto the City of Newport Beach, in the sum of
One million sixty three thousand five hundred Dollars ( 1,063,500.00 ) 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 attorneys' fee, to be fixed by the Court as
required by the provisions of Section 9554 of the Civil Code of the State of California.
Page A-1
The Bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 9100 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 9500 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 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 23rd day of June 12015 .
Universal Pipeline, Inc.
Name of Contractor (Principal)
American Contractors Indemnity Company
Name of Surety
�V ilk e
thorized Sigl ature/Title
Authodz d Agent Situra e
601 S. Figueroa Street, 16th FI., Los Angeles, CA 90017 Stephanie Hoang, Attorney -in -Fact
Address of Surety Print Name and Title
(310)649-0990
Telephone
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
[tli � �[�.:3.1�RiC' �:ii ► a
07jo1'IV
Page A-2
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of }ss.
On 20 before me,
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)
Ware subscribed to the within instrument and acknowledged to me that he/she/they executed
tho same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the
instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the
instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct.
WITNESS my hand and official seal.
Signature
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
(seal)
State of California
County of ) ss.
On 20_ before me,
Notary Public, personally appeared
proved to me on the basis of satisfactory evidence to be the person(s) whose name($) 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 signatures(s) on the
instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the
instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct.
WITNESS my hand and official seal,
Signature
(seal)
Page A-3
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE 1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached and not the truthfulness, accuracy, or validity of that document.
State of California
County of Orange )
On_� 13-3 11' before me, V. Copeland Notary- Public,
personally appeared Stephanie Hoang
Name(%) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(&) is/arc subscribed to the
within instrument and acknowledged to me that he/she/thep 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.
V COPELAND
Commission 8 2046542
Z . Notary Public •California i
Z Orange County
My Comm. Ex ires Oct 24, 2017
Place Notary Seat Ab..
I ccrtify under PENALTY OF PERJURY under the
laws of the State of California that the foregoing
paragraph is true and correct.
WITNESSCLiny han
d and official seal.Signature: Sipulurs ofNWury Public
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could present fraudulent and reattachment of this form to another document
Description of Attached Document
Type or Title of Document:
Document Date:
Signcr(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: Stephanie Hoang
❑ Individual
❑ Corporate Officer - Title(s):_
❑ Partner: El Limited ❑ General
®
Attomc_v in Fact
❑
Trustee
❑
Guardian or Conservator
❑
Other:
Number of Pages:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Individual
❑ Corporate Officer - Title(s):_
❑ Partner: []Limited ❑ General
❑
Attorney in Fact
❑
Trustee
❑
Guardian or Conservator
❑
Other:
Signer Is Representing: Signer Is Representing:
Rev. '1-15
California All Purpose Acknowledgement
A notary public or other officer completing this certificate verifies only the identity of the
individual who signed the document, to which this certificate is attached, and not the
truthfulness, accuracy, or validity of that document.
State of California
County of R%v&t5tLa,
On 1,f I as1 f5 , before me Lori Leigh Luna Notary Public,
Personally appeared
Who proved to me on the basis of satisfactory evidence to be the person( whose
,�e( is/ a subscribed to the n instrument and acknowledged to me that
bithe/ ey executed the same i er/ their authorized capacity(iesj, and that by
er signature(s) on the instrument the personoe, or the entity upon behalf of
which the personf.*acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that
this foregoing paragraph is true and correct.
Witness my hand and official seal
iWilr�
'q
ORI LEIGH LUNA;
()9c,
COMM. # 2062700
(�NOTARY PUkIC-CALIFORNIAQ
RIVERSIDE COUNTY 0
OMM.EXPIRES APRIL 25, 2016 j
(SEAL)
Document: �C bO ! i��� yam✓ i ��a Vv� i `J��
— -- _ II ;Ilhll �k 141p, Ili I _
POWER OF ATTOR�- _
AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY
KNOW ALL NdEN BY THESE PRES,ENI: Matt rican Contractors Indemnity Company, a California corer s, Texas- -
Bunding CCornpann assumed nett 1_drl�actors Indemnity Company, United States Surety Crraat
corporation-an&U- Specialty Inti _ nom_ s corporation (collectively, the, "Companies"), do
constitute and appoint: - — - — _
Eric Lowey, Stephanie Hoang, Mark Richardson, Shawn Blume or Kevin Cathcart of Costa Mesa, California
it& t anrdilit ttomey(s)-in-fact, each in their separate capacity if more tkanAmeismwurtubove, with full -power an& -authority
i brlllilfid% name, place and stead, to execute, acknowledge an e r a hi ds, recognizgfte$a"eftakings -_
marlh tuwul is or contracts of suretyship to include riders, amyl m" Is of surety, pro ftn�the bund_ -
�pena�does not exceed *****Ten Million***** — Dollars I **1$000,000.00** ).
This Power of Attorney shall expire without further action on December 20,2017. This Power of Attorney is granted under and by
authority of the following resolutions adopted by the Boards of Directors of the Companies:
Be it Resolved, thatJlre.President, any Vice -President any Atltistar�-President, any Secretary or any Assistanbl Secretary shall be and is herejI vested widrl'ulie-
vre>•-ail autlforifr to oim any one or tie suisahr perso to (s) -in -Fact to representiand act for and on behalf of the CompartE-,ib iejb IQ—w
_ Afialig --'+r AnY maybe given full power mcf4unionaWsull �itame of and on behalf of the Company, to execute, acknowledge and deRWarst bis
-recognizonces, contracts, agreements or indemnity, and other conditional or obligatory undertakings, including any and all consents for tie�release of retained
percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability
thereunder, and any such instruments so executed by any such Anomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected
by the Corporate Secretary.
nbe'. dys�Mtl ature of any authorized officer and seal of the Company heretofore o r, afft ttFst ower of attorney or anyultenificate relannQ
o
—_iMMO b> c i�y power of attorney or certificate bearing facsimile signature or it sM Wmminding upon the Company with respect to
which it is attached. _ -
1N WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this
1st day of December, 2014.
AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
UNITED STATUE _ NY U.S. SPECIAIrT.Y INSURANCE COMPANY
—_ u;�g33URpVN��
w
- a 3 n = Y
B
9
q o .�I : s Daniel P. AguilarVice President
tie, IiiuPWP pa ufni o9Tf OF'6t.� mu
nar officer completing this certificate verifies only the idenuty of t __irtdneliclual l the
2oitttertificate is attached, and not the truthfulness, accuracy, o�l+'ttttt= —
�rf_ta
LosAngeles SS:
On this Ist day of December, 2014, before me, Maria G. Rodriguez -Wong, a notary public, personally appeared Dan P. Aguilar, Vice President of American
Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on
the basis of saxisfacapily evidence to be the person yyhose nye scribed to the within m t I ept and acknowI dged to me that he executed -d a samal
his autfioriz d capaet�nd that by his s n> a—m i erson, or the enfita u I"�, i I@Ye'h'StI of which the person acted, exec t
_ — �P�'�I
I certrtymnderPEis4c'�-- ,TY OF PERJURYlindl r t�Ja I! of California that the foregoing paragraph is true and correct -= -- --
+III I
WITNESS my hand and official seal. --- --
MARIA G. RODCommission
0 0, ;, I
c Commission • 2019771
Signature (Seal) i a - Notary Public - California i
—_ Los-ktel3Cqunty a
8 _
Comm. EY trOCiO, 2017
n MUM CEtekson , Assistant Secretary of American Contractors Indemnity Comp, TerWElondiing Company, United Statures--Dmial
and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by
said. Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in
full force and effect. ^I
i _.. sib - have hereun -s t; the seals of said Companies at Lop A, eles, California [hi
�Corporate Sealsc' o Su", Nal c
tEs Rfj f0 .
C ��
IlSb b1 >
Bond No. i 3 ' '®
Se
'
3' xo I i Nr A
v- `L D .i eRrM98NY" {I 4 1N {. �rEOF TB
t III I I ,
it i:11 Ik 1, III. til
a
r Mlcha
s
el Chalekson, Assistant Secretary
t� CALIFORNIA RELEASE & _ J
STOP PAYMENT NOTI�P , ,
Ll: 16t
V TO: City of Newport Beach 100 Civic Center Drive "" Newport Beach, CA 92660 _
(Owner/Lender) f,
PROJECT: Newport Beach Project
(Work of Improvement)
You are hereby notified that the undersigned claimant releases that certain Stop Notice dated on
or about March 2, 2016 , against
(Date of Stop Notice)
City of Newport Beach
(Who or Whom, Owner/Public Entity, the Stop Notice was filed against)
said reputed owner/lender being in connection with the work of improvement known as
Newport Beach Project - Goldenrod Avenue & 5th Avenue Newport Beach, CA 92625
(Project Description and Identity/Address of Owner)
(Additional space for Project Description and Identity/Address of Owner)
in the amount of $ 89.380.00
Dale --5 AkLl
,3opies Sent To:
City Council
City Manager
City Attorney
, 'File
I, the undersigned, state: I am the
VERIFICATION
Office Manager
(Title)
of
Matt Chlor Inc. , the claimant named in the
foregoing Stop Notice; I have read said Release of Stop Notice and know the contents thereof, and I
certify that the same is true of my own knowledge.
I declare under penalty of perjury under the laws of the State of California that the foregoing is true
and correct, and that this Verification was executed on
May 9, 2016 at EI Monte , California.
Cia, P�:;�II�'v"Joy res
MAY 16 2016
i bint „2012 Monk'ril Augi. >iane er -i•r..
uY�iai9f Su'Kwr".nr loot 'e fAm: PAF ut.,4->basedr j"1' ),12 unC+_1, theC'fo hr, t.aw
COPY
,[STOP NOTICE
LEGAL NOTICE TO WITHHOLD CONSTRUCTION FUNDS
16 71 ci: jli ublic or Private Work)
(Per California Civil Code Section 3103)
t _
V To: City of Newport Beach _ Project: Newport Beach Project
(NAME OF OWNER, PUBLIC BODY OR CONSTRUCTION FUND HOLDER) (NAME)
100 Civic Center Drive Goldenrod Avenue & 5th Avenue
(ADDRESS IF TO A BANK OR SAV/LOAN, USE ADDRESS OF BRANCH HOLDING FUNDS) (ADDRESS)
Newport Beach, CA 92660 Newport Beach, CA 92625
(CRY, STATE AND ZIP) (CITY, STATE AND ZIP)
TAKE NOTICE THAT Matt -Chlor, Inc
(NAME OF THE PERSON OR FIRM CLAIMING THE STOP NOTICE. LICENSED CONTRACTORS MUST USE THE NAME UNDER WHICH CONTRACTOR'S LICENSE IS ISSUED)
whose address is 4107 North Arden Drive EI Monte, CA 91731
(ADDRESS OF PERSON OR FIRM CLAIMING STOP NOTICE)
has performed labor and furnished materials for a work of improvement described as follows:
Goldenrod Avenue & 5th Avenue Newport Beach CA 92625
(NAME AND LOCATION OF PROJECT WHERE WORK OR MATERIALS WERE FURNISHED)
The labor and materials furnished by claimant are of the following general kind: Service
Chlorinate De-Chorinate & Collected Water Samples
(KIND OF LABOR, SERVICES, EQUIPMENT, OR MATERIALS FURNISHED OR AGREED TO BE FURNISHED BY CLAIMANT)
The labor and materials were furnished to or for the following party:
(NAME OF THE PARTY WHO ORDERED THE WORK OR MATERIALS)
Total value of the whole amount of labor and materials agreed to be furnished is: $ 9.380.00
The value of the labor and materials furnished to date is: .................. x9,380.00
Claimant has been paid the sum of: ................................... $0.00
And there is due, owing and unpaid the sum of: ..........................$9 380.00
You are required to set aside sufficient funds to satisfy this claim with interest, court costs and reasonable
costs of litigation, as provided by law. You are also notified that claimant claims an equitable lien against any
construction funds for this project which are in your hands.
FIRM NAME: Maft Chlor Inc. By: Carmen Calderon
I, the undersigned, say: I am
VERIFICATION
'APAATNER OF; -OWNER OF; 'AGENT OF,' ETC.)
named in the foregoing Stop Notice; I have read said Stop Notice and know the contents thereof; the same is true of my
own knowledge.
I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct.
claimant
CNIB 4,'orks
IPERSONALSIGNATUREOF
I REQUEST FOR NOTICE OF ELE ity Attorney
ecsived (Private Works Only) File
-- (Per California Civil Code Section 3159, 3161, or 3162
If an election is made not to withhold funds pursuant to this stop notice by reason o a pay oD ba been -
recorded in accordance with Sections 3256 or 3162, please send notice of such electwithin 30 da
of such election in the enclosed preaddressed stamped envelope. This information must be provided by you under Civil Code
Sections 3159, 3161, or 3162.
Enclose
BEFORE YOU USE THIS FORM, FILL IN ALL BLANKS, AND MAKE WHATEVER CHANGES ARE APPROPRIATE AND NECESSARY TO YOUR
PARTICULAR TRANSACTION. CONSULT A LAWYER IF YOU DOUBT THE FORM'S FITNESS FOR YOUR PURPOSE AND USE.
W W W.THECONTRACTORSGROUP.COM MAKES NO REPRESENTATION OR WARRANTY, EXPRESS OR IMPLIED, WITH RESPECT TO THE
MERCHANTABILITY OR FITNESS OF THIS FORM FOR AN INTENDED USE OR PURPOSE. REV. 64-01
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
Recorded in Official Records, Orange County
Hugh Nguyen, Clerk -Recorder NO FEE
$ �0 0 0 8 25 3 81i���$������
2016000130153 9:03 am 03129116
9 410 N12 1
0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00
"Exempt from recording fees
pursuant to Government Code Section 27383"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive,^
Newport Beach, California, 92660, as Owner, and Universal Pipeline, Inc. of Menifee, �<
t
California, as Contractor, entered into a Contract on June 24, 2015. Said Contract set
forth certain improvements, as follows:
Water Main Master Plan Replacement - C-4920
Work on said Contract was completed, and was found to be acceptable on
March 22. 2016 by the City Council. Title to said property is vested in the Owner and the
Surety for said Contract is American Contractors Indemnity Company.
BY �t- b
Public Works Directdr
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge. �/� {ry�� 4.2 �%p�
Executed on i �tA f IN �y � /�� l�at Newport Beach, California.
BY f
City Clerk
n
o
I 1 -11
It
X12-
'T
, ' 1
V
RELEASE OF STOP NOTICE - PUBLIC WORK REC ' J{-.
Legal Notice to Release Construction Funds !D
L LJ
(California Civil Code Section 8128)
2016 APR 13 PP} 3: 26
TO OWNER TO GENERAL OR PRIME CONTRACTOR
City of Newport Beach Universal Pipeline, Inc. rrr r
Dept of Public Works C'� ins �^
100 Civic Center Dr., PO Box 1768 33490 Bailey Park Blvd jfi''0jV =:\
NEWPORT BEACH, CA 92658 NURRIETA, CA 92584 CITY,
FROM STOP NOTICE CLAIMANT TO LENDER, SURETY OR BONDING COMPANY
RDO Equipment Co. American Contractors Indemnity Cc
601 S. Figueroa St.
10108 Riverford Road Ste. 1600
LAKESIDE, CA 92040 LOS ANGELES, CA 90017
The undersigned hereby withdraws and releases the Stop Notice filed on
02/17/2016 with the following owner(s) or reputed owner(s); City of Newport
Beach Dept of Public Works, 100 Civic Center Dr., PO Box 1768, NEWPORT
BEACH, CA 92658 for claims against Universal Pipeline, Inc., 33490 Bailey
Park Blvd, MURRIETA, CA 92584.
The Claimant has been paid the amount of $6,545.50 for labor,
services, equipment, materials or for service charges performed or furnished
for the performance or construction of the public work of improvement
commonly known as the City of Newport 3each Water Main Master Plan
Replacement Corona Del Mar Community project, located at Various Along
Project, CORONA DEL MAR, CA 92625, in the County of ORANGE.
The specific contract information is for Owner/Public Entity Contract
#4920.
The undersigned also hereby releases from the above said public entity and
its subdivisions and agents, any further duty under section 8128 of the
civil code of the State of California to withhold money or bonds in
response to the Stop Notice and waives and releases any right of action
against them that might accrue thereunder.
Dated 04/06/20 or RDO Equipme}�t Co., 10108 Riverford Road, LAKESIDE, CA
92040 �,.,.�/ /?
Prepared
Jennifer
I v VERIFICATION
I declare that I am authorized to file This release of Stop Notice on behalf
of the Claimant. I have read the foregoing document and know the contents
thereof; the same is true of my own knowledge. I declare under penalty of
perjury that t foregoing i�,-'7 true and correct. Executed at LAKESIDE,
California o 09 06/2016,,1- ,. RD.0 EQUIPMENT CO./j7
Prepared /
Jennifer 17rynz r i '' r & iefl pec;,ist
�te y / l3 1/&
Copies Sent To:
City Council
City Manager
City Attorney
_7 File
�l�
CNB Poblic Works
APR 12 2016
Received
A notary public or other officer completing this certificate I
verifies only the identity of the individual who signed the I
document to which this certificate is attached, and not the I
truthfulness, accuracy, or val-dity of that document.
State of California)
County of San Diego)
on 04/06/2016 before me, P J Simon, personally appeared:
Jennifer Johnze Lien Admin,
who proved to me on the basis of satisfactory evidence to be the
person whose name Jam-) is/fie subscribed to the attached instrument and
acknowledged to me that he/she/Lhay executed the same in 41-e-/her/their
authorized capacity(i,&s), and that by bye/her/their signature U31 on the
instrument the personal, or their entity upon behalf for which the
person(," acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of
California that the foregoing paragraph is true and correct.
WITNESS my hand and official seal.
P. J. SIMON
P J Simon ',. _ Commission # 2047757
., _m<, Notary Public •California z
Signature — (Seal) z �' San Diego County
Notary Public M Comm. Expires Nov 2, 2017
RELEASE OF STOP PAYMENT NOT (��l�� -D
p� OR NOTICE TO WITHHOLD
(
U
FOR GOOD AND VALUABLE CONSIDERATION, receipt of which is hereby ackr"ry,"pd, the undersigned,
T,` C;
does hereby release from the effect of that certain Stop Notice or NotiG6yerW-6io filed with the the
CITY OF NEWPORT BEACH, PUBLIC WORKS DEPARTMENT against UNIVERSAL PIPELINE, INC. as
General Contractor, on the job known as Water Main Master Plan Replacement Project #4920 located at or
near Goldenrod and Sea Lane in the Corona Del Mar Community in the amount of $173,441.48. /
Date 'V/, `6 G
DATED: April 1, 2016 Copies Sent To:
-- c tyiuncil
Cit Manager
mond D. Scott I y Attorney
�� File
ACKNOWLEDGMENT Ju
A notary public or other officer completing this certificate verifies only the identity of the individual who
signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that
document.
State of California)
County of Orange)
On April / , 2016 before me, C. Deschenes, Notary Public, personally appeared Raymond D. Scott
who 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.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
A
Signature (Seal)
AGR 0 5 2016
Regie::,'
C.DESCHENES
Commission N 2030884
Lo
Notary Public - California i
Orange County s
My Comm. ExpI I.=s Jun 25. 2017
ww�
Form provided courtesy of: I WHEATLEY, SCOTT & COMPANY 1940 W. Orangewood Ave., Suite 110, Orange, CA 9286
Construction Law 1-714-456-1881
Date 31�Ul.L
Copies Sent To:
City Council
City Manager RE�`�Il��L�
i
City Attorney �' f - V ._
—� File
2016 PEAR 30 A14 10. 49
AP RELEASEr�T �P PAYMENT NOTICE
r,
Itit c i`
TO: PUBLIC ENTITY DIRECT CONTRACTOR CONSTRUCTION LENDER
(CA Civ. Code §§ 8036) (CA Civ. Code § 8018) (CA Civ. Code § 8006)
Name: City of Newport Beach Universal Pipeline
Address: PO Box 1768 33490 Bailey Park Blvd.
Newport Beach, California 92658 Menifee, California 92584
You are hereby notified that the undersigned claimant Robertson's Ready Mix, Ltd., a Partnership,
releases that certain Stop Notice dated January 13, 2016, in the amount of $7,981.49 against City of
Newport Beach, as owner or public body, and Universal Pipeline, as prime contractor in connection with
the work of improvement known as:
Water Main Master Plan (Water Main Replacement)
Bond No. 1001006738
Newport Beach, California
ROBERTSON'S READY MIX, LTD.
Date: March 23, 2016 By:
(signature
Authorized Agent
(Authorized Capacity)
VERIFICATION
I, the undersigned, state: I am the Authorized Agent of Robertson Ready Mix, Ltd., the claimant
named in the foregoing Release of Stop Payment Notice; I have read said Release and know the contents
thereof, and I certify that the same is true of my own knowledge.
I certify (or declare) under penalty of perjury under the laws of the State of California that the
foregoing is true and correct.
Executed on March 23, 2016, at Corona, California.
(SiWuaarc.f Claitt Ath..d Agent
Megan LeVato
wu<�vryrwv.rca.wvasu�rense or sror seance-couy.,,ra 18460/150523 LEGAL FILE 6989
CyL/FOR��P ,
March 23, 2016
Orange County Recorder
P.O. Box 238
Santa Ana, CA 92702
CITY OF NEWPORT BEACH
CITY CLERK'S OFFICE
Leilani Brown, MMC
RE: Notice of Completion for the following projects:
• Water Main Replacement Project - Contract No. 4920
• Dover Drive and Westcliff Drive Rehabilitation — Contract No. 5583(A)
Please record the enclosed documents and return to the City Clerk's Office.
Thank you.
Sincerely,
Leilani I. Brown, MMC
City Clerk
Enclosures
100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658-8915
Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www.newportbeachca.gov
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
"Exempt from recording fees
pursuant to Government Code Section 27383"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive,
Newport Beach, California, 92660, as Owner, and Universal Pipeline, Inc. of Menifee,
California, as Contractor, entered into a Contract on June 24, 2015. Said Contract set
forth certain improvements, as follows:
Water Main Master Plan Replacement - C-4920
Work on said Contract was completed, and was found to be acceptable on
March 22, 2016 by the City Council. Title to said property is vested in the Owner and the
Surety for said Contract is American Contractors Indemnity Company.
BY O t
Public Works
Direct(V
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge. �� /►�j� ��j �p�
Executed on I Y N 41 W Vy ✓¢ lOv6�, at Newport Beach, California.
HCC Surety Group
601 5. Figueroa Street. Suite 1600, Los Angeles, California 90017
main 310 649 0990 facsimile 310 649 0891
VIA U.S. MAIL AND EMAIL: (DNEWELL@UNDERGROUNDSOLUTIONS.COM)
March 17, 2016
Deborah M. Newell
Senior Contracts Administrator
Underground Solutions
920 Brush Creek Road
Warrendale, PA 15086
Re: Principal:
Obligee:
Bond Nci
Claim No.:
Project:
Claimant:
Amount:
Dear Ms. Newell:
Universal Pipeline, Inc.
City of Newport
1001006738
AC 50035-3
Water Main Replacement
Underground Solutions
$74,033.37
We have concluded our investigation of your claim against the above referenced bond.
liability, American Contractors Indemnity Company is willing to offer $74,033.37
settlement of the payment bond claim.
Without admitting
in full and final
Please properly execute and return the enclosed Surety Release and Assignment of Claim form. Please
note that this offer of settlement is conditional in that we may still receive further information from the
Principal, Obligee or a third party that may alter our claim determination. We reserve the right to rescind
this offer of settlement even after we receive the executed release if such information is received before
we transmit payment to you.
If you should have any questions, please feel free to contact the undersigned.
We reserve all rights and defenses under the bond, the law or otherwise.
Sincerely,
----.--"fir--'
Amy PASCALIDE, Associate Bond Claims Attorney
On behalf of American Contractors Indemnity Company
HCC Surety Group
Direct Line: (310) 957-3187
Email: apascalide@—hccsurety.com
Enclosures: Surety Release and Assignment of Claim
cc; Orange Branch Office (email only)
Universal Pipeline, Inc. (email only)
City of Newport (email only)
HCC Surety G'oup'. Rmancan Contractors IrMOinnity Cum')any, Unilea Slale� Solely CornpanY. U.S. Specially' Insufalt<e Cni�'na�y, Gipneer Genev.l
Insuranee Company, subsltliltlii of MCC Insurance HOIn,i Inc
SURETY RELEASE AND ASSIGNMENT OF CLAIM
WHEREAS, Universal Pipeline, Inc., herein called Contractor, has a contract with The City of
Newport, herein called Obligee, for certain work described as follows: Water Main Replacement and gave
bond number 1001006738 to Obligee with American Contractors Indemnity Company as Surety (Surety),
conditioned for the payment of labor and material claims;
AND WHEREAS, Underground Solutions, Inc., herein called Claimant, furnished labor and/or
material to Contractor for use, and which were used, in the prosecution of said work,
AND WHEREAS, Claimant has made claim for an unpaid account thereof.
NOW THEREFORE, Claimant, in consideration of the sum of Seventy Four Thousand and Thirty
Three Dollars and 37/100 ($74,033.37), paid by Surety, has sold and by these presents does sell, assign and
set over unto Surety, its successors and assigns, the claim of Seventy Four Thousand Thirty and Three
Dollars and 37/100 ($74,033.37) against anyone liable therefor together with all of its rights, title and interest
in and to said claim or cause of action; and Claimant constitutes said assignee its true, lawful and irrevocable
attorney to demand and enforce payment of said claim, and to sue for the said sum so assigned either in the
name of Claimant, or in its own name.
CLAIMANT further agrees that all guarantees and warranties required under the terms of any contract
or purchase order pertaining to the Project for labor, materials, or equipment furnished by Claimant to the
Project, shall remain in full force and effect in accordance with their terms and may be enforced directly by
Surety, its successors and assigns.
CLAIMANT further hereby releases Surety from any liens and all claims and demands of every kind
for labor and materials furnished to Contractor under the aforesaid Contract or in anyway growing out of or
connected with said Contract and the bond given for the payment of labor and material claims.
CLAIMANT hereby waives application of Section 1542 of the California Civil Code, which states:
A GENERAL RELEASE DOES NOT EXTEND TO CLAIMS WHICH
THE CREDITOR DOES NOT KNOW OR SUSPECT TO EXIST IN HIS
FAVOR AT THE TIME OF EXECUTING THE RELEASE, WHICH IF
KNOWN BY HIM MUST HAVE MATERIALLY AFFECTED HIS
SETTLEMENT WITH THE DEBTOR.
CLAIMANT understands and acknowledges that by waiving Section 1542 of the California Civil
Code, Claimant will not be able to make any additional claims on the Project and/or bond. Furthermore,
Claimant acknowledges that it intends these consequences even as to unknown claims that may exist as of the
date of this release, regardless of the reason for Claimant's lack of knowledge of same.
CLAIMANT further warrants that all billings, accounts and/or amounts due from Claimant and/or its
subcontractors or material suppliers for labor, material, or equipment employed in the performance of this
contract have been fully paid in accordance with the terms of said contract(s) and that there are no amounts
due, all having been fully paid and other terms of the relevant contract having been fully complied with by
Claimant.
Signed, sealed and dated this day of 2016.
Underground Solutions, Inc.
Signature:
By:
Its:
ALL-PURPOSE ACKNOWLEDGMENT
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document, to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
STATE OF _
COUNTY OF
On before me, , Notary Public personally
appeared who 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 theperson(s) acted,
executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
(Signature of Notary Public)
My Commission Expires:
V
RELEASE OF STOP
To: City of Newport Beach
Attn: Public Works
100 Civic Center Drive
Newport Beach, CA 92660
PAYMENT NOT CE
to 3 !
Copies Sent To:
City Council
City Manager
City Attorney
He,
You are hereby notified that the undersigned claimant releases that
certain Stop Payment Notice dated December 11, 2015, in the amount of
$22,043.11 against City of Newport Beach, Attn: Public Works, 100 Civic
Center Drive, Newport Beach, CA 92660 as owner or public body and
Universal Pipeline, Inc., 33490 Bailey Park Boulevard, Menifee, CA 92584
as direct contractor in connection with the work of improvement known as:
Contract #4920, Water Main Master Plan Replacement, Goldenrod Avenue,
Harbor View Drive to First Avenue, Newport Beach, CA in the County of
Orange, State of California.
Dated: 1, Name of Claimant:
Neff Rental LLC
i_ By
" CNB Public Works
MAR 1 1 2016
Received
I, the undersigned, say: I am the the claimant of
the foregoing Release of Stop Payment Notice; have read said Release of Stop
Payment Notice and know the contents thereof: the same is true of my own
knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on Rift at I, ZG 16 at Las ve&a5 h1J
Construction Notice Services, Inc. (61473)
1 STOP_ PAYMENT NOTICE
� (California Civj_T-Code.. Sections 8044,
m
i
Date L/� /
Copies Sent To:
City Council
City Manager
City Attorney
He
do ✓
81MA- 93sQ-9510)
J'j'yC -- --TO THE DIRECT CONTRACTOR OR
TO THE PUBLIC AGENCY: REPUTED DIRECT CONTRACTOR:
City of Newport Beach Universal Pipeline, Inc.
Dept of Public Works
100 Civic Center Dr., PO Box 1768 33490 Bailey Park Blvd
NEWPORT BEACH CA 92658 MURRIETA,CA 92584
TO THE LENDER/SURETY/BONDING COMPANY
American Contractors Indemnity Co
601 S. Figueroa St.
Ste. 1600
LOS ANGELES,CA 90017
Acct/Bond No: 1001006738
TO THE CUSTOMER OR BUYER:
Universal Pipeline, Inc.
33490 Bailey Park Blvd
MURRIETA,CA 92584
PLEASE TAKE NOTICE THAT ROO EQUIPMENT CO. has a claim in connection with the public
work known as City of Newport Beach water Main Master Plan Replacement Corona Del
Mar Community project, located at various Along Project, CORONA DEL MAR, CA 92625,
in the County of ORANGE.
The specific contract information is for Owner/Public Entity Contract #4920.
The claimant furnished the following kind of labor, services, equipment, materials
or service charges: Heavy Equipment Rental.
The name of the
party
to whom the material was
furnished
or supplied,
or for whom
the labor was done or
performed, is Universal
Pipeline,
Inc., 33490
Bailey Park
Blvd, MURRIETA,
CA 92584.
The total value of labor, services, equipment and materials furnished by claimant or
agreed to be performed was $15,000.00. That the value of labor, service,
equipment, materials and service charges so performed or furnished as of the date of
this notice is $7,383.92. That such claim has not been paid in full except that
there has been paid against the balance due the sum of $838.42. The unpaid balance
is now $6,545.50,including service charges or interest at the rate of 18.000°% per
annum.
To the unpaid balance due of $6,545.50, ple�add anticipated service charges,
interest, court costs and attorney fees of
WHEREFORE, the claimant prays that the public entity, upon receipt of this stop
notice, withhold from the original contractor, or from any person acting under his
authority, money due or to become due to such contractor in an amount sufficient to
answer the claim stated in such stop notice and to provide for the reasonable cost
of any litigation thereunder.
Dated 02/17/2
LAKESIDE, CA e
Prepared by
Jennifer Johnze,
I declare that
have read the
my own knowl:d
COYYCCt. Ex bu
Prepared
fdr C1aim3n,,'JDO Equipment Co., 10108 Riverford Road,
relimZrized
y'Lien Spe /alist
�/VERIFICATION
am aut to file this Stop Notice on behalf of the Claimant. I
o1 ng document and know the contents thereof; the same is true of
declare under penalty of perjury that the foregoing is true and
at LAKESID&,it ifornia on O 717/2016 for RDO Equipment Co..
Jennifer Joh ,/ PAlYmIHaTT VYi6n Spegj,dlist
! // AFFIDAVIT OF SERVICE BY MAIL
I declare that I served a -'copy of the above document, and any related documents, by
(as required by law) first-class, certified or registered mail, postage prepaid, or
other certified delivery, addressed to the above named parties, at the addresses
listed abn 02/17/2016. I declare under penalty of perjury that the foregoing
is true,' ad C rrect. iBxe5,V1�6_d at LAKESIDE, California on 02/17/2016.
st
Date 3 L6/k
Copies Sent To:
City Council
City Manager
C e Attorney STOP NOTICE LLRecei
g [ut6
LEGAL NOTICE TO WITHHOLD CONSTRUCTION FUND
v� (Public or F5Fivate Work) ved
(Per California Civil Code Section 3103)
To: City of Newport Beach Project: Newport Beach Project
(NAME OF OWNER, PUBLIC BODY OR CONSTRUCTION FUND HOLDER) (NAME)
100 Civic Center Drive Goldenrod Avenue & 5th Avenue
(ADDRESS IF TO A BANK OR SAV/LOAM. USE ADDRESS OF BRANCH HOLOWG FUNDS) (ADDRESS)
Newoort Beach, CA 92660 Newport Beach, CA 92625
(CITY, STATE AND ZIP) (CITY, STATE AND ZIP)
TAKE NOTICE THAT Matt -Chlor, Inc.
(NAME OF THE PERSON OR FIRM CLAIMING THE STOP NOTICE. LICENSED CONTRACTORS MUST USE THE NAME UNDER WHICH CONTRACTORS LICENSE IS ISSUED)
whose address is 4107 North Arden Drive EI Monte, CA 91731
(ADDRESS OF PERSON OR FIRM CLAMING STOP NOTICE)
has performed labor and furnished materials for a work of improvement described as follows,
Goldenrod Avenue & 5th Avenue Newport Beach, CA 92625
(NAME AND LOCATION OF PROJECT WHERE WORK OR MATERIALS WERE FURNISHED)
The labor and materials furnished by claimant are of the following general kind: Service
Chlorinate De-Chodnate & Collected Water Samples
(KIND OF LABOR. SERVICES. EQUIPMENT. OR MATERIALS FURNISHED OR AGREED TO BE FURNISHED BY C WMAM)
The labor and materials were furnished to or for the following party:
(NAME OF THE PARTY WHO ORDERED THE WORK OR MATERIALS;
Total value of the whole amount of labor and materials agreed to be furnished is: $ 9.38U.UU
The value of the labor and materials furnished to date is: .................. $9,380.00
Claimant has been paid the sum of: .................... .... . .......... $00.00
And there is due, owing and unpaid the sum of: ..................... .....$9,380.00
You are required to set aside sufficient funds to satisfy this claim with interest, court costs and reasonable
costs of litigation, as provided by law. You are also notified that claimant claims an equitable lien against any
construction funds for this project which are in your hands.
FIRM NAME: Matt Chlor Inc. By: Carmen Calderon
I, the undersigned, say: I am the Vince Manager Or Mai
I'PRE"'ENT OF,"MANAGER OF,
named in the foregoing Stop Notice; I have read said Stop Notice and
own knowledge.
I declare under penalty of perjury under the laws of the State of
Executed
claimant
--OWNER OF, -'AGENT OF; EIC.)
contents thereof; the same is true of my
that the foregoing is true and correct.
CONTENTSOF
REQUEST FOR NOTICE OF ELECTION
(Private Works Only)
(Per California Civil Code Section 3159, 3161, or 3162)
If an election is made not to withhold funds pursuant to this stop notice by reason of a payment bond having been
recorded in accordance with Sections 3256 or 3162, please send notice of such election and a copy of the bond within 30 da
of such election in the enclosed preaddressed stamped envelope. This information must be provided by you under Civil Code
Sections 3159, 3161, or 3162.
BEFORE YOU USE THIS FORM, FILL IN ALL BLANKS, AND MAKE WHATEVER CHANGES ARE APPROPRIATE AND NECESSARY TO YOUR
PARTICULAR TRANSACTION. CONSULT A LAWYER IF YOU DOUBT THE FORM'S FITNESS FOR YOUR PURPOSE AND USE.
W W W.THECONTRACTORSGROUP.COM MAKES NO REPRESENTATION OR WARRANTY, EXPRESS OR IMPLIED, WITH RESPECT TO THE
MERCHANTABILITY OR FITNESS OF THIS FORM FOR AN INTENDED USE OR PURPOSE. REV. 04-01
Date 01laLlLk _
Copies Sent To:
City Council
City Manager
�CityAttorney Stop Payment Notice
File CALIFORNIA CIVIL CODE SECTION 8044
Beach Public Works Dept, 100 Civic Center Drive, Newport Beach, CA 92658
(Ifs a o ponsible officer or person at office or branch of construction lender administering the
construction funds or with the owner - CIVIL CODE SECTIONS 8500 - 8560)
(If Public Job - file with office of controller, auditor, or other public disbursing officer whose duty it is to make payments
under provisions of the contract -CIVIL CODE SECTIONS 9350 - 9510)
Prime Contractor: Universal Pipeline Inc, 33490 Bailey Park Blvd, Menifee, CA 92584 JCN#6200368 & 27633
Sub Contractor: (If Any): N/A
Owner or Public Body: City of Newport Beach Public Works Dept
Improvement known as Pd# 4820 - Water main master plan replacement, Goldenrod Ave and First Ave / 1st Ave & Iris Ave, Newport Beach, CA
County of Orange State of California.
All American Asphalt Claimant, a Corporation ,
famished certain labor, service, equipment or materials used in the above described work of improvement. The name of the
person or company by whom claimant was employed or to whom claimant furnished labor, service, equipment, or materials
is Universal Pipeline Inc.
The kind of labor, service, equipment, or materials furnished or agreed to be furnished by claimant was:
Furnish and Deliver Asphaltic Concrete and Coldplane and Cap Pave per city layout
Total value of labor, service, equipment, or materials agreed to be furnished......
Total value of labor, service, equipment, or materials actually furnished is........
C d't f t 'al turn d 'f
......... $ 53,600.01
......... $ 53,600.01
ret or ma er s re e , t any................................................................
rrr
Amount paid on account, if any..................................................................... $ 0.00
Amount due after deducting all just credits and offsets .......................................... $ 53,600.01
YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project to satisfy
claimant's demand in the amount of $ 53,600.01 and in addition thereto sums sufficient to cover
interest, court costs and reasonable costs of litigation, as provided by law.
A bond (CIVIL CODE SECTION 8532) IS NOT attached. (Bond required with Stop
Payment Notice served on construction lender on private jobs - bond not required on public jobs or on Stop Payment Notice
served on owner on private jobs).
Date: January 29, 2016 Name of Claimant: All
VERIFICATION ��
Shirley R. Spence,
I, the undersigned, state: I am the Credit Manager z of the claimant named in the foregoing Stop
Payment Notice; I have read said claim of Stop Payment Notice and know the contents thereof, and I certify that the same is
true of my own knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the
foregoing is true and correct.
Executed on January 29, 2016
Corona
State of California.
REQUEST FOR NOME OF ELECTION
(Private Works Only)
If an election is made not to withhold funds pursuant to this Stop Payment Notice by reason of a payment bond having been recorded in
accordance with Sections 8600, 8536 or 8542, please send notice of such election and a copy of the bond within 30 days of such election
in the enclosed preaddressed stamped envelope to the address of the claimant shown above. This information must be provided by you
under Civil Code Section 8538.
Signed:
STOP PAYMENT NOTICE
(California Civil Code Section 8044)
NOTICE TO: CITY OF NEWPORT BEACH
PO BOX 1768 NEWPORT BEACH -v �„ f', 71 4
(If Private Job -file with responsible officer or person at office or
branch of construction lender administering the construction"fuds or
with the owner -CIVIL CODE SECTIONS 8500-8560)
(If Public Job -file with office of controller, auditorr= other public
disbursing officer whose duty it is to make payments under provisions of
the contract -CIVIL CODE SECTIONS 9350-9510)
RECEIVED BY PUBLIC WORKS
Direct Contractor: UNIVERSAL PIPELINE
Sub Contractor (If Any): UNIVERSAL PIPELINE JAN 19 2016
Owner or Public Body: CITY OF NEWPORT BEACH
Improvement known as: WATER MAIN MASTER PLAN
County of ORANGE State of California. CITY OF NEWPORT BEACH
Robertson's, Claimant, a Partnership, furnished certain labor service
equipment, or materials used in the above described work of improve-
ment. The name of the person or company to whom claimant furnished
service, equipment, or materials is: UNIVERSAL PIPELINE
The kind of materials furnished or agreed to be furnished by claimant
was ready mix concrete, rock and/or sand materials.
Total value of labor,service,materials to be furnished ..... $ 7,981.49
Total value of labor,service,materials actually furnished..$ 7,981.49
Credit for materials returned, if any ......................$ 0.00
Amount paid on account, if any .............................$ 0.00
Amount due after deducting all just credits and offsets .... $ 7,981.49
YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on
the above described project to satisfy claimant's demand in the amount of
$ 7,981.49 and in addition thereto sums sufficient to cover interest,
court costs and reasonable costs of litigation, as provided by law.
A bond (CIVIL CODE SECTION 8532) is/is not attached. (Bond required with
Stop Payment Notice served on construction lenders on private jobs -bond not
required on public jobs or on Stop Payment Notice served on owner on
private job).
Name and address of Claimant:
ROBERTSON'S, P.O. Box 3600, Corona, Ca. 92878 (951)685-2200
Dated: 01/13/16 By _ :tt229��
Authorized Agent
VERIFICATION
I, the undersigned, state: I am the agent of the claimant named in the
foregoing Stop Payment Notice; I have read said claim of Stop Payment
Notice and know the contents thereof, and I certify that the same is true
of my knowledge. I certify (or declare) under penalty of perjury under the
laws of the State of California that the foregoing is true and correct.
Executed on 01/13/16 at Corona, State of CalAornia.
Signature of Claimant/Agent u — LAA fLAA
l ?-)L-I (oo l �SOS2 3
STOP PAYMENT NOTICE - PROOF OF SERVICE
The undersigned declares as follows: I am over the age of 18, and
employed by Robertson's, whose business address is 200 South Main Steet,
Suite 200, Corona, California 92882. I am employed in the County of
Riverside, where this mailing occurs, and not a party to this action.
On the date shown below, in the City of Corona, I served the within Stop
Payment Notice, sealed in an envelope and deposited in the mail in the
manner prescribed by law, by first class registered or certified mail,
postage fully prepaid, to the person(s) at the addresses shown thereon.
i��.Jllo
Name Date u
Date / /Zo P
Copies Sent To:
City Council
City Manager
P5City Attorney
Fi!e
2
VIA U.S. MAIL
December 22, 2015
Pamela Houston
Houston & Harris PCS, Inc.
21831 Barton Road
Grand Terrace, CA 92313
Re: Principal:
Obligee:
Bond No.:
Claim No.:
Project:
Claimant:
Amount:
Dear Ms. Houston:
HCC Surety Group
601 S. Figueroa Street, Suite 1600, los Angeles, Califomia 90017
main 310 649 0990 facsimile 310 649 0891
Universal Pipeline, Inc.
City of Newport Beach
iootoo6738
AC 50035-4
Water Main Replacement
Houston & Harris PCS, Inc.
$70,280.97
Enclosed please find our Claim Check Number 68262, payable to Houston & Harris
PCS, Inc., in the amount of $70,280.97.
This payment is intended to be the full and final payment of your claim on the
referenced bond.
We reserve all rights and defenses under the bond, law or otherwise.
Very truly yours,
AMY PASCAUDE, Associate Bond Claims Attorney
On behalf of American Contractors Indemnity Company
HCC Surety Group
Direct Line: (310) 957-3i87
Email: gpascalide0hccsure , .com
Enclosures: Surety Release and Assignment of Claim
cc: Orange Branch Office
Universal Pipeline, Inc.
City of Newport Beach
Ameiiun Lonmactors IrMamnlN Casspanv. ulvsed SW ros Svety Camswny erW U.S Spetulry Inspanca Comssm en mwmben os HCC surely
GNYP. a div . of HCC Irsannce H.Who. Nc
AMERICAN CONTRACTORS INDEMNITY CO. Member of HCC Surety Group
Check No.: 0000068262
Check Amount: 70,280.97
Yendor ID/Nama: 1180157438/110u3T0N & HARRI3 PCS INC
Check Date: 1212112015
CLAIM
NUMBER
BOND
NUMBER
PRINCIPAL
INVOICE
DATE
INVOICE
AMOUNT
DESCRIPTION
50035-4_305398
1001006738
UNIVERSAL PIPELINE INC
12 21 2015
.280.97
Claim Payment, Full and finel
HOUSTON & HARRIS PCS INC Stub Total 1 $70.280.97
21831 BARTON ROAD GRAND TERRACE„ CA 92313 -
I
AMERICAN CONTRACTORS INDEMNITY CO. Member of HCC Surety Group
Check No.: 0000068282 Check Amount: 70,280.97 Check Date: 12!21/2015
Vendor IDiName: 1180157436ADUSTON & HARRIS PCS INC
CLAIM
NUMBER
BONDINVOICE
NUMBER
PRINCIPAL
DATE
INVOICE
AMOUNT
50035-4305398
50035-4_305398
1001006738
UNIVERSAL PIPELINE INC
12F21—/2-01
70,280.
aim Pa . nt, FulI and rinal
Stub Total $70,280.97
No0b0006826211- 1:04 120 313 241: 964L45i134Na
AHCC
HCC Surety Group
601 S. Figueroa Street, Suite 1600, Los Angeles. California 90017
main 310 649 0990 facsimile 310 649 0891
VIA U.S. MAIL AND ELECTRONIC MAIL: PHOUSTONfa4HOUSTONANDHARRIS.COM
December I6, 2015
Pamela Houston
Houston & Harris PCS, Inc.
21831 Barton Road
Grand Terrace, CA 92313
Re: Principal:
Universal Pipeline, Inc.
Obligee:
City of Newport Beach
Bond No.:
1001066738
Claim No.:
AC 50035-4
Project:
Water Main Replacement
Claimant:
Houston & Harris PCS, Inc.
Amount:
$70,280.97
Dear Ms. Houston:
CIN OF NEWPORT BEACH
RECEIVED BY
DEC 2 2 2015
OFFICE OFTHE
CITYATTORNEY
We have concluded our investigation of your claim against the above referenced bond. Without admitting
liability, American Contractors Indemnity Company is willing to offer $70,280.97 in full and final
settlement of the payment bond claim.
Please properly execute and return the enclosed Surety Release and Assignment of Claim form. Please
note that this offer of settlement is conditional in that we may stili receive further information from the
Principal, Obligee or a third party that may alter our claim determination. We reserve the right to rescind
this offer of settlement even after we receive the executed release if such information is received before
we transmit payment to you.
If you should have any questions, please feel free to contact the undersigned.
We reserve all rights and defenses under the bond, the law or otherwise.
Very truly yours,
AMY PASCALIDE, Associate Bond Claims Attorney
On behalf of American Contractors Indemnity Company
HCC Surety Group
Direct Line: (310) 957-3187
Email: aoasealide@hcesuretv.com
Enclosures: Surety Release and Assignment of Claim
cc: Orange Branch Office
Universal Pipeline; Inc.
City of Newport Beach
Atrancan Lan11.1-1 UnibJ States Smets C�'JPaoy anp u4 5pucwity msucao<e CPTpe�y are m4mb¢n or NCC su2ry
G.a0-i5.n d H CC �mV.anGp HotO'nga. Inc.
SURETY RELEASE AND ASSIGNMENT OF CLAIM
WHEREAS, Universal Pipeline, Inc., herein called Contractor, has a contract with City of
Newport, herein called Obligee, for certain work described as follows: Water Main Replacement and
gave bond number 1001006738 to Obligee with American Contractors Indemnity Company as Surety,
conditioned for the payment of labor and material claims;
AND WHEREAS, Houston & Harris PCS, Inc., herein called Claimant, furnished labor and/or
material for use, and which were used, in the prosecution of said work,
AND WHEREAS, Claimant has made claim for an unpaid account thereof.
NOW THEREFORE, Claimant, in consideration of the sum of Seventy Thousand Two
Hundred and Eighty Dollars and 97/100 ($70,280.97), to be paid by Surety, has sold and by these
presents does sell, assign and set over unto Surety, its successors and assigns, the claim of Seventy
Thousand Two Hundred and Eighty Dollars and 97/100 ($70,280.97) against anyone liable therefore
together with all of its rights, title and interest in and to said claim or cause of action; and Claimant
constitutes said assignee its true, lawful and irrevocable attorney to demand and enforce payment of said
claim, and to sue for the said sum so assigned either in the name of Claimant, or in its own name.
CLAIMANT further agrees that all guarantees and warranties required under the terms of any
contract or purchase order pertaining to the Project for labor, materials, or equipment furnished by
Claimant to the Project, shall remain in full force and effect in accordance with their terms and may be
enforced directly by Surety, its successors and assigns.
CLAIMANT further hereby releases Surety from any liens and all claims and demands of every
kind for labor and materials furnished to Contractor under the aforesaid Contract or in any way growing
out of or connected with said Contract and the bond given for the payment of labor and material claims.
CLAIMANT understands and acknowledges that Claimant will not be able to make any
additional claims on the Project and/or bond. Furthermore, Claimant acknowledges that it intends these
consequences even as to unknown claims that may exist as of the date of this release, regardless of the
reason for Claimants lack of knowledge of same.
CLAIMANT further wan -ants that all billings, accounts and/or amounts due from Claimant and/or
its subcontractors or material suppliers for labor, material, or equipment employed in the performance of
this contract have been fully paid in accordance with the terms of said contract(s) and that there are no
amounts due, all having been fully paid and other terms of the relevant contract having been fully
complied with by Claimant.
Signed, sealed and dated this _ day of 2015
Houston & Harris PCS, Inc.
Signature:
By:
Title:
ACKNOWLEDGMENT
STATE OF
) SS
COUNTY OF I
On 2015 before me, the undersigned Notary Public in and for said State, personally
appeared , personally known to me or proved to me on the basis of
satisfactory evidence to be the person whose name is subscribed to the within instrument and
acknowledged that he/she executed the same in his/her authorized capacity, and that by his/her signature
on the instrument the person, or the entity upon behalf of which the person acted, executed the within
instrument.
WITNESS my hand and official seal.
My Commission Expires:
PUBLIC WORK STOP PAYMENT NOTICE
LEGAL NOTICE TO WITHHOLD CONSTRUCTI( -FUNDS - i_
AND
REQUEST FOR NOTICE OF FILING OF NOTI[CE'OF
V ACCEPTANCE, COMPLETION OR CESSATION'
CIVIL CODE §8044, 8520, 8530, & 9350 et seq.
TO: City of Newport Beach PROJECT: Contract 94920
Attn: Public Works Water Main Master Plan Replacement
100 Civic Center Drive Goldenrod Avenue
Newport Beach, CA 92660 Harbor View Drive to First Avenue
Newport Beach, CA
TAKE NOTICE THAT Neff Rental LLC whose address is 1354 N. Red Gum Street, Anaheim, CA 92806 has
performed labor and/or furnished materials for a work of improvement described as follows: Contract #4920, Water
Main Master Plan Replacement, Goldenrod Avenue, Harbor View Drive to First Avenue, Newport Beach, CA.
The labor and/or materials furnished by claimant are of the following general kind: Rental equipment. Direct
contractor is Universal Pipeline, Inc., 33490 Bailey Park Boulevard, Menifee, CA 92584.
The labor and/or materials were furnished to or for the following party: Universal Pipeline, Inc., 33490 Bailey
Park Boulevard, Menifee, CA 92584. The relationship of the Claimant to the other parties is: Material Supplier.
The value of the whole amount of labor and/or materials agreed to be furnished is $27,915.16. The value of the
labor and/or materials furnished to date is $27,915.16. Claimant has been paid the sum of $5,872.05, and there is
due, owing and unpaid the sum of $22,043.11 together with interest at the rate of 0.00 percent per annum from
December 11, 2015.
You are required to set aside sufficient funds to satisfy this claim with interest, court costs and reasonable costs
of litigation as provided by law. You are also notified that claimant claims an equitable lien against any
construction funds for this project which are in your hands.
You are also required to give Notice of Acceptance, Completion or Cessation to the undersigned as required by
Civil Code §9362. Attached hereto is the $10.00 fee as required by Civil Code §9362.
Date 14ig x
Copies Sent To:
City Council
City Manager Firm Name: Neff Rental LLC
^'�,� Attorney '
-� File LIL c _t. -
By: 1
Angela Defling / Authorized Agent
VERIFICATION
I, the undersigned, say: I am the Authorized Agent of the claimant of the foregoing Stop Payment
Notice; I have read said Stop Payment Notice and know the contents thereof: the same is true of my
own knowledge.
declare under penalty of perjury that the foregoing is true and correct.
Executed on December 11, 2015, at San Diego, Califor ]a.
Angelaarli / Authorized Agent
Construction Notice Services, Inc. (61473)
CLAIM AGAINST PAYMENT OR LIEN BOND; AND CLAIM AGAINST FUNDS HELD IN TRUST
OWNER OR PUBLIC AGENCY _ GENERAL OR PRIME CONTRACTOR
CITY OF NEWPORT BEACH 1'"'i: '-r� UNIVERSAL PIPELINE, INC.
PUBLIC WORKS DEPT
100 CIVIC CENTER DRIVE
NEWPORT BEACH,CA 92658
7: j� 133490 BAILEY PARK BLVD
MENIFEE,CA 92584
BOND OR LIEN CLAIMANT LENDER, SURETY OR BOND COMPANY
Tom Malloy Corp dba TRENCH AMERICAN CONTRACTORS INDEMNITY
636 E. ROSECRANS AVENUE 601 S FIGUEROA STREET
Los Angeles,CA 90059 LOS ANGELES,CA 90017
Acct./Bond No. 1001006738
TO ALL BONDING COMPANIES, SURETIES, PRINCIPAL CONTRACTORS AND OWNERS OF THIS PROJECT:
Notice is hereby given that we are the claimant furnishing labor, services, equipment or
materials of the type described on the enclosed lien claim for the work of improvement
known as the (#4920) WATERMAIN MASTER PLAN REPLACEMENT project, located at GOLDENROD AVE
& SEA LANE, NEWPORT BEACH, CA, for which you are one of the known lenders, bonding
companies or sureties.
The specific contract information is for Our Job/Invoice #4920.
Such labor, services, equipment or materials were contracted for by UNIVERSAL PIPELINE,
INC., 33490 BAILEY PARK BLVD, MENIFEE, CA 92584, who is one of the contractors or the
Direct, General or Prime Contractor of this job.
There is due to Tom Malloy Corp dba TRENCH SHORING the sum of $7,987.52 which has not
been paid. This is to notify you that in the event payment is not made in full to our
company suit will be brought against the sureties of this project for recovery of said
SUM.
The time of the commencement of performance of labor or the furnishing of materials was
07/01/2015. The time of the cessation of performance of labor or the furnishing of
materials was 12/07/2015. The date the debt became due was 12/07/2015.
To the unpaid balance due of $7,987.52, please add anticipated service charges, interest,
court costs and attorney fees of $2,500.00.
Please acknowledge receipt of our claim and advise us how
If you have any please feel free to call me as
Dated: 12/08/2 5 ��
Prepared by:
TINA MARQUEZ,RE DEPARTMENT
Tom Malloy Corp dba TRENCH SHORING
(951) 734-4290 Fax: (951) 734-3721
Date J- /I /S
Copies Sent To:
city r(I°,.c,^il
Cit'j N11—aper
C,,t AA+{, t l 3y
�- F i','
aw___
soon it will be paid in full.
soon as possible.
RECENED BY PUBS M105
DEC 16
CITY OF NEWT
HOV39 kh0o"3N d0 A110
St015 T 030
SNaOM 3"land A8 03,13.036
® PUBLIC WORK STOP PAYMENT NOTICE
LEGAL NOTICE TO WITHHOLD CONSTRUCTIfUNDS,;---
AND
REQUEST FOR NOTICE OF FILING OF NOTC�'OF
V ACCEPTANCE, COMPLETION OR CESSATION' n:
CIVIL CODE §8044, 8520, 8530, & 9350 et seq.
TO: City of Newport Beach PROJECT: Contract 94920
Attn: Public Works Water Main Master Plan Replacement
100 Civic Center Drive Goldenrod Avenue
Newport Beach, CA 92660 Harbor View Drive to First Avenue
Newport Beach, CA
TAKE NOTICE THAT Neff Rental LLC whose address is 1354 N. Red Gum Street, Anaheim, CA 92806 has
performed labor and/or furnished materials for a work of improvement described as follows: Contract #4920, Water
Main Master Plan Replacement, Goldenrod Avenue, Harbor View Drive to First Avenue, Newport Beach, CA.
The labor and/or materials furnished by claimant are of the following general kind: Rental equipment. Direct
contractor is Universal Pipeline, Inc., 33490 Bailey Park Boulevard, Menifee, CA 92584.
The labor and/or materials were furnished to or for the following parry: Universal Pipeline, Inc., 33490 Bailey
Park Boulevard, Menifee, CA 92584. The relationship of the Claimant to the other parties is: Material Supplier.
The value of the whole amount of labor and/or materials agreed to be furnished is $27,915.16. The value of the
labor and/or materials furnished to date is $27,915.16. Claimant has been paid the sum of $5,872.05, and there is
due, owing and unpaid the sum of $22,043.11 together with interest at the rate of 0.00 percent per annum from
December 11, 2015.
You are required to set aside sufficient funds to satisfy this claim with interest, court costs and reasonable costs
of litigation as provided by law. You are also notified that claimant claims an equitable lien against any
construction funds for this project which are in your hands.
You are also required to give Notice of Acceptance, Completion or Cessation to the undersigned as required by
Civil Code §9362. Attached hereto is the $10.00 fee as required by Civil Code §9362.
Date l4ylo
Copies Sent To:
City Council
City Manager Firm Name: Neff Rental LLC
_ z C"}r Attorney
File
TZ By:� r't 1
AT Angela 15dling /Authorized Agent
VERIFICATION
I, the undersigned, say: I am the Authorized Agent of the claimant of the foregoing Stop Payment
Notice, I have read said Stop Payment Notice and know the contents thereof: the same is true of my
own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on December 11, 2015, at San Diego, Califfoorr
Angela Gtarli g / Authorized Agent
Construction Notice Services, Inc. (61473)
CLAIM AGAINST PAYMENT OR LIEN BOND; AND CLAIM AGAINST FUNDS HELD IN TRUST
0 OWNER OR PUBLIC AGENCY r,, _ GENERAL OR PRIME CONTRACTOR
CIAS, CITY OF NEWPORT BEACH UNIVERSAL PIPELINE, INC.
PUBLIC WORKS DEPT
100 CIVIC CENTER DRIVE
7• 133490 BAILEY PARK BLVD
NEWPORT BEACH,CA 92658 MENIFEE,CA 92584
BOND OR LIEN CLAIMANT LENDER, SURETY OR BOND COMPANY
Tom Malloy Corp dba TRENCH _ AMERICAN CONTRACTORS INDEMNITY
636 E. ROSECRANS AVENUE 601 S FIGUEROA STREET
Los Angeles,CA 90059 LOS ANGELES,CA 90017
Acct./Bond No. 1001006738
TO ALL BONDING COMPANIES, SURETIES, PRINCIPAL CONTRACTORS AND OWNERS OF THIS PROJECT:
Notice is hereby given that we are the claimant furnishing labor, services, equipment or
materials of the type described on the enclosed lien claim for the work of improvement
known as the (#4920) WATERMAIN MASTER PLAN REPLACEMENT project, located at GOLDENROD AVE
& SEA LANE, NEWPORT BEACH, CA, for which you are one of the known lenders, bonding
companies or sureties.
The specific contract information is for Our Job/Invoice #4920.
Such labor, services, equipment or materials were contracted for by UNIVERSAL PIPELINE,
INC., 33490 BAILEY PARK BLVD, MENIFEE, CA 92584, who is one of the contractors or the
Direct, General or Prime Contractor of this job.
There is due to Tom Malloy Corp dba TRENCH SHORING the sum of $7,987.52 which has not
been paid. This is to notify you that in the event payment is not made in full to our
company suit will be brought against the sureties of this project for recovery of said
SUM.
The time of the commencement of performance of labor or the furnishing of materials was
07/01/2015. The time of the cessation of performance of labor or the furnishing of
materials was 12/07/2015. The date the debt became due was 12/07/2015.
To the unpaid balance due of $7,987.52, please add anticipated service charges, interest,
court costs and attorney fees of $2,500.00.
Please acknowledge receipt of our claim and advise us how soon it will be paid in full.
If you have any 'ons, please feel free to call me as soon as possible.
Dated: 12/08/2
RECENED BY QUBLICM�
Prepared by:
TINA MARQUEZ,RE DEPARTMENT DEC 1
Tom Malloy Corp dba TRENCH SHORING
(951) 734-4290 Fax: (951) 734-3721 CITY OFN�RTEBFACH
Date `I / /s HDV3eLbOdM3NdOAlIO
Copies Sent TO:
City
City (. lacier 5102 S 1330
Cit_• �•.ttc. s. �y
�- F.. i! ... sHaOM 311and AS 03N3U38
Zr
v
STOP NOTICE
NOTICE TO WITHHOLD TO HOLDER OF FUNDS,,,.,
116
TO: CITY OF NEWPORT BEACH, PUBLIC WORKS DEPARTMENT,100 CIVIC CENTER DRIVE, PO BOX 1768,NEWPORT BEACH,
CA 92658, HOLDER OF FUNDS:
YOU ARE HEREBY NOTIFIED THAT the undersigned claimant, UNITED WATER WORKS, INC., 600 S. GRAND AVENUE,
SUITE 103, SANTA ANA, CA 92705 has furnished PIPELINE and other related materials to or for UNIVERSAL PIPELINE, INC. for
the work improvement, located at, or known as Water main Master Plan Replacement Project #4920, located on or near Goldenrod
and Sca Lane in the Corona Del Mar Community.
The amount in value of the whole furnished by claimant is $173,441.48.
The amount in value of that already furnished by claimant is $173,441.48.
Claimant has been paid the sum of $0.00, and there remains due and unpaid the sum of $173,441.48 plus interest thereon at the rate
of 18 percent per annum from October 12, 2015.
YOU ARE HEREBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST.
Dated: November 13, 2015 Claimant UNITED WATERWORKS, I
By: \ Gt
Raymond D. Scott
Verification
I am the CREDIT MANAGER of UNITED WATER WORKS, INC. named herein as claimant in the foregoing Stop Notice, and
am authorized to make this verification. I have read this Stop Notice and know its contents. It is true to my own knowledge and
contains, among other things, a correct statement of this claimant's demand after deducting all just credits and offsets.
Executed at SANTA ANA, California, on NOVEMBER 13, 2015,
I declare under penalty of perjury that the foregoing is true and correct.
Date
Signatum d, 11(0,115—
Copies Sent To:
City Council
City Manager
City Attorney
File
RECEIVED BY PUBLIC WORKS
NOV 16 20i
CITY OF NEWPORT BEACH
Form provided courtesy of: WHEATLEY SCOTT & COMPANY 1940 W. Orangewood Ave., Suite 110, Orange, CA
Construction Law 92868
1-714-456-1881
7196 9002 4000 2374 6774
Bildrs No: 4516625
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PO BOX 1768
NEWPORT BEACH CA 92568
CALIFORNIA PRELIMINARY NOTICE
In accordance with sections 8202, 8102, and
9303 California Civil Code. THIS IS NOT A
LIEN. This is NOT a reflection on the integri
of any contractor or subcontractor.
** JOINT CHECK REQUESTED **
RETURN RECEIPT
Bildrs No. 4526625
7196 9002 4000 2374 6774
OWNER OR -REPUTED OWNER: CITYOF NEIVPORT BEACH, PO BOX 1768, NEWPORT BEACHCA 92568, --
PUBLIC WORKS DEPARTMENT
DIRECT CONTRACTOR: UNIVERSAL PIPELINE INC, 33490 BAILEY PARK BLVD, MENIFEE CA 92584
CONSTRUCTION LENDER, IF ANY:
DESCRIPTION OF SITE SUFFICIENT FOR IDENTIFICATION: WATER AMINMSTER PLAN REPLACEMENT PRJ
94920, GOLDENROD & SEA IN, NEWPORT BEACH, CA 92658, ORANGE COUNTY
GENERAL STATEMENT OF WORK PROVIDED: PIPELINE MATERIALS
NAME OF THE PERSON TO OR FOR WHOM THE WORK IS PROVIDED: UNIVERSAL PIPELINE INC, 94920, 94920,
33490 BAILEY PARK BOULEVARD, MENIFEE, CA 92584
ESTIMATE OF THE TOTAL PRICE OF THE WORK PROVIDED AND TO BE PROVIDED: .$230,000.00
NAME AND ADDRESS OF CLAIMANT GIVING NOTICE:
UNITED WATER WORKS INC
1313 E HUNTER AVE
SANTA ANA, CA 92705-4133
714-542-0711
NOTICE TO PROPERTY OWNER RICA REPRESENTATIVE 69/03/2015
EVEN THOUGH YOU HAVE PAID YOUR CONTRACTOR IN FULL, if the person or firm that has given you this notice is not paid in
full for labor, service, equipment, or material provided or to be provided to your construction project, a lien may be placed oto your
property. Foreclosure of the lien may lead to loss of all or part of your property. You may wish to protect yourself against this by (1)
requiring your contractor to provide a signed release by the person or firm that has given you this notice before making paym2nt to
your contractor, or (2) any other method that is appropriate under the circumstances.
This notice is required by law to be served by the undersigned as a statement of your legal rights. This notice is not intended to
reflect upon the financial condition of the contractor or the person employed by you on the construction project If you record a
notice of cessation or completion of your construction project, you must within 10 days after recording, send a copy of the notice of
completion to your contractor and the person or firm that has given you this notice. The notice must be sent by registered or
certified mail. Failure to send the notice will extend the deadline to record a claim of lien. You are not required to send the notice if
you are a residential homeownerof a dwelling containing four or fewer units. i
04114 VR
PO CITY OF
T
iz NEWPORT BEACH
�q<Fo'P City Council Staff Report
March 22, 2016
Agenda Item No. 6
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: David A. Webb, Public Works Director - 949-644-3311,
dawebb@newportbeachca.gov
PREPARED BY: Alfred Castanon, Associate Civil Engineer,
acastanon@newportbeachca.gov
PHONE: 949-644-3314
TITLE: Water Main Replacement Project - Notice of Completion and
Acceptance of Contract No. 4920 (CAP14-0031)
ABSTRACT:
On June 9, 2015, City Council awarded Contract No. 4920, Water Main Master Plan
Replacement, for a total contract cost of $1,063,500.00 plus $100,000.00 allowance for
contingencies. The required work is now complete and staff requests City Council
acceptance and close out of the contract.
RECOMMENDATION:
a) Accept the completed work and authorize the City Clerk to file a Notice of
Completion for the project;
b) Authorize the City Clerk to release the Labor and Materials Bond 65 days after the
Notice of Completion has been recorded in accordance with applicable portions of
the Civil Code; and
c) Release the Faithful Performance Bond one year after acceptance by the City
Council.
FUNDING REQUIREMENTS:
Funds for the construction contract were expended from the following account:
Account Description Account Number Amount
Water Enterprise 7511-C6001000 $ 895,276.39
Total: $ 895,276.39
6-1
DISCUSSION:
Water Main Replacement Project — Notice of Completion
and Acceptance of Contract No. 4920 (CAP14-0031)
March 22, 2016
Page 2
Overall Contract Cost/Time Summary
Awarded
Final Cost at
Contingency
Actual
% Due to
% Due to
Contract Amount
Completion
Allowance
Contract
Directed
Unforeseen
Change
Change
Change
$1,063,500.00
$895,276.39
10% or less
-15.8%
100%
0%
Allowed Contract Time (days)
65
Actual Time
0
Under (-) or Over (+)
The Water Main Master Plan Replacement project (Contract No. 4920) addressed
replacement of old cast iron water mains identified in the Water Main Master Plan for
the Corona del Mar community. These were older water mains installed in the 1930's
that deteriorated, had experienced higher levels of line breaks in the past and have now
outlived their useful life. The contract provided for the construction of new water mains,
valves, services, and fire hydrants for Goldenrod Avenue, Marguerite Avenue, First
Avenue, Alley 18-C and Alley 23-C.
The contract was completed to the satisfaction of the Public Works Department. A
summary of the contract cost is as follows:
Original bid amount: $1,063,500.00
Actual cost of bid items constructed: $800,450.00
Total change orders: $94,826.39
Final contract cost: $895,276.39
The actual cost of bid items constructed was 15.8 percent below the original contract
amount. During the construction, the contractor did encounter unforeseen underground
conditions associated with the existing pipelines, utilities and connections. During the
construction, it also became necessary for the contractor to request financial assistance
from their bonding company in order to settle numerous claims made by subcontractors
and suppliers. As a result, Public Works and Municipal Operations staff spent an
extraordinary amount of time and effort assisting the contractor to keep the project
moving forward to completion.
During the construction phase, the contractor also requested deletion of the water main
work for Goldenrod Avenue and the Coast Highway intersection and Marguerite Avenue
from the original scope due to staffing and financial issues which limited/hindered the
resources needed to complete the work in a timely manner. City staff felt it would be
6-2
Water Main Replacement Project — Notice of Completion
and Acceptance of Contract No. 4920 (CAP14-0031)
March 22, 2016
Page 3
prudent and beneficial to both parties to honor this request to delete the work as well as
avoid traffic -related issues associated with the holiday season approaching.
The contractor was substantially completed with all work by November 1, 2015,
excluding the two streets mentioned above. However due to the Christmas holiday,
street trench re -paving efforts were rescheduled and completed by January 18, 2016.
The water replacement work for Goldenrod Avenue and Coast Highway has been
repackaged and re -bid for consideration by City Council within a new project. Staff will
look at options to rebid and complete the water replacement work for Marguerite
Avenue in future water projects.
A summary of the project schedule is as follows:
Estimated Completion Date per 2015 Baseline Schedule August 28, 2015
Project Awarded for Construction June 9, 2015
Contract Completion Date with Approved Extensions January 18, 2016
Actual Substantial Construction Completion Date November 1, 2015
ENVIRONMENTAL REVIEW:
City Council found this project exempt from the California Environmental Quality Act
(CEQA) pursuant to Section 15301(c). This exemption covers the minor alteration of
existing public facilities with negligible expansion of the facilities in areas that are not
environmentally sensitive.
NOTICING -
The agenda item has been noticed according to the Brown Act (72 hours in advance of
the meeting at which the City Council considers the item). In addition, the City Clerk will
be filing a Notice of Completion for the project as a result of this action.
The Notice Inviting Bids was advertised in the City's official publication and in
construction industry publications.
ATTACHMENTS:
Attachment A — Location Map
6-3
HARBOR
1 �
s
2
TS v
O
HARBOR VIEW
ELEMENTARY SCHOOL
GRANT HOWALD
PARK
> FIFTH AVENUE
¢
Q w
¢
POE
w
�9Src � o o a
Oqs� 4 O 2
FOURTH AVENUE y/CH�gY
THIRD AVENUE THIRD AVENUE
i
w
SECOND AVENUE
> > Q > Q
¢ ¢ Z ¢
¢ O WW
Q QU Z 2 Z,
U
PgC��C
FIRST AVENUE
ATTACHMENT A
FIFTH AVENUE
z
w �
w
N �
K (7
Q �
a
FOURTH AVENUE
THIRD AVENUE
SECOND AVENUE
FIRST AVENUE
w ^ �
o�� ¢
BEGONIA r BOSIDE DRIVE
PARK
BAYSIDE DRIVE
z Q
Q
Q � �
Z N �
Y
SEAVIEW AVENUE
CORONA DEL MAR COMMUNITY
WATER MAIN MASTER PLAN
REPLACEMENT
LOCATION MAP
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
C-4920 1 3/22/16
'mol
CITY CLERK
CITY OF NEWPORT BEACH
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
100 Civic Center Drive, Newport Beach, CA 92660
until 10:00 AM on the 26th day of May 2015
at which time such bids shall be opened and read for
WATER MAIN MASTER PLAN REPLACEMENT
Contract No. 4920
$ 1,200,000.00
Engineer's Estimate
Approved by
OA� we��
Mark Wikof6vic
/ City Engineer
Prospective bidders may obtain Bid Documents, Project Specifications and
Drawings by contacting
Mouse Graphics at (949) 548-5571
Located at 659 W. 19th Street, Costa Mesa, CA 92627
Contractor License Classification(s) required for this project: "A"
For further information, call Alfred Castanon, Project Manager at (949) 644-3314
BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE:
littp://www.NewportBeachCA.gov
CLICK: Online Services / Bids, RFPs and Vendor Registration
City of Newport Beach
WATER MAIN MASTER PLAN REPLACEMENT
Contract No. 4920
TABLE OF CONTENTS
NOTICE INVITING BIDS..........................................................................................Cover
INSTRUCTIONS TO BIDDERS......................................................................................3
BIDDER'S BOND............................................................................................................5
DESIGNATION OF SUBCONTRACTOR(S)...................................................................8
TECHNICAL ABILITY AND EXPERIENCE REFERENCES............................................9
NON -COLLUSION AFFIDAVIT..................................................................... 13
DESIGNATION OF SURETIES......................................................................
14
CONTRACTOR'S INDUSTRIAL SAFETY RECORD ....................................................
15
ACKNOWLEDGEMENT OF ADDENDA.......................................................................
17
INFORMATION REQUIRED OF BIDDER.....................................................................
18
NOTICE TO SUCCESSFUL BIDDER...........................................................................21
CONTRACT..................................................................................................................
22
LABOR AND MATERIALS PAYMENT BOND .............................................EXHIBIT
-A
FAITHFUL PERFORMANCE BOND...........................................................EXHIBIT-B
INSURANCE REQUIREMENTS.................................................................
EXHIBIT -C
PROPOSAL..............................................................................................................
PR -1
SPECIAL PROVISIONS............................................................................................
SP -1
6
City of Newport Beach
WATER MAIN MASTER PLAN REPLACEMENT
Contract No. 4920
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 ADDENDA 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.
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.
7. 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 — including, but not limited to, the requirement to pay prevailing wage
rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by
the Contractor at the job site.
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. No contractor or subcontractor may be listed on a bid proposal for a public works project
(submitted on or after March 1, 2015) unless registered with the Department of Industrial
Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement
for bid purposes only under Labor Code section 1771.1(a)].
11. No contractor or subcontractor may be awarded a contract for public work on a public works
project (awarded on or after April 1, 2015) unless registered with the Department of Industrial
Relations pursuant to Labor Code section 1725.5.
12. This project is subject to compliance monitoring and enforcement by the Department of
Industrial Relations.
13. 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.
pr - 89G0 lt-J
Contractor's License No. & Classification
1 GbGa 1-SF3-7'd
DIR Reference Number & Expiration Date
i-Ar.ve,F-52k- Pi e- v--2
Bidder
--�--A�
Authorized Si nature/Title
S )::)
Date
M
California All Purpose Acknowledgement
A notary public or other officer completing this certificate verifies only the identity of the
individual who signed the document, to which this certificate is attached, and not the
truthfulness, accuracy, or validity of that document.
State of California
County of -Ri V bt5 i CQSZ-,
On S I a3 j 1! before me Lori Leigh Luna Notary Public,
Personally appeared
Who proved to me on the basis of satisfactory evidence to be the person(s) whose
name(. is a subscribed to the within instrument and acknowledged to me that
/she/they executed the same i is/her/ their authorized capacity(' ), and that by
his/her/their signature on the instrument the person(q, or the entity upon behalf of
which the person(Q acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that
this foregoing paragraph is true and correct.
Witness my hand and official seal
Notary ublic
Document: i3 j
tJt S
U ,,` LORIoMM1�zo6i oo A�
ut .,® T�NOTARY PUBLIC -CALIFORNIA
RIVERSIDE COUNTY O
,� COMM. EXPIRES APkIL 25, 201 S �
(SEAL)
City of Newport Beach Bid Bond No. Universal -26
WATER MAIN MASTER PLAN REPLACEMENT
Contract No. 4920
BIDDER'S BAND
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 bid amount
Dollars ($ 10.0% 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
WATER MAIN MASTER PLAN REPLACEMENT, Contract No. 4920 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 26th day of May1 2015.
Universal Pipeline, Inc. do
Name of Contractor (Principal) Authorized Si naturerritle
American Contractors Indemnity Company /A
Name of Surety
Authorized Agent Signature
601 S. Figueroa Street, 16th FI., Los Angeles, CA 90017 Shawn Blume, Attorney -in -Fact
Address of Surety Print Name and Title
(310)649-0990
Telephone
(Notary acknowledgment of Principal & SuretV must be attached)
5
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
CIVIL CODE 1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached and not the truthfulness, accuracy, or validity of that document.
State of California
County of Orange // )
On (J before me, Barbara Copeland Notary Public,
personally appeared
Shawn Blume
Name(s) of Signer(s)
who 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/shefthey executed the same in his/herftheir 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.
.•,; BARBARA COPELAND
Commission # 2016348
Z Notary Public - California z
Z v' Orange County s
My Comm. Expires Apr 19, 2017'
Place Notary Seal Above
I certify under PENALTY OF PERJURY under the
laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature: c�
Signature ofN ry Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could present fraudulent and reattachment of this form to another document.
Description of Attached Document
Type or Title of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: Shawn Blume
❑ Individual
❑ Corporate Officer — Title(s):_
❑ Partner: ❑Limited ❑ General
® Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Number of Pages:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Individual
❑ Corporate Officer — Title(s):_
❑ Partner: ❑Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Rev. 1-15
p 'il VtR OF AT _ _
AMERICAN CONTRA 'O
(II TORS IN DEM N IIY COMPANY TEXAS BONDING COMPANY
UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY
KNOW ALL MEN BY THESE PRESENTS That American Contractors Indemnity Company, a California corporations Lexas_
�_ ondmg Company, an assumed na a= actors Indemnity Company, 1)IltitCd States Surety Cn j0—
corporation.andU:.S. Specialty corporation (collectively, the "Companies"), do III
€onstitmMictippoint — --
Eric Lowey, Stephanie Hoang, Mark Richardson, Shawn Blume or Kevin Cathcart of Costa Mesa, California
its true and_lawfirLAttomey(s)-in-fact, each in their separate capacity if more than one--is-na above, with full power and authority
dwb)uon re its name, place and stead, to execute, acknowledge ausT v a e as nds, reeognizan¢es, undertakings
r-mitlel i�trurnt is or contracts of suretyship to include riders, aim - ri me s of surety, providing the bond�Illllli_
e tyy�slrot exceed *""""len Million***� Dollars ($ "*IQ,OOO,OOODO** ),
This Power of Attorney shall expire without further action on December 20,2017. This Power of Attorney is granted under and by
authority of the following resolutions adopted by the Boards of Directors of the Companies:
Be it Resolved that the President, any Vice -President, any Assistant Vice -President, my Secretary or any Assistant, Secretary shall be and is hereby vested with fu1L
..poavour awl _ point any one or moic-su e p�sff�ey(s)-in-Faci to represent and act for and on behalf of the Companysubjecil timmi'is ink
_ l sre ay given full poweaiid t e rye of and on behalf of the Company, to execute, acknowledge and i
�cofmuzances, contracts, agreements oritrl y d other conditional or obligatory mYd'enakings, Including any and all consentsforte-leese of ietaineed
percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability
thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected
by the Corporate Secretary.
Be it Resnlvad tha.4he signature of any authorized offices seall t he Company heretofore or hereafteraffixed i power of attorney or any certificate relating_
to n®i any power it atto a f; i unite signature or fa et�l t l� mpany w
l binding upon the Coith respeatt
m tit r u r i which n is attaeNVl'i l I II I V� lj : I'm
�3T�JITNESS WHEREOF, The C Io ie have caused this instrument tolimli and their corporate seals to be hereto affixed, this
1st day of December, 2014.
AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
�oCal UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY
q ¢ j BY _
- ) = s
= a mIla,
r' s Daniel P. Aguilar, Vice President
..��tiiu�naVP,.. �.......onum etips
officer completing this certificate ver�4es only the identity of the indivrduaCwh meted the
certificate is attached- and not the trutILlness, accuracy, or ilnf rwar
SS: - -
On this Ist day of December, 2014, before me, Mana G. Rodriguez -Wong, a notary public, personally appeared Dan P. Aguilar, Vice President of American
Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty insurance Company who proved to me on
the basis of satisfa entry evidence to be the person whose name is�_subscribed to the within instrument and acknowledged to me that he executed the same in -
_
north a , and that by his sigrr re th +n a person, or the entity upon behalf ofwhich the person acted, execute tF tst r _
MffiJMffY OF PERJUF—�Mr t liti -lt�df California that the foregoing paragraph is true and correct
" ,I iESS my iiaad and official seal.
MARIA G. RODRIGUEZ-4ONG
Commission N 2049777
Signature (Seal) i - Notary public - California i
Los AntleaucCounty >
WI e20,2017
h a ton; Assistant Secretary of Amer ican Contractors Indemnity C a iff Company, United States Surety Compan}r
and U.S. Specialty Insurance Company, do hereby cern fy that the above and foregoing is a tine and correct copy of a Power of Attorney, executed by
said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in
full force and effect '',, ,L
Inert - h _� _f, I have hereunto set ha d meted the seals of said Companies. at Los Angeles, Californialhis � aMLotarateeaTs o,ta aEssuRFr n.ti
6
ootfo I� 4 ;.- C\
Bond No n( i�Sa� lY - - "' Michael Chalekson, Assistant Secretary
Agency x$200 � °?:nary" i�,�����Nill P I r�i'll��l�� rq orTE vh � _
- i IIII VIII ViII� 111 11 �oVm -
ISI
f°19° III III .IIII I a a
City of Newport Beach
WATER MAIN MASTER PLAN REPLACEMENT
Contract No. 4920
DESIGNATION OF SUBCONTRACTORS)
State law requires the listing of all subcontractors who will perform work in an amount in excess of
one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents
that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of
subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public
Works Construction, as applicable.
Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any
monies to be withheld to ensure performance under the Contract.
The Bidder, by signing this designation, certifies that bids from the following subcontractors have
been used in formulating the bid for the project and that these subcontractors will be used subject to the
approval of the Engineer and in accordance with State law. No changes may be made in these
subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed.)
Subcontractor's Information
Bid Item
Description of Work
% of
Number
Total Bid
Name: AI I Y}t^�Er4�pr�ot 1
(. 71 tr 9, r a
tq C
+'h
1112,13
�oMGY�
Address: H do E I,q c�r,L�.}
L�ca,n
c�
6
o, cw, q{ L& -7S
P
Phone:
9SI-7sw- 7�oSS'
C�
State License Number: PW -70-13'Y-1
DIRReference: t0000O tC$ I
Email Address: 0�, t_a bt 1 c
Name:
Address:
Phone:
State License Number:
DIR Reference:
Email Address:
Name:
Address:
Phone:
State License Number:
DIR Reference:
Email Address
U I-At\lEr—s4.k tv�� '1
Bidder Authorl�d Signature/Title
E:3
City of Newport Beach
WATER MAIN MASTER PLAN REPLACEMENT
Contract No. 4920
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Contractor must use this form!!! Please print or type.
Bidder's Name hn,,v e o'So \ P L k?L_1w%E Sr. C .
FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A
COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE.
For all public agency projects you have worked on (or are currently working on) in the
past 2 years in excess of $15,000, provide the following information:
No. 1
Project Name/Number imp 57 ` j
Project Description Cy'%Y, C ePlgC2wew
Approximate Construction Dates: From \C- 1 - 1 j To: (..r
Agency Name tAcC \\ �e s-trk C -t
Contact Person t_L\.we_ Nv' 0, t* it Telephone (itj o� 5 c) Z
Original Contract Amount $ \ inal Contract Amount $ (SS S9�,
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. 2
Project Name/Number a�e-car t 5 L3
Project Description VWISC. N� o kvc- i2.at2tc,, ,w
Approximate Construction Dates: From `I -I- I'i To: %�;I- 1- lt-J
Agency Name CcO % %\ �Oa Wa. o-r-6� r � Gi'
Contact Person iAeo.-A-n IMe MoLhor-N Telephone 051) D (:t W - Loot & �/
Original Contract Amount $ I69V,657Final Contract Amount $ U9 to ,_fS -,_7
If final amount is different from original, please explain (change orders, extra work, etc.)
1�
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.
Clcr�-C
No. 3
Project Name/Number _-pe-V c cf-c�5w�,�
Project Description tr� \0.� �e.
Approximate Construction Dates: From -I- It t To: LA -I- IN
Agency Name C\ -V. cS oC-P—.r.3i (Dt_ 8
Contact Person L,C- t yN CsS Telephone pye)
Original Contract Amount $ IDC.�bI Final Contract Amount $ 1-7c, -10 1
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.
10
No. 4
Project Name/Number
Project Description ( _,}-`„ G*= N Ott O
U
Approximate Construction Dates: From To: l I Iy
Agency Name C 1
Contact Person t2c tY a ,-{� I tp i A� � Telephone W) 2' - ,(g C 7
Original Contract Amount $=aeoFinal Contract Amount $ F5 ac- cA
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.
ria r -e
No. 5
Project Name/Number
Project Description C�qP( VY`O f> (Q2� lC�C2.ln LP,1 i
Approximate Construction Dates: FromTo:
Agency Name G `(V\ W C-> , II
Contact Person P,, ,a� �T�h;
f�rry Telephone R't-1) SC C", -�
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.
11
No. 6
Project Name/Number
Project Description
Approximate Construction Dates: From
Agency Name
Contact Person
elephone ( )
Original Contract Amount $ Final ntract Amount $
If final amount is different from origi , please explain (change orders, extra work, etc.)
Did you file any clai s against the Agency? Did the Agency file any claims
against you/Con ctor? 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.
Upon request, the Contractor shall attach a financial
sufficiently comprehensive to permit an appraisal of
conditions.
Vm\We-sc�_\
Bidder Authorized
12
and other information
:tor's current financial
City of Newport Beach
WATER MAIN MASTER PLAN REPLACEMENT
Contract No. 4920
NON -COLLUSION AFFIDAVIT
State of Califomia )
ss
CountyoftVeu'S �)
being first duly sworn, deposes and says that he or she is
Of , 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
Bidder Authoriged Signaturefritle
Subscribed and sworn to (or affirmed) before me on this�day of Kl\sx-vt , 2015
Ij
by , proved to me on the basis of
satisfactory evidence to be the person(s) who appeared before me.
I certify under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct.
Notary Public
[SEAL] �e� ���v
My Commission Expires:
13
Jurat
A notary public or other officer completing this certificate verifies only the Identity of the individual who
signed the document, to which this certificate is attached, and not the truthfulness, accuracy, or validity
of that document.
State of California
County of P—1 CAS, Q Q—
Subscribed and sworn by (or affirmed) before me on this a - day of _ r'' 4 ,
2015, by � �/ttLLI kL W I.l t proved
to me on the basis of satisfactory evidence to be the person (s) who appeared before me.
Y LORI LEIGH LUNA
(] COMM. # ZQo2706
<.w at r-_ NOTARY PUBLIC- CAUFORf`A40
RIVERSIDE COUNTY O
-„ COMM. EXPIRES P.PRIL25, 2018
(Seal) Signature
(Notary)
City of Newport Beach
WATER MAIN MASTER PLAN REPLACEMENT
Contract No. 4920
DESIGNATION OF SURETIES
Bidder's name o
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):
1'\r\n0.G2 Surf 4
l s 1 1-�-A �,x-s ID r v Std -A -DI �- I
cQ�� �v�aso e- F� 9 -:) to
14
City of Newport Beach
WATER MAIN MASTER PLAN REPLACEMENT
Contract No. 4920
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
TO ACCOMPANY PROPOSAL
Bidder's Nameer-5n\ PtpPR' kv\-e _T_ n _
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.
15
Current
Record
Record
Record
Record
Record
Year of
for
for
for
for
for
Record
2014
2013
2012
2011
2010
Total
2015
No. of contracts
LA
V
N
Total dollar
Amount of
Contracts (in
1 �N.\
1�%V yA`
a�3M.1
Thousands of
No. of fatalities
v
g
g
e
Q_
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.
15
Legal Business Name of Bidder w.$ Ty. c
Business Address: 33'190 vA"e-e Cd, 9.>S&q
Business Tel. No.: 951 4kolg�ig
State Contractor's License No. and
Classification: Pr — CC 1''i
Title
The above information was compiled from the records that are available to me at this
time and I declare under penalty of perjury that the information is true and accurate
within the limitations of those records.
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature Requirements: If bidder is an individual, name and signature of individual
must be provided, if doing business under a fictitious name, the fictitious name must be
set fort along with the County. 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 if fewer than all of the partners/joint ventures submit 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 signatures of the
corporation President or Vice President or President and Secretary or Assistant
Secretary, and the corporate seal, or submit with evidence of authority to act on behalf
of the corporation. All must be acknowledged before a Notary Public, who must certify
that such individuals, partners/joint ventures, or officers were proven on the basis of
satisfactory evidence to be the persons whose name are subscribed to and
acknowledged that they executed the same in their authorized capacities.
[NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI
16
City of Newport Beach
WATER MAIN MASTER PLAN REPLACEMENT
Contract No. 4920
ACKNOWLEDGEMENT OF ADDENDA
Bidder's name W\ QV -sol P Ek kA q 'C y�C
The bidder shall signify receipt of all Addenda here, if any, and attach executed
copy of addenda to bid documents:
Addendum No. Date Received Signature
17
City of Newport Beach
WATER MAIN MASTER PLAN REPLACEMENT
Contract No. 4920
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: lAY\%k
a ---,QA
Pi a21\V�-P
:4r c .
Business Address: 33c120 Nl3cx;
Gig 53s 51Y
Telephone and Fax Number: 451- keg l - cj-�, to / x'151- `1 fol -
California State Contractor's License No. and Class: W - 5? So,G i N
(REQUIRED AT TIME OF AWARD)
Original Date Issued: I ( Expiration Date: 1 13i J 17
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:
Acx P \t_ UJ i � S c� �, r� S L d. -e-
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
w\k0-iy-- w ilSov\� Prespolevv k 2S(-y(e1-5318
Corporation organized under the laws of the State of CC_kXcr v\ . -g
In
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:
Ux\\\r�So p l
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;
W1 �
Briefly summarize the parties' claims and defenses;
Have you ever had a contract terminated by the owner/agency? If so, explain.
nJ I Pt -
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.)? Yes / No
19
Are any claims or actions unresolved or outstanding? Yes / No
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.
(Print name of Owner or President
of Coration/Company)
�r�\vvr5o\ T NC..\V�
Bidder Authorized Signature/Title
Title
-;3 I l .5 -
Date Date
On before me, Notary Public, personally
appeared who 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.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Notary Public in and for said State
My Commission Expires:
20
5e_ A -4t r-"
(SEAL)
California All Purpose Acknowledgement
A notary public or other officer completing this certificate verifies only the identity of the
individual who signed the document, to which this certificate is attached, and not the
truthfulness, accuracy, or validity of that document.
State of California
County of
On 5 before me
Personally appeared
Lori Leigh Luna , Notary Public,
Who proved to me on the basis of satisfactory evidence to be the person(s) whose
(k)Ci s./ae subscribed to thew' in instrument and acknowledged to me that
he/they executed the same i his/her/ their authorized capacity(i4, and that by
his/her/their signature(p on the instrument the person, or the entity upon behalf of
which the person(sLacted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that
this foregoing paragraph is true and correct.
Witness my hand and official seal
c7yL Z L�--e —
Notary u is
Document:
.-;.. LORI LEIGH LUNA 3
COMM. # 2062700
NOTARY PUBLIC-CALIFORMAjiI
RIVERSIDE COUNTY O
sye
COMM. EXPIRES APRIL 25, 20181
(SEAL)
City of Newport Beach
WATER MAIN MASTER PLAN REPLACEMENT
Contract No. 4920
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.
21
WATER MAIN MASTER PLAN REPLACEMENT
CONTRACT NO. 4920
THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 24th
day of June, 2015 ("Effective Date"), by and between the CITY OF NEWPORT BEACH,
a California municipal corporation and charter city ("City"), and UNIVERSAL PIPELINE,
INC., a California corporation ("Contractor"), whose address is 34490 Bailey Park
Boulevard, Menifee, California 92584, and is made with reference to the following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws
of the State of California with the power to carry on its business as it is now being
conducted under the statutes of the State of California and the Charter of City.
B. City has advertised for bids for the following described public work: The work
necessary for the completion of this contract consists of but is not limited to
distributing notices to affected residents, traffic control, locating and potholing
existing utilities, removing interfering portions and abandoning in place existing
water and & related facilities, furnishing and installing new water mains (open -cut
and slip -line), water services, fire hydrants, valves, fittings & other
appurtenances, and restoring of all affected surface improvements, and other
incidental items of work to complete the project (the "Project" or "Work").
C. 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, it is mutually agreed by and between the undersigned
parties as follows:
1. 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, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A),
Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and
Standard Drawings, Plans and Special Provisions for Contract No. 4920, Standard
Specifications for Public Works Construction (current adopted edition and all
supplements), and this Contract, and all modifications and amendments thereto
(collectively the "Contract Documents"), all of which are incorporated herein by
reference. The Contract Documents comprise the sole agreement between the parties
as to the subject matter therein. Any representations or agreements not specifically
contained in the Contract Documents are null and void. Any amendments must be
made in writing, and signed by both parties in the manner specified in the Contract
Documents.
2. SCOPE OF WORK
Contractor shall perform everything required to be performed, and shall provide
and furnish all the labor, materials, necessary tools, expendable equipment and all utility
and transportation services required for the Project. All of the Work to be performed
and materials to be furnished shall be in strict accordance with the provisions of the
Contract Documents. Contractor is required to perform all activities, at no extra cost to
City, which are reasonably inferable from the Contract Documents as being necessary
to produce the intended results.
3. COMPENSATION
3.1 As full compensation for the performance and completion of the Project as
required by the Contract Documents, City shall pay to Contractor and Contractor
accepts as full payment the sum of One Million Sixty Three Thousand Five Hundred
Dollars and 00/100 ($1,063,500.00).
3.2 This compensation includes:
3.2.1 Any loss or damage arising from the nature of the Work;
3.2.2 Any loss or damage arising from any unforeseen difficulties or
obstructions in the performance of the Work; and
3.2.3 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, including tsunamis,
and which loss or expense occurs prior to acceptance of the Work by City.
4. PROJECT MANAGER
Contractor shall designate a Project Manager, who shall coordinate all phases of
the Project. This Project Manager shall be available to City at all reasonable times
during the term of the Contract. Contractor has designated Mark Wilson to be its
Project Manager. Contractor shall not remove or reassign the Project Manager without
the prior written consent of City. City's approval shall not be unreasonably withheld.
5. ADMINISTRATION
This Contract shall be administered by the Public Works Department. City's Public
Works Director, or designee, shall be the Project Administrator and shall have the
authority to act for City under this Contract. The Project Administrator or designee shall
represent City in all matters pertaining to the Work to be rendered pursuant to this
Contract.
Universal Pipeline, Inc. Page 2
6. 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. The Contractor and City expressly agree that in addition to all claims filing
requirements set forth in the Contract and Contract Documents, Contractor shall be
required to file any claim Contractor may have against City in strict conformance with
the Government Claims Act (Government Code 900 et seq.).
7. WRITTEN NOTICE
7.1 All notices, demands, requests or approvals, including any change in
mailing address, to be given under the terms of this Contract shall be given in writing,
and conclusively shall be deemed served when delivered personally, or on the third
business day after the deposit thereof in the United States mail, postage prepaid, first-
class mail, addressed as hereinafter provided.
7.2 All notices, demands, requests or approvals from Contractor to City shall
be addressed to City at:
Attention: Public Works Director
City of Newport Beach
Public Works Department
100 Civic Center Drive
P.O. Box 1768
Newport Beach, CA 92658
7.3 All notices, demands, requests or approvals from City to Contractor shall
be addressed to Contractor at:
Attention: Mark Wilson
Universal Pipeline, Inc.
33490 Bailey Park Boulevard
Menifee, CA 92584
8. INDEPENDENT CONTRACTOR
City has retained Contractor as an independent contractor and neither Contractor
nor its employees are to be considered employees of City. The manner and means of
conducting the Work are under the control of Contractor, except to the extent they are
limited by statute, rule or regulation and the express terms of this Contract. No civil
service status or other right of employment shall accrue to Contractor or its employees.
Contractor shall have the responsibility for and control over the means of performing the
Universal Pipeline, Inc. Page 3
Work, provided that Contractor is in compliance with the terms of this Contract.
Anything in this Contract that may appear to give City the right to direct Contractor as to
the details of the performance or to exercise a measure of control over Contractor shall
mean only that Contractor shall follow the desires of City with respect to the results of
the Work.
9. BONDING
9.1 Contractor shall obtain, provide and maintain at its own expense during
the term of this Contract both of the following: (1) a Faithful Performance Bond in the
amount of one hundred percent (100%) of the total amount to be paid Contractor as set
forth in this Contract in the form attached as Exhibit B and incorporated herein by
reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred
percent (100%) of the total amount to be paid Contractor as set forth in this Contract
and in the form attached as Exhibit A and incorporated herein by reference.
9.2 The Faithful Performance Bond and Labor and Materials Payment 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, (2)
listed as an acceptable surety in the latest revision of the Federal Register Circular 570,
and (3) assigned a 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.
9.3 Contractor shall deliver, concurrently with execution of this Contract, the
Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy
of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance
Commissioner, which authorizes the Insurer or Surety to transact surety insurance in
the State of California.
10. COOPERATION
Consultant agrees to work closely and cooperate fully with City's designated
Project Administrator and any other agencies that may have jurisdiction or interest in the
Work to be performed. City agrees to cooperate with the Consultant on the Project.
11. PROGRESS
Consultant is responsible for keeping the Project Administrator informed on a
regular basis regarding the status and progress of the Project, activities performed and
planned, and any meetings that have been scheduled or are desired.
12. INSURANCE
Without limiting Contractor's indemnification of City, and prior to commencement
of Work, Contractor shall obtain, provide and maintain at its own expense during the
term of this Contract or for other periods as specified in the Contract Documents,
policies of insurance of the type, amounts, terms and conditions described in the
Universal Pipeline, Inc. Page 4
Insurance Requirements attached hereto as Exhibit C, and incorporated herein by
reference.
13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Agreement, the services to be
provided under this Agreement shall not be assigned, transferred contracted or
subcontracted out without the prior written approval of City. Any of the following shall be
construed as an assignment: The sale, assignment, transfer or other disposition of any
of the issued and outstanding capital stock of Consultant, or of the interest of any
general partner or joint venturer or syndicate member or cotenant if Consultant is a
partnership or joint -venture or syndicate or co -tenancy, which shall result in changing
the control of Consultant. Control means fifty percent (50%) or more of the voting power
or twenty-five percent (25%) or more of the assets of the corporation, partnership or
joint -venture.
14. PREVAILING WAGES
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 — including, but
not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981
inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the
job site.
15. SUBCONTRACTING
The subcontractors authorized by City, if any, to perform the Work on this Project
are identified in the Contractor's Proposal and are attached as part of the Contract
Documents. Contractor shall be fully responsible to City for all acts and omissions of
any subcontractors. Nothing in this Contract shall create any contractual relationship
between City and subcontractor, nor shall it create any obligation on the part of City to
pay or to see to the payment of any monies due to any such subcontractor other than as
otherwise required by law. City is an intended beneficiary of any Work performed by the
subcontractor for purposes of establishing a duty of care between the subcontractor and
City. Except as specifically authorized herein, the Work to be performed under this
Contract shall not be otherwise assigned, transferred, contracted or subcontracted out
without the prior written approval of City
16. RESPONSIBILITY FOR DAMAGES OR INJURY
16.1 City and its elected or appointed officers, agents, officials, employees and
volunteers shall not be responsible in any manner for any loss or damage to any of the
materials or other things used or employed in performing the Project or for injury to or
Universal Pipeline, Inc. Page 5
death of any person as a result of Contractor's performance of the Work required
hereunder, or for damage to property from any cause arising from the performance of
the Project by Contractor, or its subcontractors, or its workers, or anyone employed by
either of them.
16.2 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 Contractor.
16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend
and hold harmless City, its elected or appointed officers, agents, officials, employees
and volunteers (collectively, the "Indemnified Parties") from and against any and all
claims (including, without limitation, claims for bodily injury, death or damage to
property), demands, obligations, damages, actions, causes of action, suits, losses,
judgments, fines, penalties, liabilities, costs and expenses (including, without limitation,
attorneys' fees, disbursements and court costs) of every kind and nature whatsoever
(individually, a Claim; collectively, "Claims"), which may arise from or in any manner
relate (directly or indirectly) to any breach of the terms and conditions of this Contract,
any Work performed or Services provided under this Contract including, without
limitation, defects in workmanship or materials or Contractor's presence or activities
conducted on the Project (including the negligent, reckless, and/or willful acts, errors
and/or omissions of Contractor, its principals, officers, agents, employees, vendors,
suppliers, subcwnsultants, subcontractors, anyone employed directly or indirectly by any
of them or for whose acts they may be liable for any or all of them).
16.4 Notwithstanding the foregoing, nothing herein shall be construed to
require Contractor to indemnify the Indemnified Parties from any Claim arising from the
sole negligence or willful misconduct of the Indemnified Parties. Nothing in this
indemnity shall be construed as authorizing any award of attorneys' fees in any action
on or to enforce the terms of this Contract. This indemnity shall apply to all claims and
liability regardless of whether any insurance policies are applicable. The policy limits do
not act as a limitation upon the amount of indemnification to be provided by Contractor.
16.5 Contractor shall perform all Work in a manner to minimize public
inconvenience and possible hazard, to restore other work areas to their original
condition and former usefulness as soon as possible, and to protect public and private
property. Contractor shall be liable for any private or public property damaged during
the performance of the Project Work.
16.6 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.
Universal Pipeline, Inc. Page 6
16.7 Nothing in this Section or 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 above.
16.8 The rights and obligations set forth in this Section shall survive the
termination of this Contract.
17. CHANGE ORDERS
17.1 This Contract may be amended or modified only by mutual written
agreement of the parties.
17.2 The Contractor shall only commence work covered by a change order
after the change order is executed and notification to proceed has been provided by the
City.
17.3 There shall be no change in the Contractor's members of the project team,
as listed in the approved proposal, which is a part of this contract without prior written
approval by the City.
18. CONFLICTS OF INTEREST
18.1 Contractor or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to
disclose any financial interest that may foreseeably be materially affected by the Work
performed under this Contract, and (2) prohibits such persons from making, or
participating in making, decisions that will foreseeably financially affect such interest.
18.2 If subject to the Act, Contractor shall conform to all requirements of the
Act. Failure to do so constitutes a material breach and is grounds for immediate
termination of this Contract by City. Contractor shall indemnify and hold harmless City
for any and all claims for damages resulting from Contractor's violation of this Section.
19. TERMINATION
19.1 In the event that either party fails or refuses to perform any of the
provisions of this Contract at the time and in the manner required, that party shall be
deemed in default in the performance of this Contract. If such default is not cured within
a period of two (2) calendar days, or if more than two (2) calendar days are reasonably
required to cure the default and the defaulting party fails to give adequate assurance of
due performance within two (2) calendar days after receipt of written notice of default,
specifying the nature of such default and the steps necessary to cure such default, the
non -defaulting party may terminate the Contract forthwith by giving to the defaulting
party written notice thereof.
19.2 Notwithstanding the above provisions, City shall have the right, at its sole
discretion and without cause, of terminating this Contract at any time by giving seven (7)
calendar days prior written notice to Contractor. In the event of termination under this
Universal Pipeline, Inc. Page 7
Section, City shall pay Contractor for Services satisfactorily performed and costs
incurred up to the effective date of termination for which Contractor has not been
previously paid. On the effective date of termination, Contractor shall deliver to City all
materials purchased in performance of this Contract.
20. STANDARD PROVISIONS
20.1 Recitals. City and Contractor acknowledge that the above Recitals are
true and correct and are hereby incorporated by reference into this Contract.
20.2 Compliance with all Laws. Contractor shall at its own cost and expense
comply with all statutes, ordinances, regulations and requirements of all governmental
entities, including federal, state, county or municipal, whether now in force or hereinafter
enacted. In addition, all Work prepared by Contractor shall conform to applicable City,
county, state and federal laws, rules, regulations and permit requirements and be
subject to approval of the Project Administrator.
20.3 Integrated Contract. This Contract represents the full and complete
understanding of every kind or nature whatsoever between the parties hereto, and all
preliminary negotiations and agreements of whatsoever kind or nature are merged
herein. No verbal agreement or implied covenant shall be held to vary the provisions
herein.
20.4 Conflicts or Inconsistencies. In the event there are any conflicts or
inconsistencies between this Contract and any other attachments attached hereto, the
terms of this Contract shall govern.
20.5 Interpretation. The terms of this Contract shall be construed in
accordance with the meaning of the language used and shall not be construed for or
against either party by reason of the authorship of the Contract or any other rule of
construction which might otherwise apply.
20.6 Amendments. This Contract may be modified or amended only by a
written document executed by both Contractor and City and approved as to form by the
City Attorney.
20.7 Severability. If any term or portion of this Contract is held to be invalid,
illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining
provisions of this Contract shall continue in full force and effect.
20.8 Controlling Law and Venue. The laws of the State of California shall
govern this Contract and all matters relating to it and any action brought relating to this
Contract shall be adjudicated in a court of competent jurisdiction in the County of
Orange, State of California.
20.9 Equal Opportunity Employment. Contractor represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee
Universal Pipeline, Inc. Page 8
or applicant for employment because of race, religion, color, national origin, handicap,
ancestry, sex, age or any other impermissible basis under law.
20.10 No Attorney's Fees. In the event of any dispute or legal action arising
under this contract, the prevailing party shall not be entitled to attorneys' fees.
20.11 Counterparts. This Contract may be executed in two (2) or more
counterparts, each of which shall be deemed an original and all of which together shall
constitute one (1) and the same instrument.
21. 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.
22. 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.
23. RECITALS
City and Contractor acknowledge that the above Recitals are true and correct
and are hereby incorporated by reference into this Contract.
[SIGNATURES ON NEXT PAGE]
Universal Pipeline, Inc. Page 9
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be
executed on the day and year first written above.
APPROVED AS TO FORM:
CITY ATTO N Y'S OFFICE
Date:
Aaron C. Harp (.Am dalmlis
City Attorney
ATTEST--wf 6/
Date: �j
� i LPXI � �. • �I ���
LeilaY'"City Clerk
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
By:
Edwar D. Selich
Mayor
CONTRACTOR: Universal Pipeline, Inc.,
a Califorqis corpp��oratio
Date:��Zi
By:
Marl 4. Wilson
Chie xecutive Officer / Chief Financial
Officer
[END OF SIGNATURES]
Attachments: Exhibit A -- Labor and Materials Payment Bond
Exhibit B Faithful Performance Bond
Exhibit C — Insurance Requirements
Universal Pipeline, Inc. Page 10
EXHIBIT A Premium listed on Performance Bond
Executed in duplicate
CITY OF NEWPORT BEACH
BOND NO. 1001006738
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to
Universal Pipeline, Inc. hereinafter designated as the "Principal," a contract for the
work necessary for the completion of this contract, consisting of but not limited to,
distributing notices to affected residents, traffic control, locating and potholing existing
utilities, removing interfering portions and abandoning in place existing water and
related facilities, furnishing and installing new water mains (open -cut and slip -line),
water services, fire hydrants, valves, fittings and other appurtenances, and restoring of
all. affected surface improvements, and other incidental items of work to complete the
project, in the City of Newport Beach, in strict conformity with the Contract on file with
the office of the City Clerk of the City of Newport Beach, which is incorporated herein by
this reference.
WHEREAS, Principal has executed or is about to execute the Contract 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,
American Contractors Indemnity Company duly authorized to
transact business under the laws of the State of California, as Surety, (referred to herein
as "Surety') are held and firmly bound unto the City of Newport Beach, in the sum of
One million sixty three thousand five hundred Dollars ( 1,063,500.00 ) 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, finely 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 attorneys' fee, to be fixed by the Court as
required by the provisions of Section 9554 of the Civil Code of the State of California.
Page A-1
The Bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 9100 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 9500 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 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 23rd day of June 2015
Universal Pipeline, Inc.
Name of Contractor (Principal)
American Contractors Indemnity Company
Name of Surety
V� f Chl J'1
thorized Sigl ature/Title
�QA i�/
Authodz d Agent Sig1 ure
601 S. Figueroa Street, 16th FI., Los Angeles, CA 90017 Stephanie Hoang, Attorney -in -Fact_
Address of Surety Print Name and Title
(310)649-0990
Telephone
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
Mo-,
•�3 •,
ot)IV
Page A-2
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of
On 20 before me,
Notary Public, personally appeared
who 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 signatures(s) on the
instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the
instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct.
WITNESS my hand and official seal.
Signature
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
(seal)
County of ) ss.
On 20_ before me,
Notary Public, personally appeared
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 signatures(s) on the
instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the
instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct.
WITNESS my hand and official seal.
Signature
(seal)
Page A-3
CALLFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE 1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached and not the truthfulness, accuracy, or validity of that document.
State of California
County of Orange )
On (,o I t}3 11before me, V. Copeland Notary Public,
T
personally appeared Stephanie Hoang
Name(s) of Signer(s)
who proved to me on the basis of saLisfactory evidence to be the person(s) whose natnc(s) is/arc subscribed to the
within instrument and acknowledged to me that he/she/they executed the same in hisfher/their authorized
capacity(ies), and that by his/her/then signature(s) on the instrument the person(, or the entity upon behalf of
which the person(s) acted, executed the instrument.
..COPELAND
Commission M 2046542
i" -u Notary Public - California s
Z Orange County
My Comm, Expires Oct 24, 2017
Place Notary Seal Above
I certify under PENALTY OF PERJURY under the
laws of the State of California that the foregoing
paragraph is true and correct.
WITNESSCLniy hand and official seal.
Signature:
Siyma4¢e ofNolary Public
---- — — — — — — OPTIONAL -- — -- --- —
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could present fraudulent and reanachmu nt of this form to another document.
Description of Attached Document
T}Tc or Title of Document:
Document Date:
Signer(s) Other Than Named
Capacity(ies) Claimed by Signer(s)
Signer's Name: Stephanie Hoang
❑ Individual
❑ Corporate Officer - Title(s):
❑ Partner: ❑Limited ❑ General
®
Attorney in Fact
❑
Trustee
❑
Guardian or Conservator
❑
Other:
Signer Is Representing:
Number of Pages:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Individual
❑ Corporate Officer - Title(s):_
❑ Partner: ❑Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Rev. 1-15
California All Purpose Acknowledgement
A notary public or other officer completing this certificate verifies only the identity of the
individual who signed the document, to which this certificate is attached, and not the
truthfulness, accuracy, or validity of that document.
State of California
County of R \ Ve4s 1
On � � 9,S 1(5 , before me Lori Leigh Luna Notary Public,
Personally appeared
YV\w,k lith � 1s�-,
Who proved to me on the basis of satisfactory evidence to be the person( whose
E
e( is/ a subscribed to the n instrument and acknowledged to me that
he/�xecuted the same ir�er/ their authorized capacity(lts), and that by
er/their signature(s) on the instrument the personos ', or the entity upon behalf of
which the person(C acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that
this foregoing paragraph is true and correct.
Witness my hand and official seal
LORI LEIGH LUNA
COMM. ## 2062700
au - NOTARY PUBLIC - CALIFORNIAIII
RIVERSIDE COUNTY 0
COMM. EXPIRES APRIL 25, 2018 i
(SEAL)
Notary' ublic
Document: 0f
POWER OF ATTOE _
AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY
KNOW ALL NIB�k BY THESE PRESEN-I& ThatRican Contractors Indemnity Company, a California cor align. 'fa__
- _Bonding Contpany;-jn assumed names rni darf n tors Indemnity Company, United States Surety Ci l i
`corporatism and U -S. Specialty Instil n s corporation (collectively, the "Companies"), do by
consfitate and appoint: — - --
Eric Lowey, Stephanie Hoang, Mark Richardson, Shawn Blume or Kevin Cathcart of Costa Mesa, California
its t ncRavWW-Attomey(s)-in-fact, each in their separate capacity if more tharnone is named above, with full power and authority -
y i riff-fiflits name, place and stead, to execute, acknowledge andiideltver any and all boards, recognizances,.undertakings =
ti�ua ru nts or contracts of suretyship to include riders, amendments, and consents of surety, proytding_the`lumcr
�en�does not exceed *****Ten Million**"** -- Dollars ($ **10,000;9M.00** ).
This Power of Attorney shall expire without further action on December 20, 2017. This Power of Attorney is granted under and by
authority of the following resolutions adopted by the Boards of Directors of the Companies:
Be is Resolved, thaMW President, any Vice -President any A t --fice-President, anv Secretary or aoy Assistant Secretary shall be and is hereby vested w u#?-�_
1por uMnWar oint any one or caure oasis o (s) -in -Fact to represent and act for and on behalf of the CompanmitW 10—me-'ohs n
Amman -moi mag6e given full power ar ho - anit�E'n- ame of and on behalf of the Company, to execute, acknowledge and cleariy4riffl buR --
- zecogmzances. contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained
percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability
thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected
by the Corporate Secretary.
�Aeti l r�nature of any authorized of(wSr and `(cal i'pt the, Company heretofore ovher�iesaff �r�rc cr of attorney or any certifteate r�hrr�
- bMac_OM� -o y power of attofi y q �erpfica~'I b� Iu ifi'ge�I ile signature or n»1s� s� �a a>�finding upon the Company wrtF p t _
,tea ndMuWftt --o which it is attache, 'III I,I uili'i'IIIIIIi>I —
III III � til �II I -
IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this
Ist day of December, 2014.
AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
UNITED STA.TF SUREW COOMPANY U.S. SPECIALTY INSIIRA,NCE COMPANY
POW
tiP gs suRF Na-u`&r4
By.
¢,
Daniel P. Aguilar, Vice President
elf,F'JAN �' f `.iF
officer completing this certificate verifies only the identity of the a ava ; the
;ertificata is attached, and not the truthfulness, accuracy, o0ml�rT'tdc�arrik= _
SS: -
On this Ist day of December, 2014, before me, Maria G. Rodriguez -Wong, a notary public, personally appeared Dan P. Aguilar, Vice President of American
Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U S. Specialty Insurance Company who proved to me on
the basis of sati _ evidence to be the person whose e4ii-subscribed to the within instrument and acknowledged to me that he executed the saauaiirt� -.
yr a rMind that by his si t�ir t erson, or the entity upon behalf of which the person acted, exeffied mem
iindi&EPMETY OF PERJUR: oriawe of California that the foregoing paragraph is true and correct
�VITftESS my hand and official seal - - -
MARIA G. RC an
Commission N 2019771
Signature (Scop i 4 Notary Public California
los gamy -
iAWWO, 20171
, MWW CUbkson , Assistant Secretary of American Contractors Indemnity Comby, TexWBonTing Company, United Statev, ure�r3mpany
and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by
said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in
full force and effect.
s h -d have hereurt se the seals of said Companies at Los Angeles, California tlt� -
Corporate Seals ,.o°'Rpc oRs �s suRF
0 1
Bond Na �� b� 3 D "' W a- Michael Chalekson, Assistant Secretary
MaX
PREMIUM IS FOR THE CONTRACT TERM AND IS SUBJECT
TO ADJUSTMENT BASED ON FINAL CONTRACT PRICE
EXHIBIT B
CITY OF NEWPORT BEACH
BOND NO. 100100673
FAITHFUL PERFORMANCE BOND
Executed in duplicate
The premium charges on this Bond is $ 19,693.00 , being at the
rate of $z3.5o per thousanfor the first $100,000, thousand of the Contract price,
en per d ousan erea er
WHEREAS, the City of Newport Beach, State of California, has awarded to
Universal Pipeline, Inc. hereinafter designated as the "Principal," a contract for the
work necessary for the completion of this contract consisting of but not limited to,
distributing notices to affected residents, traffic control, locating and potholing existing
utilities, removing interfering portions and abandoning in place existing water and
related facilities, furnishing and installing new water mains (open -cut and slip -line),
water services, fire hydrants, valves, fittings and other appurtenances, and restoring of
all affected surface improvements, and other incidental items of work to complete the
project, in the City of Newport Beach, in strict conformity with the Contract on file with
the office of the City Clerk of the City of Newport Beach, which is incorporated herein by
this reference.
WHEREAS. Principal has executed or is about to execute the Contract and the
terms thereof require the furnishing of a Bond for the faithful performance of the
Contract.
NOW, THEREFORE, we, the Principal, and American Contractors Indemnity Company
, 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
One million sixty three thousand five hundred Dollars ( 1,063,500.00 ) lawful money of the
United States of America, said sum being equal to 100% 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
specked, 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.
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 City, only in the
Page B-1
event 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 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 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 23rd day of June ,2015 .
Universal Pipeline, Inc.
Name of Contractor (Principal)
American Contractors Indemnity Company
Name of Surety
601 S. Figueroa Street, 16th FI., Los Angeles, CA 90017
Address of Surety
(310)649-0990
Telephone
V-- y'iLx
Authorized Signa urelTitle
Authorized Agent Si ture
Stephanie Hoang, Attorney -in -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF
CONTRACTOR AND SURETY MUST BE ATTACHED
APPROVED AS TO FORM:
CITY A21114�I" OFFICE
Date: I�ItIt �I�,�
iiA
By2--�L
Aaron 0. Harp, City Attorney cimm\oklk�
— -- _ Page B-2
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of }ss.
On 20_ before me,
Notary Public, personally appeared
who 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 signatures(s) on the
instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the
instrument.
I certify under PENALTY OF PERJURY under the laws of the State of Califomia that the
foregoing paragraph is true and correct.
WITNESS my hand and official seal.
Signature (seal)
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of ) ss.
On 20_ before me,
Notary Public, personally appeared
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 signatures(s) on the
instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the
instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct.
WITNESS my hand and official seal.
Signature (seal)
Page B-3
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
CIVIL CODE 1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached and not the truthfulness, accuracy, or validity of that document.
State of California )
County of Orange )
On l� I ZS !) before me, V. Copeland Notary Public,
personally appeared Stephanie Hoang
Name(s) of Siguer(s)
who 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 histber/their signature(s) on the instrument the person(s), or the entity upon behalf of
which the person(s) acted, executed the instrument.
V.COPELAND
Commission # 2046542
Notary Public - California z
Z Orange County >
M Comm. Ex fres Oct 24, 2017 J
Place Notary Seal Above
I certify under PENALTY OF PERJURY under the
laws of the State of California that the foregoing
paragraph is true and correct.
WITNES y hand andof cial seal.
Signature:
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 present fraudulent and reattachment of this form to another document.
Description of Attached Document
Type or Title of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: Stephanie Hoang
❑ Individual
❑ Corporate Officer — Title(s):
❑ Partner: ❑Limited ❑ General
® Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Number of Pages:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Individual
❑ Corporate Officer— Title(s):
❑ Partner: ❑Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Rev. 1-15
California All Purpose Acknowledgement
A notary public or other officer completing this certificate verifies only the identity of the
individual who signed the document, to which this certificate is attached, and not the
truthfulness, accuracy, or validity of that document.
State of California
Countyof �UfitSLCQQ--
On 66545, before me
Personally appeared
Lori Leigh Luna , Notary Public,
9v -,,IL W sls-�
Who proved to me on the basis of satisfactory evidence to be the person(N whose
OCs,/are
's/ e subscribed to the thin instrument and acknowledged to me that
t(jidshe/they executed the same irfhisAier/ their authorized capacity(leW), and that by
h' er/their signature(k) on the instrument the person, or the entity upon behalf of
which the person(& acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that
this foregoing paragraph is true and correct.
Witness my hand and official seal
LORI LEIGH LUNA
COMM. # 2062700
U NOTARY PUBLIC-CALIFORNIALi
,� RIVERSIDE COUNTY O
COMM. EXPIRES APRIL 25, 20181
(SEAL)
No ublic
Document:
I��IIgi141Ill: El
M1:
M- —_
I �IfR OF ATTO�
AMERICAN CON (TRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY
-KNOW AL:, MEET BY THESE PRIrSEn - Mill ican Contractors Indemnity Company, a California corporation, Texas
Bonding Company, an assumed rye rifillitsillit Cbrimmmors Indemnity Company, United States Surety Company, a Ntaiyland
7mXecirg"torrand-Ul S. Specialty Insvl�t_e _ n s corporation (collectively, the "Companies"), do by tIt_ e_preser malre
constitute and appoint:
Eric Lowey, Stephanie Hoang, Mark Richardson, Shawn Blume or Kevin Cathcart of Costa Mesa, California
t nd_av _Itomey(s)-in-fact, each in their separate capacity if more than one is named above, with fullT.ower and authority-
_
uthority _ yIiwriVmMiql name, place and stead, to execute, acknowledge anir4elivQr any and all bonds, recogmzaeees,-undertakings
M0r hWinstri�t�ttts or contracts of suretyship to include riders, armendinerribsomil consents of surety, providing the bond
/peal does not exceed *****Ten Million***** Dollars (S **10;000,000.00** ).
This Power of Attorney shall expire without further action on December 20, 2017. This Power of Attorney is granted under and by
authority of the following resolutions adopted by the Boards of Directors of the Companies:
Be rt Ress1w_d tbgl,President, any Vice -Preen anany Agasr tares -President, any Secretary or any Assistant Secretary shall be and is hereby vestcd wabf .fiil
svt -a sxtWo oint anyone or tie _ i o� io (s) -in -Fact to represent and act for and on behalf of the Companaisuby_e-ts 4ilh ttll�_ nm_
-=Alnn6 in -fix Who given full power aafieitbN _= sr and=m tw name of and on behalf of the Compam, to execute, acknowledge and clef anal bori S
iecognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained
percentages and/or final estimates on engineering and. construction contracts, and any and all notices and documents canceling or terminating the Company's liability
thereunder, and any such instruments so executed by any such Anomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected
by the Corporate Secretary.
lsfiasohl nature of ans authorized officer and seal of the Company heretofore mower of atunmey9L an}set�re n =
Mi Algal bcemhW�rcdl power of attorney or certificate bearing facsimile signature or trseshall Iwilraainding upon theZeirnp�nt€aespl
�ondlu -sill_ _ which it is attached. - - -
IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this
1st day of December, 2014.
AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
UNITED STATSSSURE NY U.S. SPECIALTY INSURANCE COMPANY
P3 3M „1 3 e E f a= y i
Vice President
s - P. Aguilar' ,
:. 4�rippM Pr N Darnel P - `.
officer completing this certificate Notifies only the
;ertificate is attached, and not the truthfidness, acct
SS:
the
On this 1st day of December, 2014, before me, Maria G. Rodriguez -Wong, a notary public, personally appeared Dan P. Aguilar, Vice President of American
Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on
the basis of satisfultiom evidence to be the person whose vague scribed to the within instrument and acknowledged to me that he exetaated sa*_ -
=his amhenzoac
,Tsapuy,�and that by his s y s� tdWrson, or the entity upon behalf of winch the person acted, exe�4l_ _ ee-
---I ixcnly�umcha NALTY OF PERJURY flinallillfhafWmit hof California that the foregoing paragraph is time and correct
WITNESS my hand and official seal. — -
MARIA G RODRIGUE2-WON6
10mmn1101 N 2049771
Signature (Seal) i a Notary Pullic CalAarn a i
III
111/I� LosAMe�_Zw�ty
1 �2017�
Is 11
.
eK Mfillilliffl CMIelcson , Assistant Secreta Ill flAmerican Contraletors Indemnity Comm—", Ti=8ondmg Company, United StatesRShret7rVinpany
and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by
said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in
full force and effect.
WWRallisoWheriedlill have bereirmcase0kild1W a III the seals of said Companies at Los. Angeles, California II �w M �_
-Corporate Seals r. oqs
Ess�RFJ0oNoiN�;'
013
'at L
& O-
p
C
=
Michael Chalekson, Assistant Secretary
E
Bond No. 111�A 613
a -
g
0
P
`a
3.
EXHIBIT C
INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION
Provision of Insurance. Without limiting Contractor's indemnification of City, and
prior to commencement of Work, Contractor shall obtain, provide and maintain at
its own expense during the term of this Contract, policies of insurance of the type
and amounts described below and in a form satisfactory to City. Contractor
agrees to provide insurance in accordance with requirements set forth here. If
Contractor uses existing coverage to comply and that coverage does not meet
these requirements, Contractor agrees to amend, supplement or endorse the
existing coverage.
Acceptable Insurers. All insurance policies shall be issued by an insurance
company currently authorized by the Insurance Commissioner to transact
business of insurance in the State of California, with an assigned policyholders'
Rating of A- (or higher) and Financial Size Category Class VII (or larger) in
accordance with the latest edition of Best's Key Rating Guide, unless otherwise
approved by the City's Risk Manager.
Coverage Requirements.
A. Workers` Compensation Insurance. Contractor shall maintain Workers'
Compensation Insurance providing statutory benefits and Employer's
Liability Insurance with limits of at least one million dollars ($1,000,000)
each employee for bodily injury by accident and each employee for bodily
injury by disease in accordance with the laws of the State of California,
Section 3700 of the Labor Code. In addition, Contractor shall require each
subcontractor to similarly maintain Workers' Compensation Insurance and
Employer's Liability Insurance in accordance with California law for all of
the subcontractor's employees. The insurer issuing the Workers'
Compensation insurance shall amend its policy by endorsement to waive
all rights of subrogation against City, its elected or appointed officers,
agents, officials, employees and volunteers. Contractor shall submit to
City, along with the certificate of insurance, a Waiver of Subrogation
endorsement in favor of City, its elected or appointed officers, agents,
officials, employees and volunteers.
B. General Liability Insurance. Contractor shall maintain commercial general
liability insurance, and if necessary umbrella liability insurance, with
coverage at least as broad as provided by Insurance Services Office form
CG 00 01, in an amount not less than one million dollars ($1,000,000) per
occurrence, two million dollars ($2,000,000) general aggregate and two
million dollars ($2,000,000) completed operations aggregate. The policy
shall cover liability arising from premises, operations, products -completed
operations, personal and advertising injury, and liability assumed under an
Universal Pipeline, Inc. Page C-1
insured contract (including the tort liability of another assumed in a
business contract).
C. Automobile Liability Insurance. Contractor shall maintain automobile
insurance at least as broad as Insurance Services Office form CA 00 01
covering bodily injury and property damage for all activities of Contractor
arising out of or in connection with Work to be performed under this
Contract, including coverage for any owned, hired, non -owned or rented
vehicles, in an amount not less than one million dollars ($1,000,000)
combined single limit for each accident.
4. Other Insurance Requirements. The policies are to contain, or be endorsed to
contain, the following provisions:
A. Waiver of Subrogation. All insurance coverage maintained or procured
pursuant to this Contract shall be endorsed to waive subrogation against
City, its elected or appointed officers, agents, officials employees and
volunteers or shall specifically allow Contractor or others providing
insurance evidence in compliance with these requirements to waive their
right of recovery prior to a loss. Contractor hereby waives its own right of
recovery against City, and shall require similar written express waivers
and insurance clauses from each of its subcontractors.
B. Additional Insured Status. All liability policies including general liability,
products and completed operations, excess liability, pollution liability, and
automobile liability, if required, shall provide or be endorsed to provide that
City, its elected or appointed officers, agents, officials employees and
volunteers shall be included as additional insureds under such policies.
C. Primary and Non Contributory. Contractor's insurance coverage shall be
primary insurance and/or the primary source of recovery with respect to
City, its elected or appointed officers, agents, officials, employees and
volunteers. Any insurance or self-insurance maintained by City shall be
excess of Contractor's insurance and shall not contribute with it.
D. Notice of Cancellation. All policies shall provide City with thirty (30)
calendar days notice of cancellation or nonrenewal of coverage (except for
nonpayment for which ten (10) calendar days notice is required) for each
required coverage except Builders Risk Insurance, which shall contain an
endorsement with said required notices.
5. Additional Agreements Between the Parties. The parties hereby agree to the
following:
A. Evidence of Insurance. Contractor shall provide certificates of insurance
to City as evidence of the insurance coverage required herein, along with
a waiver of subrogation endorsement for workers' compensation and other
endorsements as specified herein for each coverage. All of the executed
Universal Pipeline, Inc. Page C-2
documents referenced in this Contract must be returned to City within ten
(10) regular City business days after the date on the "Notification of
Award". Insurance certificates and endorsements must be approved by
City's Risk Manager prior to commencement of performance. Current
certification of insurance shall be kept on file with City at all times during
the term of this Contract. City reserves the right to require complete,
certified copies of all required insurance policies, at any time.
B. City's Right to Revise Requirements. The City reserves the right at any
time during the term of the Contract to change the amounts and types of
insurance required by giving Contractor ninety (90) calendar days
advance written notice of such change. If such change results in
substantial additional cost to Contractor, City and Contractor may
renegotiate Contractor's compensation.
C. Right to Review Subcontracts. Contractor agrees that upon request, all
agreements with subcontractors or others with whom Contractor enters
into contracts with on behalf of City will be submitted to City for review.
Failure of City to request copies of such agreements will not impose any
liability on City, or its employees. Contractor shall require and verify that
all subcontractors maintain insurance meeting all the requirements stated
herein, and Contractor shall ensure that City is an additional insured on
insurance required from subcontractors. For CGL coverage,
subcontractors shall provide coverage with a format at least as broad as
CG 20 38 04 13.
D. Enforcement of Contract Provisions. Contractor acknowledges and
agrees that any actual or alleged failure on the part of City to inform
Contractor of non-compliance with any requirement imposes no additional
obligations on City nor does it waive any rights hereunder.
E. Requirements not Limiting. Requirements of specific coverage features or
limits contained in this Exhibit A are not intended as a limitation on
coverage, limits or other requirements, or a waiver of any coverage
normally provided by any insurance. Specific reference to a given
coverage feature is for purposes of clarification only as it pertains to a
given issue and is not intended by any party or insured to be all inclusive,
or to the exclusion of other coverage, or a waiver of any type. If the
Contractor maintains higher limits than the minimums shown above, the
City requires and shall be entitled to coverage for higher limits maintained
by the Contractor. Any available proceeds in excess of specified minimum
limits of insurance and coverage shall be available to the City.
F. Self -Insured Retentions. Contractor agrees not to self -insure or to use
any self-insured retentions on any portion of the insurance required herein
and further agrees that it will not allow any indemnifying party to self -
insure its obligations to City. If Contractor's existing coverage includes a
Universal Pipeline, Inc. Page C-3
self-insured retention, the self-insured retention must be declared to City.
City may review options with Contractor, which may include reduction or
elimination of the self-insured retention, substitution of other coverage, or
other solutions. Contractor agrees to be responsible for payment of any
deductibles on their policies.
G. City Remedies for Non Compliance. If Contractor or any subcontractor
fails to provide and maintain insurance as required herein, then City shall
have the right but not the obligation, to purchase such insurance, to
terminate this Contract, or to suspend Contractor's right to proceed until
proper evidence of insurance is provided. Any amounts paid by City shall,
at City's sole option, be deducted from amounts payable to Contractor or
reimbursed by Contractor upon demand.
H. Timely Notice of Claims. Contractor shall give City prompt and timely
notice of claims made or suits instituted that arise out of or result from
Contractor's performance under this Contract, and that involve or may
involve coverage under any of the required liability policies. City assumes
no obligation or liability by such notice, but has the right (but not the duty)
to monitor the handling of any such claim or claims if they are likely to
involve City.
Coverage not Limited. All insurance coverage and limits provided by
Contractor and available or applicable to this Contract are intended to
apply to the full extent of the policies. Nothing contained in this Contract
or any other agreement relating to City or its operations limits the
application of such insurance coverage.
J. Coverage Renewal. Contractor will renew the coverage required here
annually as long as Contractor continues to provide any Work under this
or any other Contract or agreement with City. Contractor shall provide
proof that policies of insurance required herein expiring during the term of
this Contract have been renewed or replaced with other policies providing
at least the same coverage. Proof that such coverage has been ordered
shall be submitted prior to expiration. A coverage binder or letter from
Contractor's insurance agent to this effect is acceptable. A certificate of
insurance and/or additional insured endorsement as required in these
specifications applicable to the renewing or new coverage must be
provided to City with five (5) calendar days of the expiration of the
coverages.
Universal Pipeline, Inc. Page C-4
CERTIFICATE OF INSURANCE
CHECKLIST
City of Newport Beach
This checklist is comprised of requirements as outlined by the City of Newport Beach. *
Date Received:
6/16/15 Dept./Contact Received From:
Raymund
Date Completed:
6/19/15 Sent to: Raymund By:
Chris/Alicia
Company/Person required
to have certificate: Universal Pipeline Inc.
Type of contract:
Public Works
I. GENERAL
LIABILITY
EFFECTIVE/EXPIRATION DATE: 6/5/15 to 6/5/16
A.
INSURANCE COMPANY: Ironshore Specialty Insurance Company
B.
AM BEST RATING (A-: VII or greater): A; XIV
C.
ADMITTED Company (Must be California Admitted):
Is Company admitted in California?
❑ Yes N No
D.
LIMITS (Must be $1 M or greater): What is limit provided?
12000,000/2,000,000
E.
ADDITIONAL INSURED ENDORSEMENT — please attach
N Yes ❑ No
F.
PRODUCTS AND COMPLETED OPERATIONS (Must
include): Is it included? (completed Operations status does
not apply to Waste Haulers or Recreation)
N Yes ❑ No
G.
ADDITIONAL INSURED FOR PRODUCTS AND
COMPLETED OPERATIONS ENDORSEMENT (completed
Operations status does not apply to Waste Haulers)
N Yes ❑ No
H.
ADDITIONAL INSURED WORDING TO INCLUDE (The City
its officers, officials, employees and volunteers): Is it
included?
N Yes ❑ No
I.
PRIMARY & NON-CONTRIBUTORY WORDING (Must be
included): Is it included?
N Yes ❑ No
J.
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 N No
K.
ELECTED SCMAF COVERAGE (RECREATION ONLY):
N N/A ❑ Yes ❑ No
L.
NOTICE OF CANCELLATION:
❑ N/A N Yes ❑ No
H. AUTOMOBILE LIABILITY
EFFECTIVE/EXPIRATION DATE: 9/11/14 to 9/11/15
A.
INSURANCE COMPANY: Golden Eagle Insurance Company
B.
AM BEST RATING (A-: VII or greater) A; XV
C.
ADMITTED COMPANY (Must be California Admitted):
Is Company admitted in California?
N Yes ❑ No
D.
LIMITS - If Employees (Must be $1M min. B1 & PD and $500,000
UM, $2M min for Waste Haulers): What is limits provided?
1,000,000
E
LIMITS Waiver of Auto Insurance / Proof of coverage (!f individual)
(What is limits provided?)
N/A
F.
PRIMARY & NON-CONTRIBUTORY WORDING (For Waste
Haulers only):
N N/A ❑ Yes ❑ No
G.
HIRED AND NON -OWNED AUTO ONLY:
❑ N/A ❑ Yes N No
H.
NOTICE OF CANCELLATION:
❑ N/A N Yes ❑ No
III. WORKERS' COMPENSATION
EFFECTIVE/EXPIRATION DATE: 5/1/15 to 5/1/16
A.
INSURANCE COMPANY: ACE American Insurance Company
B.
AM BEST RATING (A-: VII or greater): A+; XIII
C.
ADMITTED Company (Must be California Admitted):
® Yes
❑ No
D.
WORKERS' COMPENSATION LIMIT: Statutory
® Yes
❑ No
E.
EMPLOYERS' LIABILITY LIMIT (Must be $1M or greater)
2,000,000
F.
WAIVER OF SUBROGATION (To include): Is it included?
® Yes
❑ No
G.
SIGNED WORKERS' COMPENSATION EXEMPTION FORM:
® N/A ❑ Yes
❑ No
H.
NOTICE OF CANCELLATION:
❑ N/A ® Yes
❑ No
ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED
IV. PROFESSIONAL LIABILITY
® N/A ❑ Yes ❑ No
V POLLUTION LIABILITY
® N/A ❑ Yes ❑ No
V BUILDERS RISK
® N/A ❑ Yes ❑ No
HAVE ALL ABOVE REQUIREMENTS BEEN MET? ® Yes ❑ No
IF NO, WHICH ITEMS NEED TO BE COMPLETED?
Approved:
0 k 6/19/15
Agent of Alliant Insurance Services Date
Broker of record for the City of Newport Beach
RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _
Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No
Reason for Risk Management approval/exception/waiver:
Risk Management approval needed due to GL carrier is non -admitted Approved by Sheri 6/16/15
Approved:
Risk Management
* Subject to the terms of the contract.
Date
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
WATER MAIN MASTER PLAN REPLACEMENT
CONTRACT NO. 4920
To the Honorable City Council
City of Newport Beach
100 Civic Center Dr
Newport Beach, California 92660
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. 4920 in accordance with the Plans and Special
Provisions, and will take in full payment therefore the following unit prices for the work,
complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
it
Lump Sum Mobilization/Demobilization & Cleanup
Ak 7 -Aram -I'd
@ Dollars
and
Cents
Per Lump Sum
Lump Sum Traffic Control
@ oCSD Dollars
and
$
Per Lump Sum
Lump Sum Trench Excavation Safety Measures
@ l5 ,/1DG Dollars
and
Cents $
Per Lump Sum
PR2of7
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
F1
5.
R1
15 EA. Replace Traffic Detector Loops
@ ('-2 Dollars
and
Cents
Per Each
Lump Sum Traffic Striping
W
@ � /�fe €sac Dollars
and
Cents $
Per Lump Sum
$ 2/1 tu�to
650 L.F. Remove & Replace Exist. Water Main w/New 12" PVC C-900
(CL -200) Water Main & Fittings Including Trenching,
Bedding, Backfill & Resurfacing
@ rite-' lkt ltzAil j Dollars
and
Cents $ $ % %yee�
Per Linear Foot
7. 2,350 L.F. Slip -Line Exist. 18" Cast Iron Water Main w/12" Fusible
PVC C-900 Water Main (CL -200), Including Cleaning, CCTV,
Bore Pit Excavation, Backfill & Resurfacing
@ WjuvktilDollars
and
Cents $ $
Per Linear Foot �-
8. 500 L.F. Remove & Replace Exist. Water Main w/New 8" PVC C-900
(CL -200) Water Main & Fittings Including Trenching,
Bedding, Backfill & Resurfacing
@ <I, Dollars
and l�
Cents $ $ � , ('Vo
Per Linear Foot
PR3of7
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
450 L.F. Remove & Replace Exist. Water Main w/New 6" PVC C-900
(CL -200) Water Main Including Fittings, Trenching, Bedding,
Backfill & Resurfacing
@ /zdL11 Dollars
and
Cents $ $
Per Linear Foot
10. 8 EA. Furnish & Install 12" Resilient Wedge Gate Valve
@ uv 4g� , sci Dollars
and
Cents
Per Each
11. 5 EA. Furnish & Install /8" Resilient Wedge Gate Valve
@ tli�t -4i,' Ku�((/�4ollars
and v cp
Cents $ $ OW
Per Each
12. 10 EA. Furnish & Install 6" Resilient Wedge Gate Valve
@ �tcil /14a34/y/—Dollars
and
Cents $ $
Per Each
13. 5 EA. Remove & Dispose Portions of Exist. Water Main & Connect
w/New Transition Couplings & Fittings to Exist. 12" Water
Main
@ 56c4e& �#vdu iif/Dollars
and
Cents $ $ _5 )
Per Each
14. 1 EA. Remove & Dispose Portions of Exist. Water Main & Connect
w/New Transition Couplings & Fittings to Exist. 10" Water
Main
%%kl+0 ;ffd Dollars
and
Cents
Per Each
PR4of7
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
15. 3 EA. Remove & Dispose Portions of Exist. Water Main & Connect
w/New Transition Couplings & Fittings to Exist. 8" Water
Main ?? / /
@ � W)C �i� f;,4pd, Dollars
and
Cents $ $ %Z l
Per Each
16. 8 EA. Remove & Dispose Portions of Exist. Water Main & Connect
w/New Transition Couplings & Fittings to Exist. 6" Water
Main
@ Dollars
andy &2
Cents $ $ 9GE CCS'
Per Each
17. 2 EA. Cut -In New 18" Butterfly Valve on Exist. Main at Locations
Directed by the City Engineer
@ . N` % a Dollars
and
Cents $ $
Per Each
18. 2 EA. Cut -In New 12" RW Gate Valve on Exist. Main at Locations
Directed by the City Engineer
@ C �L< acSr pollars
and
Cents $ $
Per Each
19. 2 EA. Cut -In New 8" RW Gate Valve on Exist. Main at Locations
Directed by the City Engineer
@ �tp' //464tkollars
and J
Cents
Per Each
PR5of7
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
20. 3 EA. Abandon in Place Exist. Water Mains
@�t -�i `���"�ollars
and
Cents $
Per Each i
21. 2 EA. Remove & Dispose of Exist. Valve Vault
@ ll 4t' '- id! r/il'u ollars
and
Cents $
Per Each
22. 4 EA. Furnish/Install Fire Hydrant Assembly (Tee, Thrust Blocks,
Valve, Lateral, Bury, & F.H.)
@ 1,cilJ A�Ow " Dollars
and
Cents $ $
Per Each -
23. 1 EA. Remove Exist. & Install New 2" Air & Vacuum Release Valve
Assembly
Dollars
and
Cents
Per Each
24. 1 EA. Remove Exist. Water Service & Install New 2" Water Service
Per City Std -/503-L
@<e�� `r1'rhr��� Dollars
and
Cents $ $ 5 l
Per Each
25. 50 EA. Remove Exist. Water Service & Install New 1" Water Service
Per City Std -50//2-L
@ o� Z1' 40((6 Dollars
and
Cents $ $ 1�)
Per Each
=r*r6HrA
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
26. 1 EA. Remove Exist. & Install New 1" RPPB Devise
@ Dollars
and
Cents $ $
Per Each
27. 1 EA. Remove Exist. & Install New 4" Fire Service Line
@ Citi b /C A' S2 ilars
and
Cents $ $
Per Each
28. Lump Sum Provide Temporary Water Main Bypass & Service
Connections
@ d,5'0 liars
and
Cents
Per Lump Sum
29. Lump Sum Pressure Test, Disinfect & Flush New Water Mains
@ ��i' le Dollars
and
Cents $ $
Per Lump Sum /
30. Lump Sum Provide As -Built Plans
@ Two Thousand Dollars
and
Zero Cents $ 2,000
Per Lump Sum
PR7of7
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
TOTAL PRICE IN WRITTEN WORDS
and Cents
s -
Date
Sfl-Gflo l - S31 g
Bidder's Telephone and Fax Numbers
A-- S-goolL/
Bidder's License No(s).
and Classification(s)
Ilars
Total Price (Figures)
Bidder
Bidder's Authorized Signature and Title
331 S0 &41r a D4 A1110
Bidder's Address 61
Bidder's email address: Url 121Pe/1pt e (40, 1)Gr`1Z-,0 a `I e -i'
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
WATER MAIN MASTER PLAN RELPACEMENT
CONTRACT NO. 4920
PART 1 - GENERAL PROVISIONS 1
SECTION 2 -SCOPE AND CONTROL OF THE WORK
1
2-5 PLANS AND SPECIFICATIONS
1
2-9 SURVEYING
2
2-9.1 Permanent Survey Markers.
2
SECTION 3 -CHANGES IN WORK
3
3-3 EXTRA WORK
3
3-3.2 Payment
3
3-3.2.3 Markup. Replace this section with the following:
3
SECTION 4 - CONTROL OF MATERIALS
3
4-1 MATERIALS AND WORKMANSHIP
3
4-1.3 Inspection Requirements
3
SECTION 5 - UTILITIES
4
SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK
5
6-1.1 Construction Schedule.
5
Add the following between the first and second paragraphs of this section:
5
6-7 TIME OF COMPLETION
5
SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR
7
7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES
7
7-7 COOPERATION AND COLLATERAL WORK
7
7-8 WORK SITE MAINTENANCE
8
7-10 PUBLIC CONVENIENCE AND SAFETY
9
7-10.3 Street Closures, Detours and Barricades
9
7-10.4 Safety
10
7-15 CONTRACTOR'S LICENSES
12
7-16 CONTRACTOR'S RECORDS/AS-BUILT DRAWINGS
12
7-17 TEMPORARY WATER MAIN BY-PASS
12
7-17.1 General
12
7-18 WATER MAIN PRESSURE TESTING, DISINFECTION AND FLUSHING
13
7-19 SEWER FLOW BY-PASS SYSTEM
14
SECTION 9 - MEASUREMENT AND PAYMENT
15
9-3 PAYMENT
15
9-3.2 Partial and Final Payment,
21
PART 2 - CONSTRUCTION MATERIALS
22
SECTION 201- CONCRETE, MORTAR, AND RELATED MATERIALS
22
201-1 PORTLAND CEMENT CONCRETE
22
201-1.1 Requirements
22
201-1.1.2 Concrete Specified by Class and Alternate Class
[I]
22
201-2 REINFORCEMENT FOR CONCRETE
22
201-2.2 Steel Reinforcement
22
201-2.2.1 Reinforcing Steel
22
201-7 NON -MASONRY GROUT
22
201-7.2 Quick Setting Grout
22
SECTION 207 - PIPE
23
207-9 IRON PIPE AND FITTINGS
23
207-9.2 Ductile Iron Pipe for Water and Other Liquids
23
207-9.2.2 Pipe Joints
23
207-9.2.3 Fittings
24
SECTION 214 - PAVEMENT MARKERS
25
214-4 NONREFLECTIVE PAVEMENT MARKERS
25
214-5 REFLECTIVE PAVEMENT MARKERS
25
PART 3 - CONSTRUCTION METHODS
25
SECTION 300 - EARTHWORK
25
300-1 CLEARING AND GRUBBING
25
300-1.3 Removal and Disposal of Materials
25
300-1.3.1 General
26
300-1.3.2 Requirements
26
300-1.5 Solid Waste Diversion
26
SECTION 302 - ROADWAY SURFACING
27
302-5 ASPHALT CONCRETE PAVEMENT
27
302-5.1 General
27
302-6 PORTLAND CEMENT CONCRETE PAVEMENT
27
SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION
28
303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND
DRIVEWAYS
28
303-5.1 Requirements
28
303-5.1.1 General.
28
303-5.4 Joints
28
303-5.4.1 General
28
303-5.5 Finishing
28
303-5.5.1 General
28
303-5.5.2 Curb
28
303-5.5.4 Gutter
29
SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION
29
308-1 General
29
SECTION 310 - PAINTING
31
310-5 PAINTING VARIOUS SURFACES
31
310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings
31
310-5.6.6 Preparation of Existing Surfaces
31
310-5.6.7 Layout, Alignment, and Spotting
31
310-5.6.8 Application of Paint
31
SECTION 312 - PAVEMENT MARKER PLACEMENT AND REMOVAL 32
312-1 PLACEMENT 32
PART 4 32
SECTION 400 - ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, 32
PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL
32
400-2 UNTREATED BASE MATERIALS
32
400-2.1 General
32
400-2.1.1 Requirements
32
SECTION 2600 — FUSIBLE POLYVINYLCHLORIDE PIPE FOR INSTALLATION BY SLIPLINING
PART 1—GENERAL
PART 2 — PRODUCTS
33
39
PART 3 --EXECUTION 41
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
WATER MAIN MASTER PLAN REPLACEMENT
CONTRACT NO. 4920
INTRODUCTION
All work necessary for the completion of this contract shall be done in accordance with
(1) these Special Provisions; (2) the Plans (Drawing No. W -5332-S); (3) the City's
Standard Special Provisions and Standard Drawings for Public Works Construction,
(2004 Edition), including Supplements; (4) Standard Specifications for Public Works
Construction (2009 Edition), including supplements. Copies of the City's Standard
Special Provisions and Standard Drawings may be purchased at the Public Works
Department. Copies of the Standard Specifications for Public Works Construction 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
2.5 PLANS AND SPECIFICATIONS
2-5.2 Precedence of Contract Documents. Add to this section: "If there is a conflict
within any one specific Contract Document, the more stringent requirement as
determined by the Engineer shall control."
2-6 WORK TO BE DONE. Add to this section: "The work necessary for the completion
of this contract consists of but not limited to distributing notices to affected residents,
traffic control, locating and potholing existing utilities, removing interfering portions and
abandoning in place existing water and & related facilities, furnishing and installing new
water mains (open -cut and slip -line), water services, fire hydrants, valves, fittings & other
appurtenances, and restoring of all affected surface improvements, and other incidental
items of work to complete the project."
Page 1 of 47
2-9 SURVEYING
2-9.1 Permanent Survey Markers. Delete this section and replace with the following:
"The Contractor shall, prior to the beginning of work, inspect the project for existing
survey monuments and then schedule a meeting with the City Surveyor to walk the
project to review the survey monuments. The Contractor shall protect all survey
monuments during construction operations. In the event that existing survey
monuments are removed or otherwise disturbed during the course of work, the
Contractor shall restore the affected survey monuments at his sole expense. The
Contractor's Licensed Surveyor shall file the required Record of Survey or Corner
Records with the County of Orange upon monument restoration.
Existing street centerline ties and property corner monuments are to be preserved. The
Contractor shall be responsible for the cost of restoring all survey ties and/or
monuments damaged by the Work."
2-9 SURVEYING
2-9.1 Permanent Survey Markers. Delete this section and replace with the following:
"The Contractor shall, prior to the beginning of work, inspect the project for existing
survey monuments and then schedule a meeting with the City Surveyor to walk the
project to review the survey monuments. The Contractor shall protect all survey
monuments during construction operations. In the event that existing survey
monuments are removed or otherwise disturbed during the course of work, the
Contractor shall restore the affected survey monuments at his sole expense. The
Contractor's Licensed Surveyor shall file the required Record of Survey or Corner
Records with the County of Orange upon monument restoration. Existing street
centerline ties and property corner monuments are to be preserved. The Contractor
shall be responsible for the cost of restoring all survey ties and/or monuments damaged
by the Work."
2-9.2 Survey Services. Add to this section: "The Contractor shall be responsible for
the survey controls and construction survey staking services that are necessary to
construct the improvements. At a minimum, two (2) sets of layout staking at 50'
intervals as well as all angle points, pipe junctions, and other pipe appurtenances, and
copies of each set shall be provided to City 48 -hours in advance of any work.
All final layout of pipelines and appurtenances, including surface improvement
removal/replacement limits, and field layout adjustments of pipelines (See also
SECTION 5 ---UTILITIES) due to conflict avoidance, shall be approved in advance by
the Engineer (prior to commencing saw -cut and trenching operations) and documented
by the Contractor on the field "As -Built" drawings.
Add Section 2-12 PRE -CONSTRUCTION VIDEO
2-12 PRE -CONSTRUCTION VIDEO. Prior to any slip -lining construction activities, the
Contractor shall provide the City with a video tape (CCTV) showing the condition of the
Page 2 of 47
existing 18 -inch cast iron water main and any verticalfhorizontal bends that may affect
slip -lining operations.
SECTION 3 - CHANGES IN WORK
3-3 EXTRA WORK
3-3.2 Payment
3-3.2.3 Markup. Replace this section with the following:
"(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 ............................................
15
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, one (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 (prior to any markups) 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.
SECTION 4 - CONTROL OF MATERIALS
iC�iPiN N TiTP7:7./Ji/INN:11�
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 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. Submittals are required for all construction material.
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
Page 3 of 47
failed tests or inspections are required because of unsatisfactory results in the manner
in which the Contractor executed the work, such tests and inspections shall be paid for
by the Contractor."
SECTION 5 - UTILITIES
5-1 LOCATION. Add the following: 'The Contractor is responsible for, and shall at his
or her expense, pothole all existing utilities which may be affected by the work, and to
verify points of connection and potential conflicts. No segment of work for new pipeline
shall begin until the contractor has potholed and verified points of connection and
related connection material requirements, and coordinated the final layout of the new
pipeline with the City representative, including adjustments due to field conflicts with
other utilities or structures above or below ground."
Add the following after the 3rd paragraph: "Within seven (7) Calendar days after
completion of the work or phase of work, the Contractor shall remove all USA utility
markings. Removal by sand blasting is not allowed. Any surface damaged by the
removal effort shall be repaired to its pre -construction condition or better."
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."
Add Section 5-7 ADJUSTMENT TO GRADE
5-7 ADJUSTMENTS TO GRADE. The Contractor shall adjust or replace to finish grade
City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts
and survey monuments.
New or replaced water valves indicated on the plan or otherwise directed by the
Engineer shall have the water valve cover set flush with finish surface grade.
The Contractor will be required to contact Southern California Edison, The Gas
Company, AT&T Telephone, cable television, and any other utility facilities to have their
existing utilities adjusted to finish grade. The Contractor shall coordinate with each
utility company for the adjustment of their facilities in advance of work to avoid potential
delays to the Project Schedule.
5-8 SALVAGED MATERIALS. The Contractor shall salvage all existing sewer/storm
drain manhole (including grade rings), meter or valve box covers. The Contractor shall
salvage all removed cast iron pipes. All salvaged materials owned by the City of
Newport Beach shall be delivered to the City's Utilities Yard at 949 West 16th Street,
Newport Beach, CA 92663. The Contractor shall coordinate and make arrangements
for the delivery of salvaged materials by contacting the Utilities Division at (949) 644-
3011.
Page 4 of 47
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.
6-1.1 Construction Schedule. Add the following between the first and second
paragraphs of this section:
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 the pre -construction meeting.
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 Contractor has exerted extra effort to meet the original schedule and has
demonstrated that the ability to maintain the approved schedule in the future. Such
stoppages of work shall in no way relieve the Contractor from the 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.
6-7 TIME OF COMPLETION
6-7.1 General. Add to this section: The Contractor shall complete all work under the
Contract within 65 consecutive working days after the date on the Notice to Proceed.
The Contractor shall ensure the availability and delivery 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 15t
(New Year's Day), 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 4th,
the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth
Thursday and Friday in November (Thanksgiving and Friday after), December 24tH
(Christmas Eve), December 25th (Christmas), and December 31st (New Year's Eve). If
the holiday falls on a Sunday, the following Monday will be considered the holiday. If
the holiday falls on a Saturday, the Friday before will be considered the holiday."
Add the following Section 6-7.4 Working Hours
6-7.4 Working Hours. Normal working hours are limited to 7:00 a.m. to
4:30 p.m. Monday through Friday excluding weekends and holidays, unless otherwise
noted in these Contract Documents.
Page 5 of 47
The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work
site, storage sites, staging areas, etc., before or after the normal working hours
prescribed above.
Should the Contractor elect to work outside normal working hours, Contractor must first
obtain special permission from the Engineer. The request may be for until 6:30 p.m.
on weekdays or 8:00 a.m. to 6:00 p.m. on Saturday only. A request for working
outside the normal working 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 $146 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
$1,000.
Revise paragraph two, sentence one, to read: "Execution of the Contract shall
constitute agreement by the Agency and Contractor that the above liquidated damages
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."
6-11 SEQUENCE OF CONSTRUCTION
6-11.1 Multiple Headings. In order to meet the contract schedule, the Contractor
will be allowed to initiate and maintain two or more construction headings. However, the
Contractor will not be allowed to have multiple phases of work occurring that have the
corresponding traffic control devices in conflict with each other. Total open trench at
any one time is not to exceed 500 linear feet.
6-11.2 Sequencing Construction to Maintain Water Service. The proposed water
main connections will need to be sequenced in order to maintain water services to the
project area. The sequencing will need to be coordinated with the City a minimum of
seven calendar days prior to beginning any connections and/or shut downs of existing
water mains. The Contractor may use the following suggested sequencing plan or
submit an alternative sequencing plan. The alternative sequencing plan shall be
approved by the City prior to commencement of construction.
Page 6 of 47
The following sequence of construction shall be followed:
Prior to September 7th (Labor Day)
Goldenrod Avenue between Coast Highway and Harbor View Elementary
School
Goldenrod Intersection at Coast Highway (Night Work)
Goldenrod Avenue between 1st Avenue and Coast Highway (not including
Coast Highway)
After September 7th (Labor Day)
4. First Avenue 8 -inch Water Main
5. Marguerite Avenue crossing at Coast Highway
6. Alley's 23c and 18c
SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR
7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES
7-1.2 Temporary Utility Services. Add to the end of this section: If the Contractor elects
to use City water, he shall arrange for a meter and tender a $1,073.21 meter deposit
with the City. Upon return of the meter to the City, the deposit will be returned to the
Contractor, less a $100 monthly charge for meter use, a charge for water usage and
any repair charges for damage to the meter.
Water used during construction shall be paid for by the Contractor. This includes water
for flushing and pressure testing water lines, compaction, irrigation during maintenance
period for landscaping, etc.
City shall designate to the Contractor the location of the fire hydrant or other connection
acceptable for drawing of construction and temporary water. City reserves the right to
limit the location, times and rates of drawing of such water.
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 provide the City advanced notice a minimum of seven calendar
days prior to the time he desires the shutdown of water and/or sewer 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 nighttime 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
Page 7 of 47
be coordinated with the Engineer. The City must approve any nighttime work in
advance. It is the Contractor's responsibility to notify the affected business and
residents of the upcoming water shutdown with a form provided by the Engineer at least
48 hours minimum in advance of the water shut down.
The Contractor shall provide and install new water meter and valve boxes. 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 the City of Newport Beach Utilities Division at (949) 644-3011.
7-8 WORK SITE MAINTENANCE
Add Section 7-8.4.3 Storage of Equipment and Materials in Public Streets
7-8.4.3 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 in advance. It is
the Contractor's responsibility to obtain an area for the storage of equipment and
materials. The Contractor shall obtain the Engineer's approval of a site for storage of
equipment and materials prior to arranging for or delivering equipment and materials to
the site. Prior to move -in, the Contractor shall take photos of the laydown area. The
Contractor shall restore the laydown area to its pre -construction condition. The
Engineer may require new base and pavement if the pavement condition has been
compromised during construction."
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. The Contractor shall also comply with the
Construction Runoff Guidance Manual which is available for review at the Public Works
Department or can be found on the City's website at
www.newportbeachca.gov/publicworks and clicking on permits, then selecting the link
Construction Runoff Guidance Manual. Additional information can be found at
www.cleanwaternewport.com."
7-8.6.2 Best Management Practices (BMPs). Add to this section: The Contractor shall
submit a Best Management Practice (BMP) plan for containing any wastewater or storm
water runoff from the project site including, but not limited to the following:
a. No placement of construction materials where they could enter storm drain system,
which includes gutters that lead to catch basins.
b. Checking construction vehicles for leaking fluids.
c. Providing a controlled area for cleaning or rinse -down activities.
d. Monitoring construction activities.
e. Minimizing usage of water when saw -cutting and vacuum the residue.
Page 8 of 47
f. Providing measures to capture or vacuum -up water contaminated with
construction debris.
g. Removing any construction related debris on a daily basis.
h. Protecting work areas from erosion.
The BMP will be approved by the Engineer prior to any work. The City of Newport
Beach will monitor the adjacent storm drains and streets for compliance. Failure of the
Contractor to follow BMP will result in immediate cleanup by City and back -charging the
Contractor for all costs plus 15 percent. The Contractor may also receive a separate
Administrative Citation per Section 14.36.030A23 of the City's Municipal Code.
7-8.7.2 Steel Plates. "Steel plates utilized for trenching shall be the slip resistant type
per Caltrans Standards. In addition, steel plates utilized on arterial highways shall be
pinned and recessed flush with existing pavement surface."
7-10 PUBLIC CONVENIENCE AND SAFETY
7-10.1 Traffic and Access. Add to this section: "The Contractor shall provide traffic
control and access in accordance with Section 7-10 of the Standard Specifications and
the Work Area Traffic Control Handbook (WATCH), also published by Building News,
Inc.
Pedestrian access to all storefronts, offices, residences, etc., within the limits of work
must be maintained at all times. The Contractor shall cooperate with the Engineer to
provide advance notice to any and all establishments whose access will be impacted by
construction operations, particularly sidewalk construction. The Contractor shall furnish
and install signage, barricades, delineators, yellow safety ribbon, and any other
measures deemed necessary by the Engineer to safely direct the public around areas
of construction, and into (and out of) the affected establishments. Such measures shall
be shown on the Detailed Traffic Control Plans (see Section 7-10.3)."
7-10.3 Street Closures, Detours and Barricades
Add to this section: "The Contractor shall provide traffic control and access in
accordance with Section 7-10 of the Standard Specifications and the WORK AREA
TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic control and
detours shall incorporate the following items:
1. Emergency vehicle access shall be maintained at all times.
2. The locations and wordings of all barricades, signs, delineators, lights, warning
devices, parking restrictions, and any other required details shall ensure that all
pedestrian and vehicular traffic will be handled in a safe manner with a
minimum of inconvenience to the public.
3. All advanced warning sign installations shall be reflectorized and/or lighted.
Page 9 of 47
4. The Contractor shall accommodate the City's trash collection. If the
Contractor elects to work on a street during its trash collection day, it shall be
the Contractor's responsibility to make alternative trash collection
arrangements by contacting the City's Refuse Superintendent, at (949) 718-
3468 and all affected property owners.
The Contractor will be allowed to close one alley or street a block at a time to
complete the work. Work in other alleys and streets can take place if not
immediately adjacent to the first area of work and does not cause any other
impacts to residents, such as lost street parking. The Contractor shall make
special accommodations to provide access for residents with disabilities in
the closed alleys and streets. Contractor will be responsible for providing
detour plans for each road closure. Plans may include postings of No -
Parking to increase traffic flow on streets where traffic is detoured to increase
traffic flow.
6. Sidewalk closures in non-residential areas, or as determined by the City, shall
be set with barricades and SIDEWALK CLOSED signs on barricades at the
closure and SIDEWALK CLOSED USE OTHER SIDE signs on barricades at
the closest crosswalk or controlled intersection.
7. Sidewalk closures in residential areas, or as determined by the City, shall be
set with barricades and SIDEWALK CLOSED signs on barricades at the
closure
8. For work on East Coast Highway, the contractor shall maintain one lane of
traffic in each direction.
9. Normal working hours on East Coast Highway at Marguerite Avenue, are
limited to 9:30 a.m. to 4:00 p.m. for the Northbound direction and 8:30 a.m. to
4:00 p.m. Southbound (day work) and 7:30 p.m. to 6:00 a.m. at the
Goldenrod Avenue intersection (night work). Contractor shall minimize noise
after 11:00 p.m. during night work operations.
10.At a minimum, the contractor will be required to set-up 4 changeable
message boards alerting traffic of all construction and lane closures on East
Coast Highway.
7-10.4 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.
Page 10 of 47
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."
Add the following Section 7-10.5 "No Parking" Signs
7-10.5 "No Parking" Signs. The Contractor shall install, and maintain in place "NO
PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs)
which he shall post at least forty-eight hours in advance of the need for enforcement.
The signs will be provided by the City at no cost to the Contractor. However, the City
reserves the right to charge $2.00 per sign following any excessive abuse or wastage of
the signs by the Contractor. In addition, it shall be the Contractor's responsibility to
notify the City's Police Department at (949) 644-3717 for verification of posting at least
forty-eight hours in advance of the need for enforcement. The City of Newport Beach
"Temporary Tow -Away, No Parking" signs are available at the Public Works
Department public counter.
The Contractor shall print the hours and dates of parking restriction on the "NO
PARKING -TOW AWAY" sign in 2 -inch high non -erase letters and numbers. A sample
of the completed sign shall be reviewed and approved by the Engineer prior to posting.
Add the following Section 7-10.7 Street Sweeping Signs and Parking Meters
7-10.7 Street Sweeping Signs and Parking Meters. After posting temporary "NO -
PARKING -TOW AWAY" signs, the Contractor shall cover street sweeping signs and
parking meters, on those streets adjacent to the construction with a "PERMIT PARKING
ONLY" sign, in a manner approved by the Engineer. The contractor shall also cover all
street sweeping signs on the opposite side of the street from where he has posted the
"PERMIT PARKING ONLY" signs, in a manner approved by the Engineer. Immediately
after construction is complete and the alley is opened to traffic, the Contractor shall
remove all signs and uncover the street sweeping signs. City of Newport Beach
"PERMIT PARKING ONLY" signs are available from the Engineer.
Add the following Section 7-10.8 Notice to Residents and Temporary Parking
Permits
7-10.8 Notices to Residents and Temporary Parking Permits. Ten working days prior to
starting work, the Contractor shall deliver a construction notice to the adjacent
residents, within 500 feet of the project, describing the project and indicating the limits
of construction. The City will provide the notice.
Forty-eight hours prior to the start of any construction, the Contractor shall distribute to
the adjacent residents a second written notice prepared by the City clearly indicating
specific dates in the space provided on the notice when construction operations will
start for each block or alley, what disruptions may occur, and approximately when
construction will be complete. An interruption of work at any location in excess of 14
calendar days shall require re -notification. The Contractor shall insert the applicable
dates and times at the time the notices are distributed. In addition to the forty-eight
Page 11 of 47
hour notice, the Contractor shall hand out two Temporary Parking Permits to each
residence adjacent to the alley construction. The Temporary Parking Permits shall be
filled out and signed by the Engineer and valid during the period of construction of the
adjacent alley only.
The written notices will be prepared by the City, but shall be completed and distributed
by the Contractor. 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 City.
Add the following Section 7-15 Contractor's Licenses
7-15 CONTRACTOR'S LICENSES
At the time of the award and until completion of work, the Contractor shall possess a
Class "A" (General Engineering) Contractor's License. At the start of work and until
completion of work, the Contractor and all Sub -contractors shall possess a valid
Business License issued by the City of Newport Beach.
Add the following Section 7-16 Contractor's Records/As-built Drawings:
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 reviewed by the Engineer at the time each progress
bill is submitted. Any changes to the approved plans that have been made with
approval from the Engineer shall be documented on the "As -Built" drawings.
The "As -Built" shall be submitted and approved by the Engineer prior to final payment
or release of any bonds.
The Contractor shall maintain books, records, and documents in accord with generally
accepted accounting principles and practices. These books, records, and documents
shall 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."
7-17 TEMPORARY WATER MAIN BY-PASS
7-17.1 General
As a part of this project, the Contractor will be responsible for installation of the
temporary by-pass water system as described in these special provisions and the
plans.
Page 12 of 47
The Contractor can commence installation of new mains once the temporary by-pass
system is in place and has passed a disinfection test. The Contractor shall have the
by-pass line inspected by City personnel prior to commencing the project.
If at any time, the temporary by-pass water system is damaged, it will be the
Contractor's responsibility to repair and replace any damaged or destroyed section to
the satisfaction of the City.
The Contractor shall adhere to the following special provisions when installing
temporary by-pass systems:
1. Water service shall be maintained to all customers at all times except as
necessary to install the temporary by-pass system. The Contractor's method of
providing such continuous service shall be approved by the City prior to
construction.
2. It is recommended that two (2) 2 -inch steel by-pass lines shall be installed, one
on either side of the alley adjacent to the meter boxes. All temporary piping
crossing streets shall be buried and paved flush with the existing surface.
3. The Contractor shall make arrangements for disinfection and bacteriological
testing and certification of the by-pass systems from Mr. Chris Auger, at (949)
644-3019. The Contractor shall be responsible for disinfection and flushing the
by-pass systems as well as pulling the bacteriological samples and running the
incubations tests for coliform bacteria.
4. The Contractor will then remove meters and connect services to temporary by-
pass systems. Upon acceptance by the City of new water mains, after the water
services have been reinstalled by the Contractor, the Contractor will disconnect
the temporary by-pass system at each service connection and reinstall meters.
The temporary water main by-pass system installed at any given time shall not
exceed the water services between any single alley section (from local street
intersection to local street intersection) unless approved in writing by the City in
advance of the work, including specific limits of the proposed by-pass.
Add the following Section:
7-18 WATER MAIN PRESSURE TESTING, DISINFECTION AND FLUSHING
7-18.1 General. As a part of this project, the Contractor will be responsible for pressure
testing, disinfection and flushing of the new water mains.
The Contractor shall adhere to the following special provisions for pressure testing,
disinfection and flushing of new water mains and services and Sections 207-21.7, 207-
21.7.1, 207-21.7.2, 306-1.4.5 (Water pressure test) and 306-1.4.7 (Water main
Disinfection) of the Standard Special provisions:
Page 13 of 47
1. Water service shall be maintained to all customers at all times except as
necessary to transfer service from the old main to the new main. The
Contractor's method of providing such continuous service shall be approved by
the City prior to construction.
2. Contractor shall pressure test new main lines including any services prior to
disinfection.
3. The Contractor shall make arrangements for disinfection and bacteriological
testing and certification of the new main and services from Mr. Chris Auger, at
(949) 718-3417. The Contractor shall be responsible for disinfection and
flushing the main and services as well as pulling the bacteriological samples and
running the incubations tests for coliform bacteria.
4. Upon successful completion of the pressure testing and disinfection, the
Contractor shall thoroughly flush all mains and services prior to connection to
customers. Flushing of services shall be done at the new angle stop and fittings
shall be utilized such that the meter box is not flooded by the flushing operation."
Add the following Section:
7-19 SEWER FLOW BY-PASS SYSTEM
The Contractor shall bypass all sewage flows during sewer related construction
operations, as required. The Contractor shall at all times be responsible for the
operation of the bypass system, including furnishing the necessary equipment and
making arrangements to obtain power as required. If pumping is required, the
Contractor shall provide redundant pumping capabilities to remain on site if the primary
system fails. Primary bypass system and backup bypass systems shall be designed to
handle 120% of the peak flow as specified by the "City. The effluent level in the bypass
pumping manhole shall not be allowed to rise more than 1 foot above the crown of the
incoming sewer pipe. Plans for bypassing shall be submitted by the Contractor to the
City for approval prior to related construction activity, allowing at least 10 working days
for review and return of comments. Approval by the City does not in any way relieve
the Contractor of its responsibilities provided for in this section of any public liability for
sewage spills under this Contract."
Page 14 of 47
SECTION 9 - MEASUREMENT AND PAYMENT
9-3 PAYMENT
9-3.1 General. Revise paragraph two to read: 'The unit and lump sum prices bid for
each item of work shown on the proposal shall include full compensation for furnishing
the labor, materials, tools, and equipment and doing all the work, including restoring all
existing improvements, 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, Demobilization and Cleanup: Work under this item shall
include, but not be limited to, mobilization, preparation, survey controls, staking,
pipeline layout, survey monument adjustment, re-establishing of property corners
disturbed by the work, all labor, tools, equipment and material costs for providing
bonds, insurance and financing, preparing and implementing the BMP Plan, preparing
and updating construction schedules as needed, attending construction progress
meetings as needed, and all other related work as required by the Contract Documents.
This bid item shall also include work to demobilize from the project site including but not
limited to site cleanup, removal of USA markings and providing any required
documentation as noted in these Special Provisions.
Item No. 2 Traffic Control: Work under this item shall include, but not be limited to,
all labor, tools, equipment and material costs for delivering all required notifications and
temporary parking permits, posting signs, covering conflicting existing signs, and all
costs incurred notifying residents. In addition, this item includes preparing traffic control
plans prepared and signed by a California licensed traffic engineer, and providing the
traffic control required by the project including, but not limited to, signs, cones,
barricades, flashing arrow boards and changeable message signs, K -rail, temporary
striping, flagpersons. This item includes furnishing all labor, tools, equipment and
materials necessary to comply with the W.A.T.C.H. Manual, Latest edition, and City of
Newport Beach requirements.
Item No. 3 Trench Excavation Safety Measures: Work under this item shall
include but not be limited to submitting a detailed plan to the engineer prior to
excavating any trench greater than five feet in depth per the project specifications and
implementation of the required shoring and bracing to complete the work in place.
Item No. 4 Replace Traffic Detector Loops: Work under this item shall include
all labor, tools, equipment and material costs to remove and replace traffic signal
detector loops (lead loops shall be per City of Los Angeles Standard S -70.1D and
presence loops shall be Type E per Caltrans Standard plans ES -5A and ES -5B), make
electrical connections and wirings to existing pull boxes, test, calibrate the new signal
loop detectors, and all work items as required to complete the work in place.
Page 15 of 47
Item No. 5 Traffic Striping: Work under this item shall include installing traffic
striping, pavement markers, and all other work items as required to complete the work
in place.
Item No. 6 Remove and Replace Existing Water Main with New 12" PVC C-900
(CL -200) Water Main Including Fittings, Trenching, Bedding, Backfill and
Resurfacing: Work under this item shall include, but not be limited to, exposing all
existing utilities in advance of the work (including potholing), final field layout and
coordination of new water main, sawcutting and removal of surfacing (AC or PCC),
excavation, trenching, bedding, backfilling & compaction, furnishing and installation of
pipe, fittings (including tees, crosses and reducers), couplings, polyethylene
encasement, thrust blocks, temporary patching or plating, dewatering, control of ground
or surface water, protection and support of existing utilities, removal and disposal of
interfering portions of existing water pipe and appurtenances, abandoning of existing
pipes & appurtenances, removal, salvage and delivery of existing fire hydrants and
water valves to the City of Newport Beach Utilities Yard, disposal of excess excavated
materials, final trench re -surfacing (per specifications section 302-5.2), replacement of
existing curb/gutter, sidewalk or driveway and all other related final surface
improvements, and work necessary to construct the water main complete and in place.
Item No. 7 Slip -line Existing 18" Cast Iron Water Main w/12" Fusible PVC C-
900 Water Main (CL -200), Including Cleaning, CCN, Bore Pit Excavation, Backfill
and Resurfacing: Work under this item shall include, but not be limited to, exposing all
existing utilities in advance of the work (including potholing), CCTV and cleaning of the
existing host pipe, final field layout, coordination of new water main, sawcutting and
removal of surfacing (AC or PCC), excavation, backfilling & compaction, furnishing and
installation of pipe, filling annular space between host pipe and new main with blown
sand, fittings (including tees, crosses and reducers), couplings, thrust blocks, temporary
patching or plating, control of ground or surface water, protection and support of
existing utilities, removal and disposal of interfering portions of existing water pipe and
appurtenances, abandoning of existing pipes & appurtenances, removal, salvage and
delivery of existing fire hydrants and water valves to the City of Newport Beach Utilities
Yard, disposal of excess excavated materials, final trench re -surfacing (per
specifications section 302-5.2), replacement of existing curb/gutter, sidewalk or
driveway and all other related final surface improvements, and work necessary to
construct the water main complete and in place.
Item No. 8 Remove and Replace Existing Water Main with New 8" PVC C-900
(CL -200) Water Main & Fittings Including Trenching, Bedding, Backfill and
Resurfacing: Work under this item shall include, but not be limited to, exposing all
existing utilities in advance of the work (including potholing), final field layout and
coordination of new water main, sawcutting and removal of surfacing (AC or PCC),
excavation, trenching, bedding, backfilling & compaction, furnishing and installation of
pipe, fittings (including tees, crosses and reducers), couplings, polyethylene
encasement, thrust blocks, temporary patching or plating, dewatering, control of ground
or surface water, protection and support of existing utilities, removal and disposal of
interfering portions of existing water pipe and appurtenances, abandoning of existing
pipes & appurtenances, removal, salvage and delivery of existing fire hydrants and
water valves to the City of Newport Beach Utilities Yard, disposal of excess excavated
Page 16 of 47
materials, final trench re -surfacing (per specifications section 302-5.2), replacement of
existing curb/gutter, sidewalk or driveway and all other related final surface
improvements, and work necessary to construct the water main complete and in place.
Item No. 9 Remove and Replace Existing Water Main with New 6" PVC C-900
(CL -200) Water Main & Fittings Including Trenching, Bedding, Backfill and
Resurfacing: Work under this item shall include, but not be limited to, exposing all
existing utilities in advance of the work (including potholing), final field layout and
coordination of new water main, sawcutting and removal of surfacing (AC or PCC),
excavation, trenching, bedding, backfilling & compaction, furnishing and installation of
pipe, fittings (including tees, crosses and reducers), couplings, polyethylene
encasement, thrust blocks, temporary patching or plating, dewatering, control of ground
or surface water, protection and support of existing utilities, removal and disposal of
interfering portions of existing water pipe and appurtenances, abandoning of existing
pipes & appurtenances, removal, salvage and delivery of existing fire hydrants and
water valves to the City of Newport Beach Utilities Yard, disposal of excess excavated
materials, final trench re -surfacing (per specifications section 302-5.2), replacement of
existing curb/gutter, sidewalk or driveway and all other related final surface
improvements, and work necessary to construct the water main complete and in place.
Item No. 10 Furnish and Install 12" Resilient Wedge Gate Valve: Work under
this item shall include installing a 12 -inch Ductile Iron Resilient Wedge Valve including,
but not limited to, valve box and cover and valve extension and all other work items as
required to complete the work in place.
Item No. 11 Furnish and Install 8" Resilient Wedge Gate Valve: Work under this
item shall include installing a 8 -inch Ductile Iron Resilient Wedge Valve including, but
not limited to, valve box and cover and valve extension and all other work items as
required to complete the work in place.
Item No. 12 Furnish and Install 6" Resilient Wedge Gate Valve: Work under this
item shall include installing a 6 -inch Ductile Iron Resilient Wedge Valve including, but
not limited to, valve box and cover and valve extension and all other work items as
required to complete the work in place.
Item No. 13 Remove & Dispose Portion of Existing Water Main & Connect with
Transition Couplings & Fittings to Existing 12" Water Main: Work under this item
shall include sawcutting and removal of surfacing (AC or PCC), removal and disposal of
a segment of the existing water main pipe, thrust blocks, valves and fittings,
determination of connection requirements, furnishing and installing fittings, transition
couplings, pipe adaptors, making final connections to existing water main, polyethylene
encasement, thrust blocks, temporary patching or plating, dewatering, control of ground
or surface water, protection and support of existing utilities, removal and disposal of
interfering portions of existing water pipe and appurtenances, disposal of excess
excavated materials, final trench re -surfacing (per specifications section 302-5.2),
replacement of existing curb/gutter, sidewalk or driveway and all other related final
surface improvements, and work necessary to construct the water main complete and
in place.
Page 17 of 47
Item No. 14 Remove & Dispose Portion of Existing Water Main & Connect with
Transition Couplings & Fittings to Existing 10" Water Main: Work under this item
shall include sawcutting and removal of surfacing (AC or PCC), removal and disposal of
a segment of the existing water main pipe, thrust blocks, valves and fittings,
determination of connection requirements, furnishing and installing fittings, transition
couplings, pipe adaptors, making final connections to existing water main, polyethylene
encasement, thrust blocks, temporary patching or plating, dewatering, control of ground
or surface water, protection and support of existing utilities, removal and disposal of
interfering portions of existing water pipe and appurtenances, disposal of excess
excavated materials, final trench re -surfacing (per specifications section 302-5.2),
replacement of existing curb/gutter, sidewalk or driveway and all other related final
surface improvements, and work necessary to construct the water main complete and
in place.
Item No. 15 Remove & Dispose Portion of Existing Water Main & Connect with
Transition Couplings & Fittings to Existing 8" Water Main: Work under this item
shall include sawcutting and removal of surfacing (AC or PCC), removal and disposal of
a segment of the existing water main pipe, thrust blocks, valves and fittings,
determination of connection requirements, furnishing and installing fittings, transition
couplings, pipe adaptors, making final connections to existing water main, polyethylene
encasement, thrust blocks, temporary patching or plating, dewatering, control of ground
or surface water, protection and support of existing utilities, removal and disposal of
interfering portions of existing water pipe and appurtenances, disposal of excess
excavated materials, final trench re -surfacing (per specifications section 302-5.2),
replacement of existing curb/gutter, sidewalk or driveway and all other related final
surface improvements, and work necessary to construct the water main complete and
in place.
Item No. 16 Remove & Dispose Portion of Existing Water Main & Connect with
Transition Couplings & Fittings to Existing 6" Water Main: Work under this item
shall include sawcutting and removal of surfacing (AC or PCC), removal and disposal of
a segment of the existing water main pipe, thrust blocks, valves and fittings,
determination of connection requirements, furnishing and installing fittings, transition
couplings, pipe adaptors, making final connections to existing water main, polyethylene
encasement, thrust blocks, temporary patching or plating, dewatering, control of ground
or surface water, protection and support of existing utilities, removal and disposal of
interfering portions of existing water pipe and appurtenances, disposal of excess
excavated materials, final trench re -surfacing (per specifications section 302-5.2),
replacement of existing curb/gutter, sidewalk or driveway and all other related final
surface improvements, and work necessary to construct the water main complete and
in place.
Item No. 17 Cut -in New 18" Butterfly Valve on Existing Main at Locations
Directed by the City Engineer: Work under this item shall include, at the direction of
the Engineer, sawcutting and removal of surfacing (AC or PCC), removal and disposal
of a segment of the existing water main pipe, determination of connection requirements,
Page 18 of 47
furnishing and installing new valve, fittings, transition couplings, pipe adaptors, making
final connections to existing water main, polyethylene encasement, thrust blocks,
temporary patching or plating, dewatering, control of ground or surface water, protection
and support of existing utilities, removal and disposal of interfering portions of existing
water pipe and appurtenances, disposal of excess excavated materials, final trench re-
surfacing and all other related final surface improvements, and all other related work
items as required to complete the work in place as indicated on the plans.
Item No. 18 Cut -in New 12" RW Gate Valve on Existing Main at Locations
Directed by the City Engineer: Work under this item shall include, at the direction of
the Engineer, sawcutting and removal of surfacing (AC or PCC), removal and disposal
of a segment of the existing water main pipe, determination of connection requirements,
furnishing and installing new valve, fittings, transition couplings, pipe adaptors, making
final connections to existing water main, polyethylene encasement, thrust blocks,
temporary patching or plating, dewatering, control of ground or surface water, protection
and support of existing utilities, removal and disposal of interfering portions of existing
water pipe and appurtenances, disposal of excess excavated materials, final trench re-
surfacing and all other related final surface improvements, and all other related work
items as required to complete the work in place as indicated on the plans.
Item No. 19 Cut -in New 8" RW Gate Valve on Existing Main at Locations
Directed by the City Engineer: Work under this item shall include, at the direction of
the Engineer, sawcutting and removal of surfacing (AC or PCC), removal and disposal
of a segment of the existing water main pipe, determination of connection requirements,
furnishing and installing new valve, fittings, transition couplings, pipe adaptors, making
final connections to existing water main, polyethylene encasement, thrust blocks,
temporary patching or plating, dewatering, control of ground or surface water, protection
and support of existing utilities, removal and disposal of interfering portions of existing
water pipe and appurtenances, disposal of excess excavated materials, final trench re-
surfacing and all other related final surface improvements, and all other related work
items as required to complete the work in place as indicated on the plans.
Item No. 20 Abandon in Place Existing Water Mains: Work under this item shall
include furnishing all labor, materials and equipment to abandon in place the existing
water main for the limits shown on the plans, including, but not limited to, excavation
backfill, slurry backfill, compaction, pavement removal and replacement, protection of
existing water main and improvements to remain in service, plugging and filling
abandoned portion of main with 1 -sack slurry, and all other work items as required to
complete the work in place.
Item No. 21 Remove and Dispose of Existing Valve Vault: Work under this item
shall include, but is not limited to, cutting and removing the existing valve vault,
excavation, backfill, compaction, disposal of excess material, removal and replacement
of pavement (per specifications section 302-5.2), removing existing piping, valves
couplings, fittings, frame and cover, vent piping, slurry fill and all other work items as
required to complete the work in place.
Page 19 of 47
Item No. 22 Furnish/Install Fire Hydrant Assembly (Tee, Thrust Blocks, Valve,
Lateral, Bury and F.H.): Work under this item shall include installing a new fire
hydrant assembly in accord with City of Newport Beach STD -500-L, including but not
limited to sawcutting and removal of surfacing (AC or PCC), excavation, trenching,
bedding, backfilling & compaction, fire hydrant (standard style wet barrel James Jones
J -3700R), fire hydrant bury, valve, 6" or 8" lateral pipe (per City Standard), tee, thrust
blocks valve box and cast Iron traffic cover, valve extension, removal and replacement
of surface improvements (concrete curbs, gutters, & sidewalks), removal or abandoning
of existing pipes & appurtenances, and all other work items as required to complete the
work in place.
Item No. 23 Remove Existing and Install New 2" Air and Vacuum Release
Valve Assembly: Work under this item shall include, but is not limited to, removing
and disposing of existing assembly and installing a new air and vacuum release valve
assembly in accord with City of Newport Beach STD -515-L, including but not limited to
pavement removal and replacement (per specifications section 302-5.2), replacement
of existing curb/gutter, sidewalk or driveway and all other related final surface
improvements, and work necessary to construct this item complete and in place.
Item No. 24 Remove Existing Water Service and Install New 2" Water Service
Per City Std -503-L: Work under this item shall include, but not be limited to, exposing
all existing utilities in advance of the work (including potholing), final field layout and
coordination of new services, sawcutting and removal of surfacing (AC or PCC),
excavation, trenching, bedding, backfilling & compaction, furnishing and installation of
piping, fittings, couplings, and tie-ins, adjustments to water services on the private side
of the meter as required by the City standards, temporary patching or plating,
dewatering, control of ground or surface water, protection and support of existing
utilities, removal and disposal of interfering portions of existing water service and
appurtenances, permanent re -surfacing over new service runs, including concrete
curbs, gutters and sidewalks, disposal of excavated materials, final trench re -surfacing
and all other related final surface improvements, and all other work necessary to
construct the water service main complete and in place.
Item No. 25 Remove Existing Water Service and Install New 1" Water Service
Per City Std -502-L: Work under this item shall include, but not be limited to, exposing
all existing utilities in advance of the work (including potholing), final field layout and
coordination of new services, sawcutting and removal of surfacing (AC or PCC),
excavation, trenching, bedding, backfilling & compaction, furnishing and installation of
piping, fittings, couplings, and tie-ins, adjustments to water services on the private side
of the meter as required by the City standards, temporary patching or plating,
dewatering, control of ground or surface water, protection and support of existing
utilities, removal and disposal of interfering portions of existing water service and
appurtenances, permanent re -surfacing over new service runs including concrete curbs,
gutters and sidewalks, disposal of excavated materials, final trench re -surfacing and all
other related final surface improvements, and all other work necessary to construct the
water service main complete and in place.
Page 20 of 47
Item No. 26 Remove Existing and Install New 1" RPPB Device: Work under this
item shall include, but is not limited to, removing and disposing of existing assembly
and installing a new 1" reduced pressure principle backflow device in accord with City of
Newport Beach Std -520 -L-A), and all other work items as required to complete the work
in place.
Item No. 27 Remove Existing and Install New 4" Fire Service Line: Work under
this item shall include, but not be limited to, exposing all existing utilities in advance of
the work (including potholing), final field layout and coordination of new 4" PVC C-900
(CL 200) water main, sawcutting and removal of surfacing (AC or PCC), excavation,
trenching, bedding, backfilling & compaction, furnishing and installation of pipe, fittings
(including tee, 4" RW gate valve, meter and vault), couplings, polyethylene
encasement, thrust blocks, temporary patching or plating, dewatering, control of ground
or surface water, protection and support of existing utilities, removal and disposal of
interfering portions of existing water pipe, permanent re -surfacing over new service runs
including concrete curbs, gutters and sidewalks abandoning existing water mains,
disposal of excess excavated materials, final trench re -surfacing and all other related
final surface improvements, and all other work necessary to construct the water main
complete and in place.
Item No. 28 Provide Temporary Water Main Bypass and Service Connections:
Work under this item shall include furnishing and installing a temporary water main
bypass (for potable water use), disinfection and testing, temporary pipe restraint,
temporary service connections, disconnection and removal of temporary water services,
for all affected water services, one alley at a time (from local street intersection to local
street intersection maximum) to accommodate proposed improvements and maintain
services as required to complete the work in place.
Item No. 29 Pressure Test, Disinfect and Flush New Water Mains: Work under
this item shall include successfully pressure testing, disinfecting and flushing the new
water mains per the City of Newport Beach Standard Specifications.
Item No. 30 Prepare As -Built Plans: Work under this item shall include providing
one set of redlined prints reflecting any changes made during construction. Redline
Plans shall be kept clean, fully legible, up to date, and provided to the Engineer prior to
request for payment for said work.
9-3.2 Partial and Final Payment.
Delete the third paragraph and replace with the following: From each progress
estimate, five (5) percent will be retained by the Agency, and the remainder less the
amount of all previous payments will be paid.
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.
Page 21 of 47
PART 2 - CONSTRUCTION MATERIALS
SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS
201-1 PORTLAND CEMENT CONCRETE
201-1.1 Requirements
201-1.1.2 Concrete Specified by Class and Alternate Class
Add to this section: Portland Cement concrete for construction shall be Class 560-C-
3250.
201-2 REINFORCEMENT FOR CONCRETE
201-2.2 Steel Reinforcement
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.
201-7 NON -MASONRY GROUT
201-7.2 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.
SECTION 203 --- BITUMINOUS MATERIALS
203-5 EMULSION -AGGREGATE SLURRY
203-5.2 Materials. Replace 1) with the following:
"Emulsified asphalt shall be of a quick -set type. It shall be cationic unless otherwise
specified and shall conform to the requirements of CQS-1 h of 203-1.3 (Test Reports
and Certification), 203-3.2, and to the following specifications when tested according to
appropriate ASTM Methods:
Minimum Maximum
Furol Viscosity at 77 degrees F sec. 15 50
Sieve Test 0.10
Residue from distillation. % 60 80
Penetration of Residue at 77 degrees F 40 75
Particle Charge Test Positive
Page 22 of 47
Replace 2) with the following
"ADDITIVES:
Latex - Latex shall be Ultrapave 65K produced by the Textile Rubber and Cement
Company, Inc., or equal approved by the Engineer in advance of ordering the latex
additive. It shall be added to the emulsified asphalt by the co -mill method at the emulsion
plant at the rate of 2'/z percent of weight of the emulsified asphalt. Latex- added
emulsified asphalt shall be kept in a suspended state by an agitating mixer and mixed
every three days.
Materials testing shall be performed as directed by the Engineer."
Replace in Table 203-5.2 (B): Sand Equivalent shall range from a value of 55 to a value
of 45."
203-9 SEALCOAT-ASPHALT BASED
203-9.1 General
Add to this Section: "Asphalt based sealcoat product shall be as manufactured
by GuardTop or approved equal."
SECTION 207 - PIPE
207-9 IRON PIPE AND FITTINGS
207-9.2 Ductile Iron Pipe for Water and Other Liquids
207-9.2.2 Pipe Joints
Add to this section: All flanged pipe joints shall be joined utilizing type 316 Stainless
Steel nuts, washers and hex -head bolts. Gasket shall be full-faced, cloth reinforced
Buna-N rubber.
Flex and Transition coupling used to join pipe in water main construction shall have all
threaded parts and joining hardware fabricated from Type 316 Stainless Steel.
Pipe hardness assemblies, valve and fitting restraints and shackle -clamp assemblies
shall be joined utilizing Type 316 Stainless Steel all -thread rod, nuts, bolts and washers.
Clamps, shackles and other hardware may be carbon steel or ductile iron where
appropriate, but must be coated liberally with corrosion protective mastic compound.
Bolted connectors fabricated from Stainless Steel shall have threaded parts coated
liberally with an approved anti -seize compound.
Page 23 of 47
All bolted and threaded fasteners shall be manufactured in the United States of
America and shall conform to the minimum requirements for strength, material
construction and dimension as established by the ASTM and the ANSI Specifications.
All Fasteners shall be accompanied by written certification from the manufacturer
stating compliance with the appropriate specification.
All mechanical joints shall be restrained joints.
207-9.2.3 Fittings
Add to this section: "Water main fittings shall be manufactured in accord with AWWA
C110 (ANSI A21-10) and shall be ductile iron. Cast Iron fittings shall not be accepted.
Compact body fittings (AWWA C153) will not be permitted unless otherwise specified.
Mechanical joint fittings shall be manufactured in accord with AWWA C110 and shall
have retainer glands. All flanged pipe and fitting shall be shop fabricated, not field
fabricated. Adapter flanges shall be ANSI B16.5 pattern, Class 150 flanges. Bolts and
nuts for all installations shall be Type 316 stainless steel. Threads shall be coated with
a liberal amount of anti -seize compound. Flange gaskets shall be full-faced Buna-N,
nylon impregnated rubber."
207-9.2.6 Polyethylene Encasement for External Corrosion Protection. Revise this
section to read: "Ductile iron pipe fittings and valves buried underground shall be
protected with plastic film wrap in accord with AWWA C105 (ANSI A 21.5). Wrap shall
be loose 8 -mil thick polyethylene.
207-9.3 Resilient Wedge Gate Valves
207-9.3.1 General. Where specifically shown on project plans approved by the
Engineer, resilient wedge gate valves may be used. Gate valves shall be solid, single,
resilient wedge type design and shall equal or exceed the requirements established by
specifications of AWWA.
Valves shall be as manufactured by AVK and shall be per AWWA Specification C-509
for resilient seated gate valves, latest revision. Valve wedge disk and disk nut shall be
fully encapsulated in an approved rubber coating.
Valves may be furnished with bronze or stainless steel discs. Where cast bronze is
approved the bronze shall be comprised of 85 percent copper, 5 percent tin, 5 percent
lead, and 5 percent zinc.
The stem shall be non -rising, shall be stainless steel.
Valves shall be furnished with triple O-ring stem seals and stainless steel bonnet bolts.
Bonnet bolts shall be recessed into the valve body and shall be sealed from exposure
via a hot -melt applied sealing compound. The operating nut shall be a 2 -inch square
Page 24 of 47
bronze stem operating nut. Operating nut shall be held in place with a stainless steel
cap nut.
Valve ends shall be flanged end or mechanical joint end as called for in the construction
plans. All end configurations shall conform to the pipe manufacturer's specifications and
the project construction plans.
Valve body and bonnet shall be fabricated from ductile iron and shall be electrostatically
coated inside and out. Electrostatic powder coating shall be applied per SSPC SP -6 or
SP -10 surface preparation criteria and shall be applied to a preheated material surface
via the fluidized bed process or applied via the electrostatic process and then be cured
by the post -heat thermal fusion method.
Double disc style gate valves shall not be considered as a substitute or and equivalent
to resilient wedge gate valves and shall not be permitted.
SECTION 214 - PAVEMENT MARKERS
214-4 NONREFLECTIVE PAVEMENT MARKERS
Add to this Section: "All new non -reflective pavement markers types A and AY shall be
ceramic."
214-5 REFLECTIVE PAVEMENT MARKERS
Add to this Section: "All new reflective pavement markers shall have glass -covered
reflective faces or be 3M Series 290."
PART 3 - CONSTRUCTION METHODS
SECTION 300 - EARTHWORK
300-1 CLEARING AND GRUBBING
300-1.3 Removal and Disposal of Materials
Add to this Section: Removal and disposal of material shall be done by City
approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of
approved haulers can be provided upon request or be found on the City's website at:
http://newportbeachca.gov/index.aspx?page=157 and then selecting the link Franchised
Haulers List.
Page 25 of 47
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 for Public Works Construction 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
shall remove any broken concrete, debris or other deleterious material from the job site
at the end of each workday or as directed by the Engineer. All areas of roadway
removal and replacement shall have a minimum trench width of 3 -feet to facilitate
maximum compaction. Contractor shall meet with the Engineer to mark out the areas
of roadway removal and replacement.
The Contractor shall dispose of all excess or waste material and shall include all fees
for such disposal in the appropriate bid items.
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." Replace the words 1 '/z inch" of the last sentence
with the words "two (2) inches".
Add the following Section 301.5 Solid Waste Diversion
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 and provide appropriate confirmation documentation
from the recycling facility. All material disposal manifests shall be provided to the
Engineer prior to release of final retention.
Page 26 of 47
SECTION 302 - ROADWAY SURFACING
302-5 ASPHALT CONCRETE PAVEMENT
302-5.1 General
Add to this section: "The asphalt concrete (A.C.) used for surface caps shall be IIIC3
PG 64-10. The A.C. for base course shall be 11162 PG 64-10. All cracks %-inch or
greater in width shall be cleaned, have weed kill applied and sealed with a hot -applied
crack sealant approved by the Engineer. In residential areas no highway rated
equipment or trucks are to be used (eg. no super trucks). Use truck and trailers or
transfers. Use of heavier rated trucks must be approved by Engineer. The top 1%2
inches of asphalt (finish course) shall be placed in a separate lift. Holes, spalls, and
cracks greater than 1 -inch in width shall be filled and compacted 95% minimum with an
F -AR 4000 asphalt concrete mix. The pavement shall then be cleaned with a power
broom."
Add the following section 302-5.2 Pavement Restoration
302-5.2 Pavement Restoration. Within 30 days of trench base paving, the
Contractor shall complete final grading and capping per the pavement restoration table
listed below. All trench base paving shall be placed flush with the existing pavement
surface. All paving shall include replacement of traffic detector loops (including any
temporary traffic detector loops that may be required), traffic striping, and raised
pavement markers.
Street/Alley
Pavement Restoration
Marguerite Avenue & PCH
8" A.C./6" A.B./slurry backfill
Alley 18-C & Alley 23-C
6" thick PCC over native, #5 dowels 5' O.C.
with epoxy coating
First Avenue & Goldenrod
4" A.C. over 6" A.B.
Avenue
302-5.4 Tack Coat. Add to this section: "Prior to placing the asphalt concrete patches,
a tack coat of Type SS -1 h asphaltic emulsion at a rate not to exceed one —tenth (1/10)
of a gallon per square yard shall be uniformly applied to existing A.C. and P.C.C.
surfaces and edges against which asphalt concrete is to be placed."
302-6 PORTLAND CEMENT CONCRETE PAVEMENT
302-6.6 Curing. Add to this section: "The Contractor shall not open street
improvements to vehicular use until P.C.C. has attained the minimum compressive
strength specified in Section 201-1.1-2 of the Standard Specifications. Said strength
Page 27 of 47
may be attained more rapidly, to meet the time constraints in Section 6-7.1 herein, by
the use of additional Portland cement or admixtures with prior approval of the
Engineer."
SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION
303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY
INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS
303-5.1 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 3,000 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."
303-5.5.1 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" or "W" for sewer or water lateral and a chiseled "V -X" for
water valve locations. "X" shall indicate the number of feet from the curb face to the
valve. A two (2) day notice to the Engineer is required for requests to the City to
determine the location of sewer laterals and water services."
Page 28 of 47
303-5.5.4 Gutter
Add to this section: "The Contractor shall hold the flow line tolerances to within 0.01 feet
of those elevations shown on the plan."
SECTION 306 --- UNDERGROUND CONDUIT CONSTRUCTION
306-1.1.5 Removal and Replacement of Surface Improvement. Add to this
section: "The thickness of the existing pavement and base sections will vary. The
Contractor shall assume the following existing minimum pavement sections. The type
and depth of the existing pavement and base sections shown below were obtained from
improvement plans, pothole investigations or geotechnical soil borings and the City
does not guarantee the accuracy of this determination. All water main trenching and
resurfacing shall be "T" type as per City of Newport Beach Standard Drawing STD -105-
L -B.
Street/Alley
Alley 18-C
Alley 23-C
First Avenue
Goldenrod Avenue
Marguerite Avenue & East Coast Highway
Pavement Structural Section
6.5" PCC over native
6.5" PCC over native
4" AC over 6" base
4" AC over 6" AB
Sections vary from 18" AC over 10"
PCC & 10" AC over 12" base
306-1.2.1 Bedding. Add to this section: "Bedding material shall be clean, well
graded imported sand having a minimum sand equivalent of 30 per ASTM D2419.
Imported sand shall be a granular material free from clay balls, organic material and
other deleterious substances. The bedding material shall be compacted to a minimum
relative compaction of 90% and shall be a minimum thickness of twelve (12) inches."
SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION
308-1 General
Add to this section: "The Contractor is responsible for clearing and grubbing, pruning and
removing tree roots that interfere with the work. The Contractor shall be responsible for
ensuring that no tree roots are pruned or cut that could compromise the stability of the
tree.
The Contractor shall arrange to meet for this work with the City's Urban Forester, Mr.
John Conway at (949) 644-3083 a minimum of five workdays prior to beginning the
work. The Contractor shall describe the method of pruning and removing minor tree
roots that may be encountered during construction. The Urban Forrester will decide at
that time if a formal submittal is required for review by the City.
Page 29 of 47
If the Contractor encounters large tree roots, he/she shall cease work at that location
and immediately contact the City's Urban Forrester for inspection. Upon inspection, the
Urban Forrester may require the Contractor to formally submit a plan for removing the
large roots to the City for review.
If required, the submittal shall adhere to the following guidelines.
1. Root Pruning
a. Whenever possible, root pruning shall only be done on one side of the tree
unless specifically authorized by the City's Urban Forester.
b. Roots shall be cleanly severed using a root -pruning machine, ax or comparable
tool.
2. Arbitrary Root Cut
a. A straight cut with a root -cutting machine shall be made.
b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs,
and shall be made as far away from the tree base as possible.
3. Selective Root Pruning
a. This process involves selectively removing offending roots when a tree trunk or
root flare is less than 2 feet from the sidewalk and/or the size, species or
condition of the tree warrants a root cut to be hazardous to the tree or when
there is only one minor offending root to be removed and/or the damage is
minimal (i.e., only one panel uplifted, etc.)
b. Selective root pruning shall be performed with an ax or stump -grinding machine
instead of a root -pruning machine.
c. All tree roots that are within the sidewalk construction area shall be removed
or shaved down.
d. Roots greater than two inches in diameter that must be removed, must be
pre -approved by the City's Urban Forester.
e. Roots shall be selected for removal on the basis that will have the least impact
on the health and stability for the tree.
Page 30 of 47
SECTION 310 - PAINTING
310-5 PAINTING VARIOUS SURFACES
310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings
310-5.6.6 Preparation of Existing Surfaces
Modify and amend this section to read: "The Contractor shall remove all existing
thermoplastic traffic striping and pavement markings prior to application of slurry seal by
a method approved by the Engineer."
310-5.6.7 Layout, Alignment, and Spotting
Modify and amend this section to read: 'The Contractor shall perform all layout,
alignment, and spotting. The Contractor shall be responsible for the completeness and
accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2
inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or
otherwise delineate the new traffic lanes and pavement markings within 24 hours after the
removal or covering of existing striping or markings. No street shall be without the proper
striping over a weekend or holiday. Stop bars shall not remain unpainted overnight."
310-5.6.8 Application of Paint
Add to this section: 'Temporary painted traffic striping and markings shall be applied in
one coat, as soon as possible and within 24 hours after the finish course has been
applied.
Paint for temporary traffic striping and pavement markings shall be white Formula No.
2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured
by Morton. These temporary paints shall be applied at 15 mils wet.
The final striping for all painted areas shall be sprayable reflectorized thermoplastic.
The sprayable reflectorized thermoplastic pavement striping shall not be applied until
the paving has been in place for at least 15 days. The thermoplastic shall be applied at
0.25 mm minimum thickness for all striping except crosswalks and limit lines — which
shall be 0.90 mm minimum thickness.
Primer shall be applied to concrete surfaces prior in application of thermoplastic
striping. The primer shall be formulated for the intended application.
If the Contractor fails to perform striping as specified herein, the Contractor shall cease
all contract work until the striping has been properly performed. Such termination of
work shall require the Contractor to re -install "NO PARKING, TOW -AWAY" signs and
Page 31 of 47
re -notify the affected residents, at the Contractor's sole expense. In addition, if the
Contractor removes/covers/damages existing striping and/or raised pavement markers
outside of the work area, he shall re-stripe/replace such work items at no cost to the
City.
The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer,
temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is
more than one lane in any one direction, for more than three consecutive calendar
days. Dependent upon construction phasing, the Engineer may require the Contractor
to apply two applications of paint to maintain adequate delineation on base pavement
surfaces, at no additional cost to the City."
Add the following Section:
310-5.6.11 Pavement Markers
All Pavement markers shall comply with Section 85 of the State of California Standard
Specifications. Non -reflective markers shall be ceramic. All new markers shall have
glass faces or be 3M series 290.
SECTION 312 - PAVEMENT MARKER PLACEMENT AND REMOVAL
312-1 PLACEMENT
Amend this section with:
1. The location of raised pavement fire hydrant marker shall conform to the City of
Newport Beach Standard Plan No. STD -902-L.
2. The Contractor shall not replace raised pavement markers until fifteen days
after the application of the pavement or slurry."
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."
Page 32 of 47
SECTION 02600
FUSIBLE POLYVINYLCHLORIDE PIPE FOR INSTALLATION BY SLIPLIAIING
PART1—GENERAL
DESCRIPTION
A SCOPE
This section specifies fusible polyvinylchloride pipe, including standards for
dimensionality, testing, quality, acceptable fusion practice, safe handling,
storage and installation of the pipe by sliplining.
B REQUIREMENTS:
1. Contractor shall provide fusible polyvinylchloride pipe conforming to all
standards and procedures, and meeting all testing and material properties as
described in this specification for installation by sliplining.
2. Contractor shall be responsible for all installation processes and procedures
associated with the installation by sliplining in accordance with this
specification.
C PIPE DESCRIPTION
1. Pipe Supplier shall furnish fusible polyvinylchloride pipe conforming to all
standards and procedures, and meeting all testing and material properties as
described in this specification.
2. Pipe shall conform to the following dimensionality and general characteristics
table:
Pipe Description
Nominal
Diameter
in.
DR
Color
Pressure
Required Inner
Class
(psi)
Diameter fin.)
Fusible C-900 PVC Water Main
12"
14
Blue
QUALITY ASSURANCE
D REFERENCES:
1. This section contains references to the following documents. They are a part
of this section as specified and modified. Where a referenced document
contains references to other standards, those other standards are included as
references under this section as if referenced directly. In the event of a
conflict between the requirements of this section and those of the listed
documents, the requirements of this section shall prevail.
2. Unless otherwise specified, references to documents shall mean the
Page 33 of 47
documents in effect at the time of design, bid, or construction, whichever is
earliest. If referenced documents have been discontinued by the issuing
organization, references to those documents shall mean the replacement
documents issued or otherwise identified by that organization or, if there are
no replacement documents, the last version of the document before it was
discontinued.
Where document dates are given in the following listing, references to those
documents shall mean the specific document version associated with that
date, regardless of whether the document has been superseded by a version
with a later date, discontinued or replaced.
Title
ANSFAW WA
American National Standard for Ductile -Iron and Gray -Iron Fittings, 3 -inch
C110/A21.10
through 48 -inch, for Water and Other Liquids
ANSFAW WA
American National Standard for Rubber -Gasket Joints for Ductile -Iron Pressure
Cl l l/A21.11
Pipe and Fittings
ANSFAW WA
AWWA Standard for Ductile -Iron Compact Fittings for Water Service
C153/A21.53
AWWA C605
Standard for Underground Installation of Polyvinyl Chloride (PVC) Pressure
Pipe and Fittings for Water
AWWA C651
Standard for Disinfecting Water Mains
AWWA C900
Standard for Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4
in. through 12 in. (100mm Through 300mm), for Water Distribution
AWWA C905
Standard for Polyvinyl Chloride (PVC Pressure Pipe and Fabricated Fittings, 14
in. through 48 in. (350mm Through 1200mm), for Water Distribution and
Transmission
AWWA M23
AWWA Manual of Supply Practices PVC Pipe—Design and Installation,
Second Edition
ASTM C923
Standard Specification for Resilient Connectors Between Reinforced Concrete
Manhole Structures, Pipes and Laterals
ASTM D1784
Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl
Chloride) (CPVC) Compounds
ASTM D1785
Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120
Test Method for Degree of Fusion of Extruded
ASTM D2152
Poly(Vinyl Chloride) (PVC) Pipe and Molded Fittings by Acetone Immersion
ASTM D2241
Poly (Vinyl Chloride) (PVC) Plastic Pipe (SDR -PR)
ASTM D2665
Poly (Vinyl Chloride) (PVC) Plastic Drain, Waste, and Vent Pipe and Fittings
ASTM D3034
Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe
and Fittinas
Page 34 of 47
Reference
Title
ASTM F477
Elastomeric Seals (Gaskets) for Joining Plastic Pipe
ASTM F679
Standard Specification for Poly(Vinyl Chloride) (PVC) Large Diameter Plastic
Gravity Sewer Pipe and Fittings
ASTM F1057
Standard Practice for Estimating the Quality of Extruded Poly (Vinyl Chloride)
(PVC) Pipe by the Heat Reversion Technique
ASTM F1417
Standard Test Method for Installation Acceptance of Plastic Gravity Sewer
Lines Using Low -Pressure Air
UNI -B-6
Recommended Practice for Low -Pressure Air Testing of Installed Sewer Pipe
UNI -PUB -08
Tapping Guide for PVC Pressure Pipe
NSF -14
Plastics Piping System Components and Related Materials
NSF -61
Drinking Water System Components --Health Effects
PPI TR -2
PVC Ranee Comnosition Listing of Oualified Ingredients
E MANUFACTURER REQUIREMENTS
All piping shall be made from PVC compound conforming to cell
classification 12454 per ASTM D1784.
F FUSION TECHNICIAN REQUIREMENTS
Fusion Technician shall be fully qualified by the pipe supplier to install
fusible polyvinylchloride pipe of the type(s) and size(s) being used.
Qualification shall be current as of the actual date of fusion performance on
the project.
G SPECIFIED PIPE SUPPLIERS
1. Fusible polyvinylchloride pipe shall be used as manufactured under the trade
names Fusible C-9000, Fusible C-9050, and FPVC®, for Underground
Solutions, Inc., Poway, CA, (858) 679-9551. Fusion process shall be as
patented by Underground Solutions, hic., Poway, CA, Patent No. 6,982,051.
Owner and engineer are aware of no other supplier of fusible
polyvinylchloride pipe that is an equal to this specified pipe supplier and
products.
H WARRANTY
1. The pipe shall be warranted for one year per the pipe supplier's standard
terms.
2. In addition to the standard pipe warranty, the fusion services shall be
warranted for one year per the fusion service provider's standard terms.
I PRE -CONSTRUCTION SUBMITTALS
1. The following PRODUCT DATA is required from the pipe supplier and/or
fusion provider:
Page 35 of 47
1) Pipe Size
2) Dimensionality
3) Pressure Class per applicable standard
4) Color
5) Recommended Minimum Bending Radius
6) Recommended Maximum Safe Pull Force
7) Fusion technician qualification indicating conformance with this
specification
2. The following WORK PLAN AND INFORMATION is required from the
contractor and/or slipline installer. This WORK PLAN AND
INFORMATION shall also be supplied to the pipe supplier, should it be
requested:
1) Work plan shall include for each sliplining installation all excavation
locations, interfering utilities, excavation dimensions, flow bypass and
traffic control schematics.
2) At least 2 weeks prior to the start of work, the Contractor shall submit its
sliplining schedule identifying daily work hours and working dates for each
installation.
3) Grout design mixes, installation plan, and contingency plan for the annular
space grout to be used, if grout is to be used for annular space fill.
POST -CONSTRUCTION SUBMITTALS
1. The following AS -RECORDED DATA is required from the contractor and/or
fusion provider to the owner or pipe supplier upon request:
1) Approved datalogger device reports
2) Fusion joint documentation containing the following information:
Pipe Size and Thickness
Machine Size
Fusion Technician Identification
Job Identification
Fusion Joint Number
Fusion, Heating, and Drag Pressure Settings
Heat Plate Temperature
Time Stamp
Heating and Cool Down Time of Fusion
Ambient Temperature
2. The following AS -RECORDED DATA is required from the contractor and/or
Page 36 of 47
slipline installer to the owner or pipe supplier upon request:
1) Grout testing reports, if grout is to be used for annular space fill.
PART 2—PRODUCTS
FUSIBLE POLYVINYLCHLORIDE PRESSURE PIPE FOR POTABLE WATER
A Fusible polyvinylchloride pipe shall conform to AW WA C900, AW WA C905,
ASTM D2241 or ASTM D1785 for standard dimensions, as applicable. Testing
shall be in accordance with the referenced AW WA standards for all pipe types.
B Fusible polyvinylchloride pipe shall be extruded with plain ends. The ends shall
be square to the pipe and free of any bevel or chamfer. There shall be no bell or
gasket of any kind incorporated into the pipe.
C Fusible polyvinylchloride pipe shall be manufactured in a standard 40' nominal
length, or custom lengths as specified.
D Fusible polyvinylchloride pipe shall be blue in color for potable water use.
E Pipe shall be marked as follows:
1. Nominal pipe size
2. PVC
3. Dimension Ratio, Standard Dimension Ratio, or Schedule
4. AW WA pressure class, or standard pressure rating for non -AW WA pipe, as
applicable
5. AW WA standard designation number, or pipe type for non -AW WA pipe, as
applicable
6. NSF -61 mark verifying suitability for potable water service
7. Extrusion production -record code
8. Trademark or trade name
9. Cell Classification 12454 and/or PVC material code 1120 may also be
included
F Pipe shall be homogeneous throughout and be free of visible cracks, holes, foreign
material, blisters, or other visible deleterious faults.
FUSION JOINTS
G Unless otherwise specified, fusible polyvinylchloride pipe lengths shall be
assembled in the field with butt -fused joints. The Contractor shall follow the pipe
supplier's written guidelines for this procedure. All fusion joints shall be
completed as described in this specification.
CONNECTIONS AND FITTINGS FOR PRESSURE APPLICATIONS
H Connections shall be defined in conjunction with the coupling of project piping,
as well as the tie-ins to other piping systems.
Page 37 of 47
DUCTILE IRON MECHANICAL AND FLANGED FITTINGS
Acceptable fittings for use with fusible polyvinylchloride pipe shall include
standard ductile iron fittings conforming to AWWA/ANSI C110/A21.10, or
AWWA/ANSI C 153/A21.53 and AWWA/ANSI C 111/A21.11,
1. Connections to fusible polyvinylchloride pipe may be made using a restrained
or non -restrained retainer gland product for PVC pipe, as well as for MJ or
flanged fittings.
2. Bends, tees and other ductile iron fittings shall be restrained with the use of
thrust blocking or other means as indicated in the construction documents.
3. Ductile iron fittings and glands must be installed per the manufacturer's
guidelines.
4. If required, linings for Ductile Iron fittings shall meet the following
requirements for the following service environments:
1) Wastewater:
Ceramic Epoxy shall be Tnemec Perma-Shield 431.
Polyurethane shall be DuraShield 210 or 310.
2) Potable Water:
Liquid Epoxy shall be 100% solids liquid epoxy, Tnemec Epoxyline Series
FC22.
Polyurethane shall be DuraShield 210-61 or 310-61.
5. If required, coatings for Ductile Iron fittings shall meet the following
requirements for buried and/or immersion service duty:
Polyurethane shall be DuraShield 210 or 310.
Liquid Epoxy shall be 100% solids liquid epoxy, Tnemec Epoxyline Series
FC22.
Coal tar epoxy shall be Sherwin Williams Targuard.
PVC GASKETED, PUSH -ON FITTINGS
Acceptable fittings for use with fusible polyvinylchloride pipe shall include
standard PVC pressure fittings conforming to AWWA C900 or AWWA C905.
1. Acceptable fittings for use joining fusible polyvinylchloride pipe other
sections of fusible polyvinylchloride pipe or other sections of PVC pipe shall
include gasketed PVC, push -on type couplings and fittings, including bends,
tees, and couplings as shown in the drawings.
2. Bends, tees and other PVC fittings shall be restrained with the use of thrust
blocking or other restraint products as indicated in the construction
documents.
3. PVC gasketed, push -on fittings and mechanical restraints, if used, must be
installed per the manufacturer's guidelines.
Page 38 of 47
K FUSIBLE POLYVINYL CHLORIDE SWEEPS OR BENDS
1. Fusible polyvinyl chloride sweeps or bends shall conform to the same sizing
convention, diameter, dimensional tolerances and pressure class of the pipe
being joined using the sweep or bend.
2. Fusible polyvinyl chloride sweeps or bends shall be manufactured from the
same fusible polyvinyl chloride pipe being used for the installation, and shall
have at least 2 feet of straight section on either end of the sweep or bend to
allow for fusion of the sweep to the pipe installation. There shall be no
gasketed connections utilized with a fusible polyvinyl chloride sweep.
3. Standard fusible polyvinyl chloride sweep or bend angles shall not be greater
than 22.5 degrees, and shall be used in nominal diameters ranging from 4
inch through 16 inch.
L SLEEVE -TYPE COUPLINGS
1. Sleeve -type mechanical couplings shall be manufactured for use with PVC
pressure pipe, and may be restrained or unrestrained as indicated in the
construction documents.
2. Sleeve -type couplings shall be rated at the same or greater pressure carrying
capacity as the pipe itself.
M EXPANSION AND FLEXIBLE COUPLINGS
1. Expansion -type mechanical couplings shall be manufactured for use with
PVC pipe, and may be restrained or unrestrained as indicated in the
construction documents.
2. Expansion -type mechanical couplings shall be rated at the same or greater
pressure carrying capacity as the pipe itself.
N CONNECTION HARDWARE
Bolts and nuts for buried service shall be made of non -corrosive, high-strength,
low -alloy steel having the characteristics specified in ANSFAWWA
Cl l l/A21.11, regardless of any other protective coating.
1. Acceptable couplings for joining fusible polyvinylchloride pipe to other
sections of fusible polyvinylchloride pipe or other sections of PVC pipe shall
include gasketed PVC, push -on type couplings as indicated in the
construction documents.
2. PVC gasketed, push -on fittings and/or restraint hardware must be installed
per the manufacturer's guidelines.
O FUSIBLE POLYVINYL CHLORIDE SWEEPS OR BENDS
1. Fusible polyvinyl chloride sweeps or bends shall conform to the same sizing
convention, diameter, dimensional tolerances and pressure class of the pipe
being joined using the sweep or bend.
2. Fusible polyvinyl chloride sweeps or bends shall be manufactured from the
same fusible polyvinyl chloride pipe being used for the installation, and shall
Page 39 of 47
have at least 2 feet of straight section on either end of the sweep or bend to
allow for fusion of the sweep to the pipe installation. There shall be no
gasketed connections utilized with a fusible polyvinyl chloride sweep.
Standard fusible polyvinyl chloride sweep or bend angles shall not be greater
than 22.5 degrees, and shall be used in nominal diameters ranging from 4
inch through 16 inch.
P SLEEVE -TYPE COUPLINGS
Sleeve -type mechanical couplings shall be manufactured for use with PVC
pipe, and may be restrained or unrestrained as indicated in the construction
documents.
Q EXPANSION AND FLEXIBLE COUPLINGS
Expansion -type mechanical couplings shall be manufactured for use with
PVC pipe, and may be restrained or unrestrained as indicated in the
construction documents.
R CONNECTION HARDWARE
1. Bolts and nuts for buried service shall be made of non -corrosive, high-
strength, low -alloy steel having the characteristics specified in ANSFAW WA
Cl l l/A21.11, regardless of any other protective coating.
GROUT
S Grout for use as a filler of the annular space between the fusible polyvinylchloride
pipe and the host pipe shall be a low-density, highly flowable mix. Grout shall
meet the compressive strength requirements for the installation per the contract
documents.
T Testing requirements shall be in accordance with the contract documents.
Contractor may incorporate grout additives to improve its flow properties,
provided that strength property requirements are met.
PIPE PULL HEADS
U Pipe pull heads, if utilized, shall employ a positive through -bolt design assuring a
smooth walled bolt against the pipe cross-section at all times.
V Pipe pull heads shall be specifically designed for use with fusible
polyvinylchloride pipe, and shall be as recommended by the pipe supplier.
PIPE ROLLERS
W Pipe rollers, if required, shall be of sufficient size to fully support the weight of
the pipe during handling and pullback operations.
X A sufficient quantity of rollers and spacing, per the pipe supplier's guidelines shall
Page 40 of 47
be used to assure adequate support and resist excessive sagging of the product
pipe.
PART 3 --EXECUTION
DELIVERY AND OFF-LOADING
A All pipe shall be bundled or packaged in such a manner as to provide adequate
protection of the ends during transportation to the site. Any pipe damaged in
shipment shall be replaced as directed by the owner or engineer.
B Each pipe shipment should be inspected prior to unloading to see if the load has
shifted or otherwise been damaged. Notify owner or engineer immediately if
more than immaterial damage is found. Each pipe shipment should be checked
for quantity and proper pipe size, color, and type.
C Pipe should be loaded, off-loaded, and otherwise handled in accordance with
AWWA M23, and all of the pipe supplier's guidelines shall be followed.
D Off-loading devices such as chains, wire rope, chokers, or other pipe handling
implements that may scratch, nick, cut, or gouge the pipe are strictly prohibited.
E During removal and handling, be sure that the pipe does not strike anything.
Significant impact could cause damage, particularly during cold weather.
F If appropriate unloading equipment is not available, pipe may be unloaded by
removing individual pieces. Care should be taken to insure that pipe is not
dropped or damaged. Pipe should be carefully lowered, not dropped, from trucks.
HANDLING AND STORAGE
G Any length of pipe showing a crack or which has received a blow that may have
caused an incident fracture, even though no such fracture can be seen, shall be
marked as rejected and removed at once from the work. Damaged areas, or
possible areas of damage may be removed by cutting out and removing the
suspected incident fracture area. Limits of the acceptable length of pipe shall be
determined by the owner or engineer.
H Any scratch or gouge greater than 10% of the wall thickness will be considered
significant and can be rejected unless determined acceptable by the owner or
engineer.
Pipe lengths should be stored and placed on level ground. Pipe should be stored
at the job site in the unit packaging provided by the manufacturer. Caution should
be exercised to avoid compression, damage, or deformation to the ends of the
pipe. The interior of the pipe, as well as all end surfaces, should be kept free from
dirt and foreign matter.
Pipe shall be handled and supported with the use of woven fiber pipe slings or
approved equal. Care shall be exercised when handling the pipe to not cut, gouge,
scratch or otherwise abrade the piping in any way.
Page 41 of 47
K If pipe is to be stored for periods of 1 year or longer, the pipe should be shaded or
otherwise shielded from direct sunlight. Covering of the pipe which allows for
temperature build-up is strictly prohibited. Pipe should be covered with an
opaque material while permitting adequate air circulation above and around the
pipe as required to prevent excess heat accumulation.
L Pipe shall be stored and stacked per the pipe supplier's guidelines.
FUSION PROCESS
M GENERAL
1. Fusible polyvinylchloride pipe will be handled in a safe and non-destructive
manner before, during; and after the fusion process and in accordance with
this specification and pipe supplier's guidelines.
2. Fusible polyvinylchloride pipe will be fused by qualified fusion technicians,
as documented by the pipe supplier.
3. Each fusion joint shall be recorded and logged by an electronic monitoring
device (data logger) connected to the fusion machine.
4. Only appropriately sized and outfitted fusion machines that have been
approved by the pipe supplier shall be used for the fusion process. Fusion
machines must incorporate the following elements:
HEAT PLATE - Heat plates shall be in good condition with no deep
gouges or scratches. Plates shall be clean and free of any debris or
contamination. Heater controls shall function properly; cord and plug
shall be in good condition. The appropriately sized heat plate shall be
capable of maintaining a uniform and consistent heat profile and
temperature for the size of pipe being fused, per the pipe supplier's
guidelines.
CARRIAGE — Carriage shall travel smoothly with no binding at less than
50 psi. Jaws shall be in good condition with proper inserts for the pipe
size being fused. Insert pins shall be installed with no interference to
carriage travel.
GENERAL MACHINE - Overview of machine body shall yield no
obvious defects, missing parts, or potential safety issues during fusion.
DATA LOGGING DEVICE — An approved datalogging device with the
current version of the pipe supplier's recommended and compatible
software shall be used. Datalogging device operations and maintenance
manual shall be with the unit at all times. If fusing for extended periods
of time, an independent 110V power source shall be available to extend
battery life.
5. Other equipment specifically required for the fusion process shall include the
following:
Pipe rollers shall be used for support of pipe to either side of the machine
Page 42 of 47
A weather protection canopy that allows full machine motion of the heat
plate, fusion assembly and carriage shall be provided for fusion in
inclement, extreme temperatures, and /or windy weather, per the pipe
supplier's recommendations.
An infrared (IR) pyrometer for checking pipe and heat plate temperatures.
Fusion machine operations and maintenance manual shall be kept with the
fusion machine at all times.
Facing blades specifically designed for cutting fusible polyvinylchloride
pipe shall be used.
N JOINT RECORDING
Each fusion joint shall be recorded and logged by an electronic monitoring device
(data logger) connected to the fusion machine. The fusion data logging and joint
report shall be generated by software developed specifically for the butt -fusion of
fusible polyvinyl chloride pipe. The software shall register and/or record the
parameters required by the pipe supplier and these specifications. Data not logged
by the data logger shall be logged manually and be included in the Fusion
Technician's joint report.
PIPE CLEANING
O Host pipe shall be cleaned in accordance with all applicable standards and
guidelines. Unless otherwise specified, all interior pipe surfaces shall be cleaned
per AW WA M28.
P Hazardous materials shall be removed and disposed of per all applicable
regulations.
Q All pipelines shall be cleaned with as many passes as necessary to create a
uniform interior host pipe surface free of all loose material and sharp edges. Any
potentially deleterious areas of the host pipe should be removed or secured in
place, prior to the insertion of the fusible polyvinylchloride pipe.
TV INSPECTION
R The host pipe shall be inspected by TV after or during the cleaning process in
accordance with these specifications.
1. TV inspection after host pipe cleaning shall indicate condition of host pipe
and suitability of host pipe for fusible polyvinylchloride pipe insertion.
2. Obstructions such as corporation taps, valves and valve bodies, and collapsed
piping shall be remedied prior to insertion. Spot repairs shall be made in
accordance with the drawings and these specifications.
FUSIBLE POLYVINYLCHLORIDE PIPE INSERTION AND INSTALLATION
EXCAVATION AND ACCESS PITS
Access pit length shall be such that the minimum bending radius for the
Page 43 of 47
fusible polyvinylchloride pipe, per the pipe supplier is maintained. Sheeting,
shoring and bracing requirements shall be in accordance with these
specifications and applicable jurisdictional standards.
2. Access pit excavations shall be performed at all points where the fusible
polyvinylchloride pipe will be inserted into the existing pipeline. When
possible, access pit excavations shall coincide with host pipe lateral
connection points or other appurtenance installations.
T PULLING EQUIPMENT
1. The pulling mechanism shall be properly connected to the end of the fusible
polyvinylchloride pipe via a pulling head or arrangement approved by the
pipe supplier.
2. The maximum pulling tension on the fusible polyvinylchloride pipe shall not
exceed the pipe supplier's safe pulling force as submitted for this project.
3. Immediately following the completion of an installation by sliplining, if
possible, the pipe should be pushed back into the location of the insertion, at
the pulling head, until a small amount of movement is realized at the insertion
pit on the other side of the installation from the pulling equipment.
U FUSIBLE POLYVINYLCHLORIDE PIPE CARE
1. The fusible polyvinylchloride pipe shall be handled with care to minimize the
possibility of it being cut, kinked, gouged, or otherwise damaged. The use of
cables or hooks will not be permitted.
2. Sections of the fusible polyvinylchloride pipe damaged, cut, or gouged shall
be repaired by cutting out the section of damaged pipe and rejoining.
ANNULAR SPACE GROUTING
V If required, the annular space between the outside of the fusible polyvinylchloride
pipe and the inside of the existing host pipe shall be filled with a flowable grout in
accordance with the contract documents.
W If required, samples of grout shall be obtained in accordance with ASTM C495.
One set of four standard cylinders shall be cast for each batch. Special handling
and sampling procedures shall be followed if indicated by the grout manufacturer.
The samples must meet the design compressive strength of the grout as outlined in
this specification and per the grout manufacturer. Samples shall be tested in
accordance with ASTM C495.
X Grouting of the annular space shall be done in such a manner as to prevent
damage, floating, or collapse of the fusible polyvinylchloride pipe. Grouting
operations shall be properly vented. If the distance between grout points exceeds
the Contractor's pumping capability additional grouting points shall be excavated.
The fusible polyvinylchloride pipe at access pits, service connections, and
grouting points shall not be grouted above the springline of the existing host pipe.
Y The fusible polyvinylchloride pipe shall be filled with water prior to the grouting
procedure. This shall aid in keeping the fusible polyvinylchloride pipe from
Page 44 of 47
floating or collapsing during grouting operation and also aid in dissipating the
heat of hydration and its effects on the fusible polyvinylchloride pipe as the grout
cures. This can be done in coordination with the testing performed on the fusible
polyvinylchloride pipe.
PREPARATION PRIOR TO MAKING CONNECTIONS INTO EXISTING PIPING SYSTEMS
Z Approximate locations for existing piping systems are shown in the construction
documents. Prior to making connections into existing piping systems, the
contractor shall:
1. Field verify location, size, piping material, and piping system of the existing
pipe.
2. Obtain all required fittings, which may include saddles, sleeve type couplings,
flanges, tees, or others as shown in the construction documents.
3. Have installed all temporary pumps and/or pipes in accordance with
established connection plans.
AA Unless otherwise approved, new piping systems shall be completely assembled
and successfully tested prior to making connections into existing pipe systems.
PIPE SYSTEM CONNECTIONS
BB Pipe connections shall be installed per applicable standards and regulations, as
well as per the connection manufacturer's guidelines and as indicated in the
construction documents. Pipe connections to structures shall be installed per
applicable standards and regulations, as well as per the connection manufacturer's
guidelines.
TAPPING FOR POTABLE AND NON -POTABLE WATER APPLICATIONS
CC Tapping shall be performed using standard tapping saddles designed for use on
PVC piping in accordance with AW WA C605. Tapping shall be performed only
with use of tap saddles or sleeves. NO DIRECT TAPPING WILL BE
PERMITTED. Tapping shall be performed in accordance with the applicable
sections for Saddle Tapping per Uni-Pub-B.
DD All connections requiring a larger diameter than that recommended by the pipe
supplier, shall be made with a pipe connection as specified and indicated on the
drawings.
EE Equipment used for tapping shall be made specifically for tapping PVC pipe:
1. Tapping bits shall be slotted "shell" style cutters, specifically made for PVC
pipe. `Hole saws' made for cutting wood, steel, ductile iron, or other
materials are strictly prohibited.
2. Manually operated or power operated drilling machines maybe used.
FF Taps may be performed while the pipeline is filled with water and under pressure
(`wet' tap,) or when the pipeline is not filled with water and not under pressure
('dry' tap).
Page 45 of 47
TESTING
GG Testing shall comply with all applicable jurisdictional building codes, statutes,
standards, regulations, and laws.
HH HYDROSTATIC TESTING AND LEAKAGE TESTING FOR PRESSURE
PIPING
1. Hydrostatic and leakage testing for piping systems that contain mechanical
jointing as well as fused PVC jointing shall comply with AWWA C605.
2. Unless agreed to or otherwise designated by the owner or engineer, for a
simultaneous hydrostatic and leakage test following installation, a pressure
equal to 150% of working pressure at point of test, but not less than 125% of
normal working pressure at highest elevation shall be applied. The duration
of the pressure test shall be for two (2) hours.
3. If hydrostatic testing and leakage testing are performed at separate times,
follow procedures as outlined in AW WA C605.
4. In preparation for pressure testing the following parameters must be followed:
1) All air must be vented from the pipeline prior to pressurization. This may
be accomplished with the use of the air relief valves or corporation stop
valves, vent piping in the testing hardware or end caps, or any other
method which adequately allows air to escape the pipeline at all high
points. Venting may also be accomplished by `flushing' the pipeline in
accordance with the parameters and procedures as described in AW WA
C605.
2) The pipeline must be fully restrained prior to pressurization. This includes
complete installation of all mechanical restraints per the restraint
manufacturer's guidelines, whether permanent or temporary to the final
installation. This also includes the installation and curing of any and all
required thrust blocking. All appurtenances included in the pressure test,
including valves, blow -offs, and air -relief valves shall be checked for
proper installation and restraint prior to beginning the test.
3) Temporary pipeline alignments that are being tested, such as those that are
partially installed in their permanent location shall be configured to
minimize the amount of potentially trapped air in the pipeline.
H LEAKAGE TESTING FOR NON -PRESSURE PIPING
1. Gravity sanitary sewers that contain mechanical jointing in addition to fused
PVC joints may need to be tested for excessive leakage.
2. Gravity sanitary sewer leakage testing may include appropriate water or low
pressure air testing. The leakage outward or inward (exfiltration or
infiltration) shall not exceed 25 gallons per inch of pipe diameter per mile per
day for any section of the system. An exfiltration or infiltration test shall be
performed with a minimum positive head of two feet. The air test, if used,
shall be conducted in accordance with one of the following Standards:
Page 46 of 47
1) ASTM F1417
2) UNI -B-6
The testing method selected shall properly consider the existing groundwater
elevations during the test.
JJ DEFLECTION TESTING FOR NON -PRESSURE PIPING
1. After completion of the backfill, the engineer or owner may require that a
deflection test be performed.
2. Deflection tests should be conducted using a go/no-go mandrel. The
mandrel's outside dimension shall be sized to permit no more than 7.5
percent deflection. The percent deflection shall be established from the base
inside diameter of the pipe. If the internal beading of the fused joints for the
pipe is not required to be removed, the mandrel shall account for this
clearance as well. The mandrel shall be approved by the owner or engineer
prior to use. Lines that permit safe entry may allow other deflection test
options, such as direct measurements.
KK DISINFECTION OF THE PIPELINE FOR POTABLE WATER PIPING
After installation, the pipeline, having passed all required testing, shall be
disinfected prior to being put into service. Unless otherwise directed by the
owner or engineer, the pipeline will be disinfected per AW WA C651.
LL PARTIAL TESTING
Segments of the pipe may be tested separately in accordance with standard
testing procedure, as approved by the owner and engineer.
Page 47 of 47
CITY OF
NEWPORT BEACH
- City Council Staff Report
June 9, 2015
Agenda Item No. 24
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: David A. Webb, Public Works Director- (949) 644-3330,
dawebb@newportbeachca.gov
PREPARED BY: Alfred Castanon, Associate Civil Engineer
PHONE: (949) 644-3314
TITLE: Water Main Master Plan Replacement - Award of Contract No. 4920 (CAP14-0031)
ABSTRACT:
Staff has received six construction bids for the Water Main Master Plan Replacement project and is
requesting City Council's approval to award the contract to Universal Pipeline, Inc.
RECOMMENDATION:
a) Approve the project drawings and specifications;
b) Award Contract No. 4920 to Universal Pipeline, Inc. for the total bid price of $1,063,500.00, and
authorize the Mayor and the City Clerk to execute the contract; and
c) Establish an amount of $100,000.00 (9.4%) to cover the cost of unforeseen work not included in the
original contract.
FUNDING REQUIREMENTS:
The current adopted budget includes sufficient funding in the following accounts for the award of this
contract:
Account Description
Water Enterprise
Proposed uses are as follows:
Vendor
Universal Pipeline, Inc.
Universal Pipeline, Inc.
Account Number
7511-C6001000
Purpose
Construction Contract
Amount
$ 1,182,485.00
Total: $ 1,182,485.00
Amount
$ 1,063,500.00
Construction Contingency $ 100,000.00
24-1
American Geotechnical, Inc. Geotechnical Services $ 16,985.00
Various
DISCUSSION:
Printing & Incidentals
Total
$ 2,000.00
$ 1,182,485.00
At 10:00 a.m. on May 26, 2015, the City Clerk opened and read the following bids for this project:
BIDDER
Low Universal Pipeline, Inc.
2 Minako American Corp. dba Minco Construction
3 GCI Construction. Inc.
4 Paulus Engineering, Inc.
5 T.E. Roberts Inc.
6 Lonerock, Inc.
TOTAL BID AMOUNT
$1,063,500.00
$1,073,750.00
$1,177,255.00
$1,351,400.00
$1,382,900.00
$1,697,700.00
The low total bid amount is 11 percent below the Engineer's Estimate of $1,200,000.00. The low bidder,
Universal Pipeline, Inc., possesses a California State Contractors License Classification "A" as required by
the project specifications. A check of the contractor's references indicates satisfactory completion of similar
projects for other public agencies.
The work necessary to complete this contract includes the removal and replacement of older cast iron
water mains, replacement of water services and meters, fire hydrants, valves, pavement replacement and
re -striping in the Corona Del Mar community.
Project phasing has been developed to minimize impacts to the community. For example, work on
Goldenrod Avenue between Harbor View Elementary School and First Avenue will be constructed during
the summer months to avoid impacts with school traffic in the area. A good portion of this work on
Goldenrod involves slip -lining the existing 18 -inch cast iron water main with new 12 -inch pipe, which
requires minimal street trenching. Work at Marguerite Avenue and East Coast Highway will be scheduled
after September 7th to avoid impacts with the summer traffic. In addition, working hours have been
established to minimize impacts to commuter traffic, which will include some night work. A detailed
schedule is to be prepared by the contractor following award which can be adjusted to address concerns
from businesses and residents in the project area.
Pursuant to the contract specifications, the Contractor will have 65 consecutive working days to complete
the work.
ENVIRONMENTAL REVIEW:
Staff recommends the City Council find this project exempt from the California Environmental Quality Act
("CEQA") pursuant to Section 15302 (replacement of existing facilities involving negligible expansion of
capacity) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no
potential to have a significant effect on the environment.
NOTICING:
The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at
which the City Council considers the item).
24-2
ATTACHMENTS:
Description
Attachment A - Location Map
24-3
HARBOR VIEW DRIVE V
F
n �>
1_ p HARBOR VIEW
9 ELEMENTARY SCHOOL
sS� A
9CF o SfA
sS
a
GRANT HOWALD
PARK
FIFTH AVENUES FIFTH AVENUE
RlLJ U/ AST CaASJS,C
FOURTH AVENUE hyAy FOURTH AVENUE
u
THIRD AVENUE THIRD AVENUE THIRD AVENUE
i
SECOND AVENUE SECOND AVENUE
H=
FIRST AVENUE FIRST AVENUE
BEGONIA URGE
PARK 8A"BA
-
BAYSIDE DRIVE
bq Y37DE DRQ � w � Q �
5EAMEW AVENUE
r=� E=�] E__� F__� F71 F--� QQ LEI Ll I =1 F=l EEJ
CORONA DEL MAR COMMUNITY
WATER MAIN MASTER PLAN CITY OF NEWPORT BEACH
REPLACEMENT PUBLIC WORKS DEPARTMENT
LOCATION MAP
C-4920 1 6/9/15
24-4
CTY OF
F
NEWPORT BEACH
City Council Staff Report
April 28, 2015
Agenda Item No. 8
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: David A. Webb, Public Works Director- (949) 644-3330,
dawebb@newportbeachca.gov
PREPARED BY: Alfred Castanon, Associate Civil Engineer
PHONE: (949) 644-3314
TITLE: Water Main Master Plan Replacement — Reject All Bids for Contract No. 4920
(CAP14-0031)
ABSTRACT:
Staff received ten construction bids for the Water Main Master Plan Replacement project, with all but one
bid being significantly higher than the project cost estimate. Staff believes the best course of action is to
reject all bids, re -scope and re -advertise the project.
RECOMMENDATION:
a) Reject all bids received for Contract No. 4920; and
b) Direct staff to review the scope of work and re -advertise for bids.
FUNDING REQUIREMENTS:
No fiscal impact.
DISCUSSION:
At 11:00 a.m. on March 25, 2015, the City Clerk opened and read the following bids for this project:
BIDDER TOTAL BID AMOUNT
Low Minako American Corp. dba Minco Construction $ 1,180,170.00
2 MNR Construction, Inc. $ 1,440,450.00
3 T.E. Roberts Inc. $ 1,521,850.00
4 GCI Construction, Inc. $ 1,539,105.00
5 Paulus Engineering, Inc. $ 1,544,255.00
a
6 JA Salazar Construction & Supply Corp.
7 Beador Construction Company
8 J. De Sigio Construction, Inc.
9 Kana Pipeline, Inc.
10 Mike Bubalo Construction Co.. Inc.
$ 1,731,700.00
$ 1,944,750.00
$ 2,124,750.00
$ 2,220,000.00
$ 2,628,000.00
While reviewing the bid for the apparent low bidder, Minako American Corporation, staff discovered a
mistake for the slip -lining bid item. Staff discussed this with the contractor and they acknowledged
underestimating the cost for the line item. Since then, the contractor has submitted a letter requesting the
city to rescind their bid.
Bids two through ten were substantially higher than the $1,200,000 engineer's estimate. The engineer's
estimate was developed using similar work and final cost information from the last water main replacement
project in 2010, and adjusted for market inflation. With City Council's approval, staff intends to re -scope the
bid package and possibly minimize slurry seal and concrete pavement replacement requirements.
ENVIRONMENTAL REVIEW:
Staff recommends the City Council find this project exempt from the California Environmental Quality Act
("CEQA") pursuant to Section 15302 (replacement of existing facilities involving negligible expansion of
capacity) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no
potential to have a significant effect on the environment.
NOTICING:
The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at
which the City Council considers the item).
ATTACHMENTS:
Description
Attachment A - Location Mai)
UN
�� OW VAE
FOURTH AVENUE
THIRD AVENUE
LIN
SECOND AVENUE
i
i
i
ATTACHMENT A
;��� I==� EEi E-1 EEII SEAVEY
EE1 F=l EEJ
CORONA DEL MAR COMMUNITY
WATER MAIN MASTER PLAN
REPLACEMENT
LOCATION MAP
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
Is a, I COOY�imtlf"keolkR
CHANNELPLACE
PARK
RIVER AVE
Q � Q
Ld
RIVO ALTO
Q
N
w
Q
u
BALBOA BLVD
WEST NEWPORT BEACH COMMUNITY
WATER MAIN MASTER PLAN
REPLACEMENT
LOCATION MAP
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
C-4920 1 4/28/15
ai