Loading...
HomeMy WebLinkAboutC-1683 - Balboa Avenue storm drain improvements, Marine Avenue to Grand Canal0 4 April 28, 1977 Babsk Co. 16706 Construction Way East Irvine, CA 92714 Subjects Surety: : Salasa. nsuranea Company of America Bonds No. : 2613M Project : Balboa Avenue $corm Drain Improvements Contract No.: 1683 Gentleman: The City Conseil on March 14, 1977 accepted the work of subject project and authorised the City Clark to file a Notice of Completion and to release the bonds 35 days after Notice of Completion has been filed. Notice of Completion was filed with the Orange County Recorder on March 16, 1977, in Book No. 12105, Page 1134. Please notify your surety company that bonds may be released 35 days after recording date. Doris George City Clark eg ect Public Works Department Rf F0 22229 G. FY V r ^x Z, EXEMPT 8k 121 CITY CF i1} i': RCRT DFACN J� 9 MP ;1134. Rd "1 ?CRT EFAC!i, CALF. 92653 NOTICE OF COMPLETION RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CAL A PUBLIC WORKS Min 12 PMMAR 977 Pa> J, WTUE CAhLYLE, Coal To All Laborers and Material Men and to Every Other Person Intere YOU WILL PLEASE TAKE NOTICE that on pece Pr 11, 1976 the Public Works project consisting of xalhoa Avenue Storm Draim Improvements from Marine Avenue to Grand Canal on which gobak Compapy was the contractor, and CafPrn TnAilranrP C.omnanv of America was the surety, was completed. CITY OF NEWPORT BEACH //fPublic� forks Director VERIFICATION l J I , I, the undersigned, say: \1'J I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on I _March 15. 1977 at Newport Beach, California. V ERIFICA' L. the undersigned, say: OF CITY W I am the City Clerk of the City of Newport Beach; the City Council of said City on March 1A, 1977 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on March 15 1977 at Newport each, California. 1 L' J 0 CITY OF NEWPORT BEACH CALIFORNIA city Hall 3300 W. Newport Blvd t Date: Mr. J. Wylie Carlyle County Recorder',. P. 0. Box 238 Santa Ana, California 92702 A S Dear Mr. Carlyle: 'Y S Attached for recordation is Notice of Completion of Public Works project consisting of Baj%e A.ranua gia= DZ&4g 1V4MM*MMMt8 frog Marino Caaat Contract No. on which Debak r..Wa was the Contractor and Safaco Inanranca Coapaa;—of Aar—Saa was the surety. f Please record and return to us. Very trul ; yours , Aoris George City Clerk City of Newport Beach Encl. I Date jab 19O 1979 e TO: Public Works Department FRDM: City Clerk SUBJECT: Contract No. 1I Project &IBM Aw. lteea Deaie I taAtariaa A�.araad Attached is signed copy of subject contract for transmittal to the contractor. Contractor: a ti s r. Address: 1R9M tf. *.r T...ar e. 09111 Amount: Effective Date: Resolution No. Doris George DG:swk Att. oc: Finance Department July 15, 1976 TO: CITY CLERK FROM: Public Works Department SUBJECT: BALBOA AVENUE STORM DRAIN IMPROVEMENTS 1975 -76 (CONTRACT NO. 1683) Attached are four copies of the subject contract documents as well as the insurance certificates. Please have the contract documents executed on behalf of the City, retain your copy and the insurance certificates, and return the remaining copies to this department for distribution. Thank you Steve Bucknam Project Manager SB:h Attachments { CITY CLERK CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 1683 CONTRACT DOCUMENTS FOR BALBOA AVENUE STORM DRAIN IMPROVEMENTS 1975 -76 Approved by the City Council on this 24th . day of _ May 19 76 oris George, Cit ler I SUBMITTED BY: BEBEK CO. Contractor 16706 Construction WaM East tad ress Irvine California 92714 . City 1P (714 ). 540 -4922 eiepnone o"W"542.50 t% Price CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 9 PR 1 of 3 BALBOA AVENUE STORM DRAIN IMPROVEMENTS CONTRACT C -1683 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92660 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract C -1683 in accordance with the Plans and Speci- fications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 1 Construct tidal structure with Lump automated 24" gate and control panel, complete in place @ Twenty -two Thousand Dollars and No Cents $ 22,000.00 $ 22,000.00 Per Lump Sum 2. 174 Construct 24" asbestos cement ine� l eF storm drain pipe Class II, complete in place @ Ndnety -seven Dollars and Cents $ 97.00. $16:878.00 Per Lineal Fo6t PR 2 of 3 ITEM UANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. 90 Construct 18" asbestos cement Lineal Feet storm drain pipe Class II, complete in place @ Sixty -two Dollars and No Cents $ 62.00. $ 5,580.00 Per Lineal Foot 4. 76 Construct 18" asbestos cement Lineal eet pipe Class IV, complete in place @ Sixty Dollars and No Cents $ 60.00. $ 4,560.00 Per Lineal Foot 5. 4 Construct curb inlet Type OL -A, E— aach L =7' per City of Newport Beach Std. -305 -L with local depression per Std.- 304 -L, complete in place @ Eleven Hundred Eighty -Eight Dollars and Cents $ 1.188.00 . $ 4.752.00 Per Each 6. 1 Construct junction structure Each per City of Newport Beach, Std. -310 -L and detail on plans, complete in place @ Thirteen Hundred Eighty Dollars and An Cents $ 7_�nn $� er Each 7. 285 Construct 4" P.C.C. concrete Square Ve et sidewalk per City of Newport Beach Std.- 110 -L, complete in place @ One Dollars and -Ei Cents $ 1 _ 5n $ a97 :50 Per quare Foot • . PR3of3 N0. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 8. 35 Construct Type "A" P.C.C. curb Linea Feet and gutter per City of Newport Beach Std.- 105 -L, complete in place @ Fifteen Dollars and No Cents $ er inea Foot 9. 89 Construct 6" P.C.C. street Square paving, complete in place @ Five Dollars and Cents $ Per quare Foot 10. Lump Sum Guard underground construc- tion 15.00 $ 525.00 5.00 '$ 445.00 @ One Thousand Dollars and No Cents $ 1,000.00' . $ 1,000.00 Lump Sum TOTAL PRICE WRITTEN IN WORDS: Fifty -seven Thousand Five Hundred Forty -seven Dollars and Fifty Cents $ 52.547..'50 TOTAL BID CONTRACTOR'S LICENSE NO. 177769 DATE: DATE: June:15. 1976• CONTRACTOR'S ADDRESS t74 :14;sd� TELEPHONE NO. ( 714)- 540-4922 - Area Co e J CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT June 7, 1976 CONSTRUCTION OF BALBOA AVENUE STORM DRAIN IMPROVEMENTS 1975 -76 CONTRACT NO. 1683 Bid Opening: June 15, 1976 10:30 A.M. ADDENDUM NO. 1 Notice: Please make the following revisions: 1. Changes to Plans (D- 5016 -S) On Drawing No. 1 of 3 add the Construction Note Number 29 to the two blank construc- tion Note Balls shown on the Plan View of the tidal structure. NOTE: SHOW DATE OF RECEIPT OF THIS ADDENDUM ON THE PROPOSAL OR INSERT A COPY WITH YOUR PROPOSAL. C. Step enm Jr. Project Manager Date Received Au o ized Signature CITY OF NEWPORT BEACH 0 PUBLIC WORKS DEPARTMENT June 9, 1976 CONSTRUCTION OF BALBOA AVENUE STORM DRAIN IMPROVEMENTS 1975 -76 CONTRACT NO. 1683 Bid Opening: June 15, 1976 10:30 A.M. ADDENDUM NO. 2 Notice: Please make the following revisions: 1. Changes to Proposal Page PR 2 of 3 Change the Item Description for Bid Item No. 4 to read as follows: "Construct 15" asbestos cement pipe Class IV, complete in place." NOTE: SHOW DATE OF RECEIPT OF THIS ADDENDUM ON THE PROPOSAL OR INSERT A COPY WITH YOUR PROPOSAL. C. Stephen Bucknam Jr. Project Manager 7- 7c Date Received t orized Signature r . • � � Page 1 t CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 0 :50 A.M. on the 15� ay of 19�, at which time they-will opened and read for performing wort as fo lows: BALBOA AVENUE STORM DRAIN IMPROVEMENTS 1975 -76 CONTRACT NO. 1683 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. B. C. D. E. F. Proposal Designation of Subcontractors Bidder's Bond Non - collusion Affidavit Statement of Financial Responsibility Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary etary are required and t a orb Seal shall affixed to a ocuments requ ring signatures. In the case of a Pa— rtn— ershT_p;- the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) Page la The City has adopted the Standard S,2 cifications for Public Works Construction (1973 Edition) as prepare y t e out ern California Chapters of the Wrican Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5.00 per set. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds, and Faithful Performance Bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current General Policy Holders Rating of A or better; and a Financial Rating of at least AAA as per the latest edition of Best's Key Rating Guide (Property - Liability). In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach 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 and has set forth these items in Resolu- tion No. 8701 adopted February 9, 1976. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). The contractor shall be responsible for com- pliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 3-22-76 A Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 177769 Classification A Accompanying this proposal is B (CisrdCertified Check, Cas ier s Check or on in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. (7141 540-4922. _ Phone u er .tune 15 197f; Date 114Td,4111(1 l (SEAL) no AuthorizP ignature t orized Signature Individual Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: J Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 1. Structures Robert B. Longway Inc. Long Beach, California 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. DEREK CQ- Bidders Rame Aut horize ignature TA" i"nal Type of Organization (Individual, Co- partnership or Corp.) 16706. Construction Way East Irvine, CA 92714 A dress FOR ORVAL SEE CITY.CLERK'S FILE COPY • Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, BEBEK COMPANY , as Principal, and SAFECO INSURANCE COMPANY OF AMERICA , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent (10%) of the Total Amount Bid Dollars , lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of BALBOA AVENUE STORM DRAIN IMPROVEMENTS (C -1683) in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 15th day of Jimp 19 76 Corporate Seal (If Corporation) Principal (Attach acknowledgement of Attorney -in -Fact) Notary , lic qAEFCO INSURANCE COMPANY OF AMERICA A. .. A. NON- COLLUSION AFFIDAVIT Page 5 The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agree- ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agree- ment with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 15th day of June 19 76 My commission expires: Dec. 1, 1978 S John ebek, Owner i FOR OWAL SEE CITY. CLERK'S FILE COP* Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY Tne undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. On file with City Clerk. Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 1976 SAWPA - Brine Line Andy Martinez (714)682 -6080 1976 Irvine - Sewer, S.D. Dick Jimerson (714)644 -3268 Sewer, 1975 City of Newport Beach - Water Pat Bunigan • Bond No&615131 Page 8 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted June 28, 1976, has awarded to BEBEK CO. hereinafter designated as the "Principal ", a contract for BALBOA AVENUE STORM DRAIN IMPROVEMENTS (C -1683) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance 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 BEBEK COMPANY as Principal, and SAFECO INSURANCE COMPANY OF AMERICA as Surety, are held firmly bound unto the City of Newport Beach, in the sum of & 75 /100ths said sum being one -half 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 presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable.attorney's fee, to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California. This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon i 0 0 (Labor and Material Bond - Continued) Page 9 this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications, In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 2nd day of July , 19 76 . BEBEK CO. (Seal) Name of Contractor Principal .lv L L t orized Signature and Title Authorized Signature and Title SAFECO INSURANCE COMPANY OF AMERIOAeal) Name of Surety 17570 Brookhurst St., Fountain Valley, Address of Surety Sigp ture and Title of ut orized Agent Jane Kepner, Attorney —in —fact 1720 E. Garry Avenue. Irvine. Calif dress of Agent (714)556 -6516 Telephone No. of Agent Ca ACKNOWLEDGMENT BY SURETY STATE OF California ss County of Orange On this 2nd day of July 1976 before me personally appeared JANE KEPNER known to me to be the Attorney -in -Fact of SAFECO INSURANCE COMPANY OF AMERICA, GENERAL INSURANCE COMPANY OF AMERICA or FIRST NATIONAL INSURANCE COMPANY OF AMERICA, the corporation that executed the within instrument, and acknowl- edged to me that such corporation executed the same. 1 IN WITNESS WHEREOF;;1`fi0(?R4euntu set my hand and affixed my official seal, at my office in the aforesaid County, A - i "1ha day and year in this- cerfi$CatC riist above written. t :. .....,a 0 J o My 25,E 197% i Notary Pu is in the State of F s ;aaaatsa8a�. County of S -230 R310/72 PRINTED IN U.S.A. Bono. 2615131 Premium: $432'.OoPage 10 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted has awarded to June 28, 1976, fTVA hereinafter designated as the "Principal ", a contract for BALBOA AVENUE STORM DRAIN IMPROVEMENTS (C -1683) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, BEBEK CO. as Principal, and SAFECO INSURANCE COMPANY OF AMERICA as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of 50 /100ths IFTY SEVEN THOUSAND FIVE HUNDRED FORTY SEVEN & Dollars ($ 57,547.50 ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, 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 presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, con- ditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice f t i u (Performance Bond - Continued) Page 11 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 Principal and Surety above named, on the 2nd day of July 19 76 . BEDEK p (Seal) Name of Contractor Principal) u horize Signature andTitle Authorized Signature and Title SAFECO INSURANCE COMPANY OF AMERI'Aal) Name of Surety 17570 Brookhurst, Fountain Valley, Calif Address of Surety J SignatAfre and Title of Authorized Agent JANE KEPNER, ATTORNEY —IN —FACT 1720 E. Garry Avenue, Irvine,'Caiif Address of Agent (714)556 -6516 Telephone No. of Agent ACKNOWLEDGMENT BY SURETY STATE OF California. ss County of Orange On this 11 day of July 197F before me personally appeared JA17 :1 "tip "';"" , known to me to be the Attorney -in -Fact of SAFECO INSURANCE COMPANY OF AMERICA, GENERAL INSURANCE COMPANY OF AMERICA or FIRST NATIONAL INSURANCE COMPANY OF AMERICA, the corporation that executed the within instrument, and acknowl- edged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County, tlu'6y "and year in this settif1c Tqst above written. Notary Kbhc in the State of � a3, 137P 0 County of S230 R3 30/72. .. r 3000♦ PRINTED IN U.S.A. Page 12 CONTRACT THIS AGREEMENT, made and entered into this /VAay of '19769 by and between the CITY OF NEWPORT BEACH, California, hereinaf er designated as the City, party of the first part, and BEBEK CO.. hereinafter designated as the Contractor, party of the second part. WITNESSETH2 That the parties hereto do mutually agree as follows. 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and Specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor, and materials necessary therefor, (Except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2, For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated to•be borne by the City; and for well and faithfully completing the work and the whole thereof, in the manner Shown and described in the said Plans and Specifications, the City will pay and the Contractor shall receive in.full compensation therefore the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case May be: 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to.the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the Plans and Specifications, are hereby incorporated in and made part of this Agreement. -2 i Page 13 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and`a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. CITY WPORT I BEAC97j By: mayor ATTEST: Er'� e lc C Contractor (SEAL By: Al2, e By: Title I SPECIAL PROVISIONS I CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR BALBOA AVENUE STORM DRAIN IMPROVEMENTS C -1683 SECTION PAGE I. Scope of Work, and Specifications 1 II. Completion of Work 2 III. Payment 2 IV. Guarantee 2 V. Protection fo Existing Utilities 3 VI. Construction Survey Staking 3 VII. Construction Schedule 3 VIII. Traffic Control 4 IX. Notice to Residences and Businesses 5 X. Permits 5 XI. Adjusting the Utility Boxes, Manholes, Valve Covers, Etc. to Grade 6 XII. Surface and Ground Water Control 6 XIII. Guarding Underground Construction 8 XIV. Shop Drawings, Data on Materials and Equipment, and Samples 9 XV. Demolition Permit 12 XVI. Construction Details 12 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS BALBOA AVENUE STORM DRAIN IMPROVEMENTS CONTRACT C -1683 I. Scope of Work, and Specifications The work to be done under this contract consists of removal of existing street improvements, construction of curbs, gutters, P.C.C. paving, sidewalks, storm drain pipe, catch basins, tidal structure, automatic control gate, and other incidental items of work as shown on the plans. The Contract requires completion of all the work in accordance with these Special Provisions, the City's Standard Special Provisions, the Plans (Drawings No. D- 5016 -5), and the City's Standard Drawings and Specifications. The City's Standard Specifications are the "Standard Specifications for Public Works Construction ", 1976 Edition (Including supplements to date), available at Building News, Inc., 3055 Overland Avenue, Los Angeles, California, 90034, telephone (213) 870 -9871. Copies of the City's Standard Special Provisions and Drawings may be purchased at the Public Works Department for $5.00. Special Provisions - 1 Il. Completion of the Work The Contractor shall complete all work on the contract within 90 consecutive calendar days after notification to pro- ceed, and as specified in Sections 6 -7 and 6 -8 of the Standard Specifications. No work in this contract can commence prior to September 14, 1976 except pipe and material orders. III. Payment Payment for incidental items of work, not separately provided for in the proposal, shall be included in the bid price for related items of work, and no additional compensation will be made. IV. Guarantee The Contractor shall guarantee, for a period of one year after acceptance of the work by the City Council, all materials and workmanship against any defects whatsoever. Any such defects shall be repaired at the Contractor's expense. All equipment or material warranties in excess of one year shall be delivered to the Engineer. V. Protection of Existing Utilities 1 Known utilities are indicated on the plans. Prior to performing construction work, the Contractor shall request each utility company to locate its facilities (See Sheet 1 of Plans for telephone numbers). The Contractor shall protect in place and be responsible for, at his own expense, any damage to any utilities encountered during construction of the items shown on the plans. The Contractor's attention is called to Section 5 of the Standard Specifications. VI. Construction Survey Staking Field surveys for control of construction shall be provided by the City of Newport Beach. Staking will be per- formed on all items ordinarily requiring grade and alignment at intervals normally accepted by the agencies and trades involved. VII. Construction Schedule The Contractor shall submit a construction schedule as specified in Subsection 6 -1 of the Standard Specifications. Special Provisions - 3 VIII. Traffic Control A. General The Contractor shall be responsible for traffic control in accordance with Subsection 7 -10 of the Standard Specifications. Prior to commencing work the Contractor shall submit a written traffic plan to the Engineer for approval. The plan shall show periods of street closure, the location of signing and detours and any other details required by the Engineer to ensure that all through and local traffic will be handled in a safe and efficient manner with a minimum of inconvenience to motorists. B. Marine Avenue Marine Avenue at the intersection of Balboa Avenue shall be kept open to one lane of traffic in each direction at all times. C. Balboa Avenue Balboa Avenue from Marine Avenue to the Alley east of Marine Avenue shall remain open to one lane of traffic con- trolled by a flagman during working hours and to two lanes of traffic in each direction at all other times. Balboa Avenue from the Alley east of Marine Avenue to the Grand Canal may be closed to all traffic for a period not to exceed 30 calendar days, except that access shall be main- tained during non - working hours to the private driveway on the Special Provisions - 4 north side of Balboa Avenue at the Alley east of Marine Avenue. R *kR *R * * * *R * *R IX. Notice to Residences and Businesses The City will mail a preliminary notice to all resi- dences and businesses affected by this work. Between 40 and 55 hours prior to blocking access to residences or businesses, the Contractor shall, with utmost care, distribute to each and every residence and business, a notice, prepared by the City, stating when the work will begin and approximately when access to their property will be restored. Errors in distribution, false starts, acts of God, or other alterations of the schedule will require renotification, using an explanatory letter prepared by the City and distributed by the Contractor. RRR * * * * *R * * * ** X. Permits Premits have been obtained by the City from the California Coastal Zone Conservation Commission and the United States Army Corps of Engineers for the work under this Contract. Special Provisions - 5 i XI. Adjusting the Utility Boxes, Manholes, Valve Covers, Etc. to Grade Utility boxes, water meter boxes, and /or covers, etc. broken as a result of the Contractor's operations, shall be replaced at the Contractor's expense. The cost of adjusting these facilities to grade shall be included in the price bid for the various items of work and no additional pyament will be made. XII. Surface and Ground Water Control A. Surface Water Surface runoff water containing mud, silt, or other deleterious material from the project shall be treated by filtration or retention in a settling basin or basins, sufficient to prevent such waters from entering storm drains or the bay. The Contractor shall submit a plan for implemen- ting siltation control concurrently to the City and to the California Regional Water Quality Control Board, Santa Ana Region (6833 Indiana Avenue, Suite 1, Riverside, California, 92506, telephone (714) 684 -9330, Mr. Zasadzinski); prior to commencing construction. Upon approval of the plan by the City and the Board the Contractor shall be responsible for the implementation and maintenance of the control facilities. I Special Provisions - 6 1 Clean surface water may be conveyed directly into the Grand Canal. The Contractor's attention is called to Subsection 7 -8.1 of the Standard Specifications as regards project site maintenance. B. Ground Water It is anticipated that ground water will be encountered at various times and locations during the work herein contemplated. The Contractor, by submitting a bid, acknowledges that he has investigated the risks arising from ground water and has prepared his bid accordingly. C. Dewatering All water removed from excavations shall be pumped to a portable settling box of a size and configuration capable of removing suspended solids from the dewatering operation. The discharge from the box shall have a 2 -1/2" standard fire hose connection. The discharge from the box shall be metered. Water from the settling box shall be dis- charged into the nearest sewer manhole. Discharge from the box will be periodically sampled by the Orange County Sani- tation District No. S. The City will obtain and pay for the necessary permit from the Orange County Sanitation District No. S. Special Provisions - 7 One standard fire hydrant meter will be furnished to the Contractor and may be picked up at the City's maintenance yard at 592 Superior Avenue from the Utility Division. All costs involved in the dewatering operation shall be included in the price bid for the related items requiring dewatering. xxxxxxxxxxxxxx XIII. Guarding Underground Construction Trench excavation and backfill shall conform to Section 306 -1 of the Standard Specifications and these Special Provisions Guarding - the walls and faces of all excavations over 5 feet in depth shall be effectively guarded by a shoring system, sloping of the ground, or other equivalent means. Trenches less than 5 feet in depth shall also be guarded when examination indicates hazardous ground movement may be expected. The Contractor shall obtain a permit to perform excava- tion or trench work from the Division of Industrial Safety, State of California, prior to any construction. The cost of providing all necessary information to obtain the permit and the cost of complying with the provisions of the permit shall be included in the price bid for the related items requiring trench excavation. • Special Provisions - 8 The Contractor shall submit a detailed plan for bracing excavation in accordance with the provisions of Subsection 306- 1.1.6 of the Standard Specifications. XIV. Shop Drawings, Data on Materials and Equipment, and Samples A. General The Contractor shall furnish to the Engineer such drawings, data on materials and equipment and samples as are required for the proper control of the work, including, but not limited to, those working drawings, data and samples specifically required in Subsection 2 -5.3 of the Standard Specifications and in the drawings. All working drawings, data, and samples shall be subject to review by the Engineer for conformity with the drawings and specifications. B. Shop Drawings and Data Defined - Working drawings include, without limitation, shop detail drawings, fabrication drawings, falsework and formwork drawings, pipe layouts, steel reinforcement and similar classes of drawings.. They shall contain all required details and infor- mation in reasonable scale. Special Provisions - 9 Data on materials and equipment include, without limitation, materials and equipment lists, catalog data sheets, cuts, diagrams and similar descriptive lists. Materials and equipment lists shall give, for each item thereon, the name and location of the supplier or manufacturer, trade name, catalog reference, size, finish and all other pertinent data. C. Review and Revision The Contractor shall furnish to the Engineer, for review, two prints of each shop drawing.. The Contractor shall properly check and correct all working drawings and data before their submission, whether they are prepared within his own organization or by a subcontractor or supplier. The shop drawings shall be submitted at least 30 calendar days before drawings will be required for commencing the work. Within ten days of receipt of said prints, the Engineer will return one print of each drawing to the Contractor with his comments noted thereon. If the drawing is returned to the Contractor marked "NO EXCEPTIONS TAKEN ", a revision of said drawing will not be required and the Contractor shall immediately submit five additional copies to the Engineer. i If the drawing is returned to the Contractor marked "MAKE CORRECTIONS NOTED ", formal revision of said drawing will not be required and the Contractor shall immediately submit five corrected copies to the Engineer. If the drawing is returned to the Contractor marked "AMEND AND RESUBMIT ", the Contractor shall revise said drawing and shall resubmit six copies of said revised drawing to the Engineer. If the drawing is returned to the Contractor marked "REJECTED - RESUBMIT ", the Contractor shall revise said drawing and shall resubmit two copies of said revised drawing to the Engineer, as in the case of an original submittal. Fabrication of an item shall not be commenced before the Engineer has reviewed the pertinent shop drawings and re- turned copies to the Contractor without rejection. Revisions indicated on shop drawings shall be considered as changes necessary to meet the requirements of the contract plans and specifications and shall not be taken as the basis of claims for extra work. The Contractor shall have no claim for damages or extension of time due to any delay resulting from making required revisions to shop drawings. The review of said drawings by the Engineer shall apply to general design only and shall in no way relieve the Contractor of responsibility for errors or omissions contained therein nor shall such review operate to waive or modify any provisions or requirements contained in these contract specifications or on the contract drawings. Special Provisions - 11 . t, i • i XV. Demolition Permit Prior to dumping any spoil; or waste material from the job site at any sanitary landfill site in the County of Orange, the Contractor shall obtain a "Permit to Dispose of Demolition" from the City Public Works Department'by contacting Mr. Irwin Miller, Administrative Assistant at 640 -2281. There is no charge for this permit; its purpose is simply to provide authorization for the Contractor to use Orange County landfill facilities for disposal of excess material. x�c *r: *aas *aa�a* XVI. Construction Details A. Restoration of Existing Improvements Restoration of existing improvements shall conform to Section 7 -9 of the Standard Specifications. B. Landscaping Protection and Restoration The Contractor shall be responsible for replacing all landscaping and sprinkler lines and appurtenances (in addition to Section 7 -9 of the Standard Specifications) damaged or removed during construction in conformance with Section 7 -9 of the Standard Specifications. The materials and plant species used for replacement shall be the same or equal to those damaged or removed. Special Provisions - 12 i • ' C. Pavement Removal, Excavation and Subgrade Preparation All existing and temporary pavement to be removed and all materials to be excavated from both trench and street areas down to the subgrade plane shall become the property of the Contractor. It shall be his responsibility to dispose of the material away from the job site in a manner and at a loca- tion acceptable to all cognizant agencies. The Contractor shall prepare the subgrade by scarifying, cultivating, watering or drying, and compacting the road bed to a depth of 6 inches in conformance with Sub- section 301 -1.2 of the City's Standard Specifications. The relative compaction of the top 6 inches or the subgrade material shall be not less than 95 %. Clearing and grubbing shall be in accordance with Section 300 of the Standard Specifications. The costs of subgrade preparation shall be included in the unit prices bid for the other items of work and no separate or additional payment will be made. D. Temporary Asphalt Concrete Resurfacing The Contractor shall place and maintain temporary 2 -inch thick asphalt concrete resurfacing at all locations wherever excavation is made through pavement, sidewalk, or driveways in conformance with Section 306 -1.5.1 of the City's Standard Specifications, with the following exceptions: �u Special Provisions - 13 .T.. 1. The asphalt concrete used for temporary trench resurfacing shall be III- C3- AR4000 using liquid asphalt in conformance with Section 400 -4 of the City's Standard Specifi- cations. 2. Payment for placing and maintaining temporary asphalt concrete resurfacing shall be included in the unit prices paid for the items of work contained in the proposal. No additional payment will be made for the asphalt concrete required in conjunction with maintenance of the temporary resurfacing. E. Portland Cement Concrete Improvements Portland cement concrete furnished for curb, gutter, walks, and street paving shall be Class 564-C -3000 per Subsection 303 -5 of the Standard Specifications. Portland cement concrete used for street paving shall attain a minimum modulus of rupture of 600 psi (tested in accordance with ASTM designation: C78 -64) within 28 days after placement. Portland cement concrete shall be securely barricaded immediately following placement and no vehicular traffic will be allowed thereon until beam tests yield a minimum modulus of rupture of 450 psi Portland cement concrete supplied for all reinforced structures shall be 564 -B -3000 and construction shall conform to Section 303 of the Standard Specifications. The unit price bid for Type "A" Portland cement con- crete curb and gutter shall exclude curb inlet lengths. Special Provisions - 14 J� i i F. Storm Drain Pipe 1. Asbestos Cement Pipe Pipe and fittings shall be in conformance with Section 207 -6.2 of the Standard Specifications. Size and class of pipe shall be as shown on the plans. 2. Removal of Existing Storm Drain Contractor shall remove the existing 8" drain and gate. Openings left in the seawall shall be sealed with concrete. G. Tide Gate Gate shall be cast iron designed for 6 -foot un- seating pressure, flatback, and with a non - rising stem. All cast iron parts shall have a bituminous coating. Gate shall be equipped with bronze wedges and seating faces. Bronze castings shall conform with ASTM B -147 alloy 8A. Bronze seat facings shall be ASTM designation B -21. All bolts, nuts and stem shall be made of ASTM A -276 Type 416 stainless steel. Gate shall be Snow Shasta Gate Model SH or approved equal. Installation of the gate shall be per manufacturer's instruc- tions. Contractor shall make all necessary adjustments after installation to insure proper seating of gate. H. Electric Gate Opener 1. General The electric gate operator shall include the motor, power gearing, limit switches and torque switches as a Special Provisions - 15 d • 'N ` self- contained unit. Unit shall have NEMA 4 waterproof enclosure. Contractor shall make all necessary adjustments for proper operation. Operator and gate shall be delivered ready for installation in the tidal structure. Operator shall be Tork- Master Model TM2 -00 or approved equal. I 2. Operating Speed Gate shall operate at a nominal speed of 12- inches per minute. 3. Manual Operation The operator shall be equipped with a 3/4" square nut for manual operation of the valve. The nut shall i not rotate during electric operation, and the motor shall not rotate during manual operation. To place the operator in manual operation, a declutching lever shall be used to mechanically i disconnect the motor drive from the gear train. Failure of the motor gearing shall not render the manual operation impos- sible. Operator shall automatically return to electric drive position after manual operation and shall remain in motor drive position until manual operation is desired. 4. Automatic Operation The bubbler controls shall be adjusted to close the gate when the tide level reaches Elev. 3.00 and open the gate at Elev. 2.50. Failure of the bubbler control shall leave the gate in its last position. Special Provisions - 16 Jl-� • Certificate o f N njurance INSURANCE COMPANIES G =Great American Insurance Company A= American National Fire Insurance Company (Herein called the Company) In the event of Cancelation of the policies designated below, it is the intent of the Company to mail 30 days prior notice thereof to: r NOTE: This Certificate of insurance neither City of Newport Beach City Hall - 3300 W. Newport Blvd. affirmatively nor negatively amends, extends, Newport Beach, California nor alters the coverage afforded by the policy or policies numbered in this certi- Lficate. The Compony(ies) as designated below certify that the following insurance policies have been issued to: NAME OF INSURED ADDRESS OF INSURED BEBES COMPANY 16706 Construction Way East, Irvine LIMITS OF LIABILITY o TYPE OF INSURANCE POLICY NUMBER POLICY PERIOD BODILY INJURY PROPERTY DAMAGE WORKMEN'S COMPENSATION STATUTORY NO COVERAGE and EMPLOYERS' LIABILITY NO COVERAGE COMPREHENSIVE EACH $ OCCURRENCE $ EACH GENERAL LIABILITY $ AGGREGATE AGGREGATE MANUFACTURERS' AND p$ P OACH CONTRACTORS' LIABILITY $ OCCURRENCE $ AGGREGATE OWNERS' AND CONTRACTOR $ OCCURRENCE PROTECTIVE LIABILITY $ OCCURRENCE $ AGGREGATE OWNERS' LANDLORDS AND TENANTS' LIABILITY EACH $ $ EACH OCCURRENCE OCCURRENCE COMPLETED OPERATIONS AND $ OCCURRENCE $ OCCURRENCE PRODUCTS LIABILITY $ AGGREGATE $ AGGREGATE COMPREHENSIVE $ EACH PERSON AUTOMOBILE LIABILITY OCCURRENCE $ CIE CCURRENCE OWNED AUTOS $ EACH PERSON $ OCCURRENCE $ EACH - OCCURRENCE t - HIRED AUTOS $ EACH PERSON 6Q J EACH $ OCCURRENCE $ OCCURRENCE OTHER NON -OWNED $ EACH PERSON AUTOS $ OCCURRENCE $ EACX OCCURRENCE COMMERCIAL UMBRELLA $ each Occurrence, aggreg here LIABILITY applicable, in excess of Primary insurance recorded. `o DESCRIPTION AND LOCATION OF OPERATIONS ANO AUTOMOatLES COVERED Contract No. 1683, Balboa Avenue 8term Drain Improvements 1875-76 L This Certificate is not valid unless countersigned by an authorized representative of the Com E anyp. � AUTNORIZED REPR ENTATfYE F.4002i A —E -75 INSURED COPY i CITY OF NEWPORT BEACH CERTI TE OF INSURANCE FOR CONTRACT FOR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 1683 MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE Project Description: BALBOA AVENUE STORM DRAIN IMPROVEMENTS 1975 -76 This is to certify that the GREAT AMERICAN INSURANCE COMPANY surance has issued to BEBEK COMPANY Name of Insured 7 ti n Wa E C ddress of Insured the policy of liability insurance certified herein. CITY CONTRACT ENDORSEMENT This endorsement is attached to the policy described herein to assure compliance by the named insured with the terms and provisions of the contract or other agreement(s) entered into between the insured as contractor and the City of Newport Beach. The Company amends the policy described herein as follows: 1. It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled or materially changed until thirty days after receipt of registered written notice of cancellation or change by the City of Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660. 2. The City of Newport Beach, its officers and employees are hereby declared to be additional insureds in the policy described insofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City, its officers and employees. It is further agreed that any other insurance carried by the City, its officers and employees shall not be contrib- uting or primary with the insurance provided by this policy. This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (,When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal InTury'ttazards. g. Broad Form Property Damage. i h. Marine or Aviation (when applicable). Name cf Agency or Broker: Agency Bonding, Inc. Address of Agency or Broker: / 1720 E. Garry Avenue, Irvine, Calif Telephone No. 556 -6516 A _ Countersigned by: Authorized surance Company Representative Effective date of this endorsement: June 28 , 19 76, Endorsement No. 10 re tal) ve ual i 0 olicy Term Limits of Liability Each Occurrence (Minimum: Aggregate (Minimum: Covera a licy No. $500,000) $ 500,000 Protectil 11,000,000 Products j$ 500,000 Contracts HOW C MPLETE INFOR TION BELOW Policy No. COMPREHENSIVE LIAB. Combined Single Limit Bodily Injury or Property Damage SLP 7..g� From: 3 /1/75 To: 3/1/78 $1,000,000 CSL $* Protecti $* Products $ -*Contract 830970 3/1/75 *1,000,000 CSI Each Occurrence This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (,When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal InTury'ttazards. g. Broad Form Property Damage. i h. Marine or Aviation (when applicable). Name cf Agency or Broker: Agency Bonding, Inc. Address of Agency or Broker: / 1720 E. Garry Avenue, Irvine, Calif Telephone No. 556 -6516 A _ Countersigned by: Authorized surance Company Representative Effective date of this endorsement: June 28 , 19 76, Endorsement No. 10 re tal) ve ual i 0 CITY OF NEWPORT BEACH jo CERTIFICATE OF INSURANCE FOR CONTRACT WO FOR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 1683 MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE Project Description: BALBOA AVENUE STORM.DRAIN IMPROVEMENTS 1975 -76 GREAT AMERICAN INSURANCE COMPANY This is to certify that the SAYRE & TOSO INC. Name of Insurance Company) has issued to BEBEK COMPANY Name of Insured tAQOre SS OT 1 the policy of liability insurance certified herein. CITY CONTRACT ENDORSEMENT This endorsement is attached to the policy described herein to assure compliance by the named insured with the terms and provisions of the contract or other agreement(s) entered into between the insured as contractor and the City of Newport Beach. The Company amends the policy described herein as follows: 1. It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled or materially changed until thirty days after receipt of registered written notice of cancellation or change by the City of Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660. 2. The City of Newport Beach, its officers and employees are hereby declared to be additional insureds in the policy described insofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City, its officers and employees. It is further agreed that any other insurance carried by the City, its officers and employees shall not be contrib- uting or primary with the insurance provided by this policy. Covera e i No. Policy Term Limits of Liability Each Occurrence (Minimum: Aggregate (Minimum: $500,000) $ 500,000 Protecti, $1,000,000 Products $ 500,000 Contract H W C MPLETE INFO TION BELOW Policy No. COMPREHENSIVE LIAB. Combined Single Limit Bodily Injury or Property Damage SLP 722x621 From: 311175 To: 3/1/78 $1,000,000 CSL $* Protecti $* Products $* Contract 830970 3/1/75 *1,000,000 CSI Each Occurrence This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: Agency Bonding, Inc. Address of Agency or Broker: 1720 E. Garry Ave ue, Irvine, Calif Telephone No. 556 -6516 Countersigned by: thorized InsuAnce Company Reoresentatsve Effective date of this endorsement: June 28 , 19 76, Endorsement No. 10 re ial) ie aal CITY OF NEWPORT BEACH ib CERTIF1 ATE OF INSURANCE FOR CONTRACT WORK FOR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 1683 MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE Project Description: BALBOA AVENUE STORM DRAIN IMPROVEMENTS 1976 -76 GREAT AMERICAN INSURANCE COMPANY This is to certify that the SAYRE & TOSO INC. Name of nsurance Company) has issued to B O Name of Insured 16706 Const d ress o Insured the policy of liability insurance certified herein. CITY CONTRACT ENDORSEMENT This endorsement is attached to the policy described herein to assure compliance by the named insured with the terms and provisions of the contract or other agreement(s) entered into between the insured as contractor and the City of Newport Beach. The Company amends the policy described herein as follows: 1. It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled or materially changed until thirty days after receipt of registered written notice of cancellation or change by the City of Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660. 2. The City of Newport Beach, its officers and employees are hereby declared to be additional insureds in the policy described insofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City, its officers and employees. It is further agreed that any other insurance carried by the City, its officers and employees shall not be contrib- uting or primary with the insurance provided by this policy. Covera a i is No. E o icy Term L Limits of Liability Each Occurrence g ggregate $500,000) $ $ 500,000 Protecti, $1,000,000 Products 0,000 Contracts H0 MPLETE INFO A ATMM BELOW $ This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g: Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: Agency Bonding, Inc. Address of Agency or Broker: 1720 E. Garry Avenue, Irvine. Calif Telephone No. Countersigned re ial ) re ja 1 Effective date of this endorsement: June 28 , 19 76, Endorsement No. 10 • CITY OF NEWPORT BEACH i CERTIFICATE OF INSURANCE FOR CONTRACT WORK FOR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 1,683 MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE Project Description: BALBOA AVENUE STORM DRAIN IMPROVEMENTS 1975 -76 This is to certify that the has issued to GREAT AMERICAN INSURANCE COMPANY urance of Insure the policy of liability insurance certified herein. CITY CONTRACT ENDORSEMENT This endorsement is attached to the policy described herein to assure compliance by the named insured with the terms and provisions of the contract or other agreement(s) entered into between the insured as contractor and the City of Newport Beach. The Company amends the policy described herein as follows: 1. It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled or materially changed until thirty days after receipt of registered written notice of cancellation or change by the City of Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660. 2. The City of Newport Beach, its officers and employees are hereby declared to be additional insureds in the policy described insofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City, its officers and employees. It is further agreed that any other insurance carried by the City, its officers and employees shall not be contrib- uting or primary with the insurance provided by this policy. This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: Ag*na7 Bonding, Inc. Address of Agency or Broker Telephone No. Countersigned by: Effective date of this endorsement: T.4 w. Cslif 19y�_, Endorsement No. 10 re ial ) to sal o icy Term Limits of Liability Cover is No. Each Occurrence (Minimum: Aggregate (Minimum: $500,000) $ 500,000 Protecti, $1,000,000 Products $ 500,000 Contracts H W C MPLETE INFO TION BELOW Po icy No. COMPREHENSIVE LIAB. Combined Single SLP From: 3/1175 $* Protecti Limit Bodily Injury or Property Damage 7229621 3/1/78 To: 000000 C8L 1, , $ $ Products $ 0 Contract 880970 311178 *$1,0001000 CSI Each Occurrence 8178 This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: Ag*na7 Bonding, Inc. Address of Agency or Broker Telephone No. Countersigned by: Effective date of this endorsement: T.4 w. Cslif 19y�_, Endorsement No. 10 re ial ) to sal 1 Certificate ol Jn3urance Jl GMATAREMCM INSURANCE COMPANIES G =Great American Insurance Company A= American National Fire Insurance Company (Herein called the Company) In the event of cancelation of the policies designated below, it is the intent of the Company to mail 30 days prior notice thereof to: F_ City of Newport Beach NOTE: This Certificate of Insurance neither City Hall - 3300 W. Newport Blvd. affirmatively nor negatively amends. extends, Newport Beach, California nor alters the coverage offorded by the policy or policies numbered in this certi- L_J ficate. I The Company(ies) as designated below certify that the following insurance policies have been issued to: NAME OF INSURED gaDRF55 OF INSURED BEBEK COMPANY r This Certificate is not valid unless countersigned by an authorized representative of the Company. �9R�7F DATE AUTHafl12Ea flEPN SENTATIVE ORIGINAL F.40021 A— 8 -75 16706 Construction Way East, Irvine LIMITS OF LIABILITY TYPE OF INSURANCE POLICY NUMBER POLICY PERIOD BODILY INJURY PROPERTY DAMAGE o WORKMEN'S COMPENSATION STATUTORY NO COVERAGE and EMPLOYERS' LIABILITY 4/l/76-77 $ 2,000,000 NO COVERAGE COMPREHENSIVE EA $ OCCURRENCE EACH $ OCCURRENCE GENERAL LIABILITY $ AGGREGATE $ AGGREGATE MANUFACTURERS' AND $ EACURREncE CONTRACTORS' LIABILITY $ EACERRENCE $ AGGREGATE OWNERS' AND CONTRACTOR$ OCCURRENCE PROTECTIVE LIABILITY $ occ URRENCE AGGREGATE y OWNERS' LANDLORDS AND TENANTS' LIABILITY EACH $ $ OCCURRENCE OCCURRENCE COMPLETED OPERATIONS AND A $ P CCURRENCE EACH $ OCCURRENCE PRODUCTS LIABILITY $ AGGREGATE $ AGGREGATE COMPREHENSIVE $ EACH PERSON AUTOMOBILE LIABILITY $ $ OCCURRENCE OCCURRENCE OWNED AUTOS $ EACH PERSON $ EACH OCCURRENCE 2 EACH $ OCCURRENCE Ot HIRED AUTOS C y EACH PERSON QQ $ OCCURRENCE $ OCCURRENCE J OTHERp NON -OWNED $ EACH PERSON AUTOS $ $ OCCURRENCE OCCURRENCE COMMERCIAL UMBRELLA $ each Occurrence, aggregate where LIABILITY applicable, in excess of Primary insurance recorded. 0 DESCRIPTION AND LOCATION OF OPERATIONS AND AUTOMOBILES COVERED Contract No. 1683, Balboa Avenue Storm Drain Improvements 1975 -76 r This Certificate is not valid unless countersigned by an authorized representative of the Company. �9R�7F DATE AUTHafl12Ea flEPN SENTATIVE ORIGINAL F.40021 A— 8 -75 GW.ATANERICAN INSURANCE COMPANIES C.erEi�'cate o/ : J urance G =Great American Insurance Company A= American National Fire Insurance Company (Herein called the Company) In the event of cancelation of the policies designated below, it isffie intent of the Companyto mail 30 days prior notice thereof to: 1 of Beach NOTE: This Certificate of Insurance neither City Hall - 3300 We Newport Blvd. affirmatively nor negatively amends, extends, Newport Beach, California nor alters the coverage afforded by the policy or policies numbered in this certi- L _j ficate. The Compony(ies) as designated below certify that the following insurance policies have been issued to: NAME OF INSURED ADDRESS OF INSURED 8XBZK COMPANY 16706 Construction /a7 Hest, Irvine LIMITS OF LIABILITY o TYPE OF INSURANCE POLICY NUMBER POLICY PERIOD BODILY INJURY PROPERTY DAMAGE WORKMEN'S COMPENSATION STATUTORY NO COVERAGE and EMPLOYERS' LIABILITY -1 ly 411179-77 $ No COVERAGE COMPREHENSIVE GENERAL LIABILITY $ OCCURRENCE $ OCCURRENCE $ AGGREGATE $ AGGREGATE MANUFACTURERS' AND $ OCCURRENCE CONTRACTORS' LIABILITY $ ¢¢ AGGREGATE OCCVRRENCE V OWNERS' AND CONTRACTOR EACH $ OCCURRENCE PROTECTIVE LIABILITY p $ $ AGGREGATE OCCURRENCE OWNERS' LANDLORDS AND TENANTS" LIABILITY p EACH $ Y OCCURRENCE OCCURRENCE COMPLETED OPERATIONS AND EACH $ OCCURRENCE EACH $ OCCURRENCE PRODUCTS LIABILITY $ AGGREGATE $ AGGREGATE COMPREHENSIVE $ EACH PERSON AUTOMOBILE LIABILITY $ EACH $ OEA OCCURRENCE OWNED AUTOS $ EACH PERSON EAC $ OCCURRENCE p EACH `� OCCURRENCE O~ $ EACH PERSON HIRED AUTOS EACH E p $ OCCURRENCE `� OCCURRENCE J OTHER NON -OWNED $$ EACH PERSON AUTOS EACH OCCURRENCE R EACH OCCURRENCE COMMERCIAL UMBRELLA $ each occurrence, aggregate where LIABILITY applicable, in excess of Primary insurance recorded. 0 DESCRIPTION AND LOCATION OF OPERATIONS AND AUTOMOBILES COVERED Contract No. 1685, Balboa Avenue Store Drain Ieprovesfeats 1975 -76 This Certificate is not valid unless countersigned by an authorized representative of the Compan 6��E UTHORIZED REPRE TATIVE F.40021A —E -75 l.erEi�'caEe o� 79.jurarzce JL INSURANCE COMPANIES G =Great American Insurance Company A= American National Fire Insurance Company (Herein called the Company) In the event of cancelation of the policies designated below, it is the intent of the Company to mail 30 days prior notice thereof to: F City of Newport Beach NOTE: This Certificate of Insurance neither City gall - 3300 W. Newport Blvd. affirmatively nor negatively amends, extends, Newport Beach, California nor alters the coverage afforded by the policy or policies numbered in this certi- L J ficate. The Compony(ies) as designated below certify that the following insurance policies have been issued to: NAME OF INSURED ADDRESS OF INSURED BMW COMPANY 16706 Conotrnction Way Nast, Irvine LIMITS OF LIABILITY TYPE OF INSURANCE POLICY NUMBER POLICY PERIOD BODILY INJURY PROPERTY DAMAGE o WORKMEN'S COMPENSATION STATUTORY No COVERAGE and EMPLOYERS' LIABILITY $ 2, M, 000 NO COVERAGE COMPREHENSIVE GENERAL LIABILITY EACH $ OCCURRENCE EACH $ OCCURRENCE $ AGGREGATE $ AGGREGATE MANUFACTURERS' AND $ 'EACH $ AGGREGATE CONTRACTORS' LIABILITY $ OCCURRENCE OWNERS' AND CONTRACTOR $ EACH CCURRENCE PROTECTIVE LIABILITY $ $ AGGREGATE OCCURRENCE OWNERS' LANDLORDS AND TENANTS' LIABILITY $ oCCURRENCE EACH $ OCCURRENCE COMPLETED OPERATIONS AND $ OCCURRENCE $ OCCURRENCE PRODUCTS LIABILITY $ AGGREGATE $ AGGREGATE COMPREHENSIVE $ EACH PERSON AUTOMOBILE LIABILITY $ $ OCCURRENCE OCCURRENCE OWNED AUTOS $ EACH PERSON $ OCCURRENCE $ OCCURRENCE 0= HIRED AUTOS $ EACH PERSON as EACH $ OCCURRENCE E $ OACH J OTHER NON -OWNED $C EACH PERSON AUTOS EACH s W OCCURRENCE OCCURRENCE COMMERCIAL UMBRELLA $ each Occurrence, aggregate where LIABILITY I I applicable, in excess of Primary insurance recorded. 0 DESCRIPTION AND LOCATION OF OPERATIONS AND AUTOMOBILES COVERED Contract No. 1683, Balboa Avenue Storm Drain Ieproveill 1975 -76 This Certificate is not valid unless countersigned by an authorized representative of the Company. H�2R 7R GATE AUTHORIZEO REPPE NTATIVE F.40021 A -8 -]5 � x i n a IAI m 0 -4 � 0r 2 A t 7 tJf = O w 3 3 J _s oil I�IIIIIIIIIIII ME �IIIII�IIII�IIA I�IYINIAIAAY '� I�IIIIHI� m 0 -4 � 0r 2 A t 7 tJf = O w 3 3 J _s n m M > N 2 i 11111111111111111111111111 Il lull 1 INI�III�� � midnei� r�II�IIY�IIIIgIINIII IIIIIINIIIINIIpIA IIbNIIM I��INRA M > N 2 o I N C � 3 { i o I N C � 3 { CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 1683 CONTRACT DOCUMENTS FOR BALBOA AVENUE STORM DRAIN IMPROVEMENTS 1975 -76 Approved by the City Council on this 24th day of _ May 19 76 oris Georgeo it er SUBMITTED BY: Cu, Contractor a7c� CaHsT�2ucTia-M wA i rMA�. ress 7 urNE CA l ir= 9a q � y P (l ' c /c- N91 L e ep qr;e 3" TotaV Bid ice 'n • • SAFECO INSURANCE COMPANIES SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA FIRST NATIONAL INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA, SEATTLE, WASHINGTON 98185 BID BOND Approved by The American Institute of Architects, A.I.A. Document No. A -310 (Feb. 1970 Edition) KNOW ALL MEN BY THESE PRESENTS, That we, BEBEK COMPANY as Principal, hereinafter called the Principal, and the SAFECO INSURANCE COMPANY OF AMERICA, of Seattle, Washington, a corporation duly organized under the laws of the State of Washington, as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF NEWPORT BEACH as Obligee, hereinafter called the Obligee, in the sum of TEN PERCENT (10`x) OF THE TOTAL AMOUNT BID Dollars ($ - - - - - - -- ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for BALBOA AVENUE STORM DRAIN IMPROVEr4ENTS NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furbished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 15th day of JUNE , 19 76 BEBEK COMPANY (Seal) Principal Title SAFECO SURANZCOMP NY OF AMERICA By NE KEP n R Attorney -in -Fact 5 -54 R6 11/73 PRINTED IN U.S.A. ACKNOWLEDGMENT BY SURETY STATEOF CALIFORNIA ORANGE ss County of Oq this 15th day of + 1976 , before me personally appeared JANE KEPNER known to me to be the Attorney -in -Fact of SAFI INSURANCE COMPANY OF AMERICA, GENERAL INSURANCE. COMPANY OF AMERICA or FIRST NATIf SURANCE COMPANY OF AMERICA, the corporation that executed the within instrument, and acknowl- edged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County, lR1tE$8$8R8� 4Rt i t3tsFrr�Habove writ � 6 OFFICIAL SEAL SEAL GROVER.L CHRISTOPHER , 00 -` NOtj PUBLIC— CALIFORNIA��! •� PRINCIPAL OFFICE IN Nstary Publre in the State of ORANGE COUNTY County of �� e %gaeommission Expires Nov. 26, 1978 . ♦ P- S -236H3 IW72 _ _ ♦ - I .. ...:. _.PRINTED IN USA. iQeceirsl/: 6 - /S- 76 r , � • � C. �i1�/i/tw/ooit �t�{ BEBEK CO. -` "' °''�"�` LICENSED & BONDED SEWER & STORM DRAIN CRANE RENTAL CONTRACTOR 16706 CONSTRUCTION WAY EAST SANTA ANA, CALIF. 92705 PHONE 540 -4922 STATE CONTRACTORS LIC 0 177769 JUNE 151 1976 MR STEVE BUCKMAN CITY OF NEWPORT BEACH 3300 NEWPORT BLVD NEWPORT BEACH? CA RE: BID OPENING BALBOA ISLAND? S.D. DEAR MR BUCKMAN WITH RESPECT TO THE SUBJECT BID AND THE FACT THAT BEBEK CO WAS THE APPARENT LOW BIDDER? WE WOULD LIKE TO ADVISE BY THIS LETTER THAT DUE TO AN ERROR IN OUR OFFICE? ADDENDUM #1 AND ADDENDUM #2 WERE NOT ATTACHED TO OUR QUOTE. WE DID HOWEVER RECEIVE BOTH OF THE ADDENDA AND ANY CHANGES WERE REFLECTED IN OUR QUOTE TO YOU. WE TRUST THAT THE ABOVE WILL BE SATISFACTORY HOWEVER SHOULD YOU HAVE ANY QUESTIONS? PLEASE DON'T HESITATE TO CONTACT US. VERY TRULY YOURS? c �AJZ� Q j HN BEBEK CO JB /MG �.:_.:.��. hi - - Y ..u:.13a.:c. -.>. <- aai_ %: -ss�t. _: c'Y+°e A .w nnr.� -s.F�. e- ..m ^v.- 'v:.+s�\ rv.ry o: «�•. •1�•: sue: � '.. .�.. .� ..� �. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT June 7, 1976 CONSTRUCTION OF BALBOA AVENUE STORM DRAIN IMPROVEMENTS 1975 -76 CONTRACT NO. 1683 Bid Opening: June 15, 1976 10:30 A.M. ADDENDUM NO. 1 Notice: Please make the following revisions: 1. Changes to Plans (D- 5016 -S) On Drawing No. 1 of 3 add the Construction Note Number 29 to the two blank construc- tion Note Balls shown on the Plan View of the tidal structure. NOTE: SHOW DATE OF RECEIPT OF THIS ADDENDUM ON THE PROPOSAL OR INSERT A COPY WITH YOUR PROPOSAL. C. Step enm Jr. Project Manager C,— 2_ 7 S art Date Received uth rized Signature CITY OF NEWPORT BEACH • PUBLIC WORKS DEPARTMENT June 9, 1976 CONSTRUCTION OF BALBOA AVENUE STORM DRAIN IMPROVEMENTS 1975 -76 CONTRACT NO. 1683 Bid Opening: June 15, 1976 10:30 A.M. ADDENDUM NO. 2 Notice: Please make the following revisions: 1. Changes to Proposal Page PR 2 of 3 Change the Item Description for Bid Item No. 4 to read as follows: "Construct 15" asbestos cement pipe Class IV, complete in place." NOTE: SHOW DATE OF RECEIPT OF THIS ADDENDUM ON THE PROPOSAL OR INSERT A COPY WITH YOUR PROPOSAL. /. I. C. Stephen Bucknam Jr. Project Manager 7� 4�_a J Date Received Rorized Signature r � •� �# Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until _� Q,� A.M. on the day of 19-26-D at which time they will be opened and read, for performing work as follows: BALBOA AVENUE STORM DRAIN IMPROVEMENTS 1975 -76 CONTRACT NO. 1683 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Sec�retaaa are required an�C_o_r orate Seal shall be affixed to�ocuments requ r ng signatures. In the case of a ark tnershTp7- the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) ..Tt ti Page la The City has adopted the Standard r Public Works Construction e ornia Chapters o the American Edition) as prepare y t e o fa onfo Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5.00 per set. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds, and Faithful Performance Bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current General Policy Holders Rating of A or better; and a Financial Rating of at least AAA as per the latest edition of Best's Key Rating Guide (Property - Liability). In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach 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 and has set forth these items in Resolu- tion No. 8701 adopted February 9, 1976. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). The contractor shall be responsible for com- pliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 3-22-76 , Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. ! '77 '7 G 4 Classification this proposal is , Gasnler's LneCK or in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self - insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. P one Nu EeIr C, - !'5 -7C Date Authorized ignature _ 1gVlyi DIU /1-L Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: F ! 4 Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 1. Ir?11c1uae) lion 12, Am yAy -nNc aN6 rya 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. C'6��w t r ~ Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, , as Principal, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this day of 19 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) 9 Title Principal urety _T NON- COLLUSION AFFIDAVIT Page 5 The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agree- ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agree- ment with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this % 6tday of , 19. NOTARY PUBLIC - LAM, '� ORANGE COUNTY -my comm. apices OCC 1, 1978 16706 Cl "'uctio' W,cy E., Irvine, CA 92705 •� r DUBINs %Y, LEVY, BERLINER & CO. CERTIFIED PUBLIC ACCOUNTANTS 6355 TOPANGA CANYON BOVLCVARD SUITE 526 LEO LEVY, A. P. A. CARL OV B{NS MY, C. P. WOODIJIID HILLS, CALITO"IA 913" EDWARD J. BERLINER, C. P. A. TELEPNONG 667-0430 C. VINCENT SISILLI, C. P. A. February r Tenth li 1976 t_ John Bebek, D.B.A. Bebek Company 16706 Construction Way, East Santa Ana, California 92705 Gentlemen: We have prepared the.fol'lowing financial statements for John Bebek, D.B.A., Bebek Company, as of December 31, 1975: II i' EXHIBIT "A11 - Statement Of Financial Position As Of December 31, 1975 EXHIBIT "B" - Statement Of Income And Expenses For The Twelve Months Ended December 31, 1975 The accompanying statement of financial position of John Bebek, D.B.A.,' Bebek Company, as of December 31, 1975, and the related statement of in- come and expenses for the period then ended were not audited by us and accordingly we do not express an opinion on them. A statement of changes in financial position has not been presented, as required by generally accepted accounting principles. These financial statements are restricted to internal use by the company and therefore, do not include all dis- closures required for a fair presentation. Respectfully submitted, DUBINSKY, LEVY, BERLINER & CO, Certified Public Accountants DLB:ml .. 11 JOHN BEBEK. D.B.A. ' BEBEK COMPANY STATEMENT OF FINANCIAL POSITION AS OF DECEMBER 31, 1975 ASSgjS CURRENT ASSETS Cash In Bank Accounts Receivable (Net) Work In Process Deposits and Prepaid Expenses TOTAL CURRENT ASSETS PROPERTY AND EQUIPMENT Machinery and Equipment Automobiles and Trucks Office Equipment Office Trailer Sub - Total Less: Allowance For Depreciation NET PROPERTY AND EQUIPMENT OTHER ASSETS Cash Surrender Value Of Life Insurancg TOTAL ASSETS $ 31,057 242,109 105,992 16,948 $396,106 $225,5.77 58,748 1,769 00 $2 9,594 184,643 104,951 3.262 Ste, LIABILITIES AND CAPITAL CURRENT LIABILITIES Accounts Payable $159,671 Payroll Taxes Payable 1,375 Notes and Contracts Payable (Portion Due Within One Year) •47,251 TOTAL CURRENT LIABILITIES $208,297 LONG TERM LIABILITIES Notes and Contracts Payable (Portion Due After One Year) 28,257 OTHER LIABILITIES Deferred Income Taxes 67,856 TOTAL LIABILITIES $)04,410 CAPITAL Capital - J. Bebek - January 1,'1975 $305,445 Less: Drawings 66,200 Sub -Total $239,245 Less Net Loss For Period (39,3361 TOTAL CAPITAL 199.909 I�TOTAL LIABILITIES AND CAPITAL { Unaudited - See accompanying disclaimer of opinion. EXHIBIT "A" RE W1, UIMPRAM& W-wAw i C t I (L • JOHN BEBEK, D.B.A. BEBEK COMPANY STATEMENT OF INCOME AND EXPENSES FOR THE TWELVE MONTHS ENDED DECEMBER 31, 1975 INCOME Sales DIRECT COSTS Materials Direct Labor Sub - Contract Equipment Rental Other Direct Costs Small Tools and Supplies .Equipment Maintenance Fuel, Oil and Lube Union Dues and Fees Payroll Taxes Bonds Workmen's Compensation Permits and Fees Depreciation TOTAL DIRECT COSTS GROSS PROFIT OPERATING EXPENSES Salaries Office Supplies and Postage Rent Legal and Accounting Telephone and Utilities Insurance Tax and License 'Interest Dues and Subscriptions Travel and Promotion, Automobile Employee Welfare Depreciation Retirement Plan TOTAL OPERATING EXPENSES NET LOSS $534,718 245,397 216,069 222,109 28,316 11,915 29,757 21,733 75,699 16,273 23,788 2b,244 2,081 35,993 $ 17,050 2,072 3,188 10,105 5,748 20,097 19,511 11,987 2,607. 8,240 5,834 1,738 366 8,890 Unaudited - See accompanying disclaimer of opinion. • EXHIBIT "B" $1,568,189 1.490,092 $ 78,097 117,433 WBINSKY, LEVY, BERLINER & COMPANY .c =,FFM P,B.,C AcaouNTANTS STATEMENT OF FINANCIAL RESPONSIBILITY Tne undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24_'hours after the bid opening if he is the apparent low bidder. 0 Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 0 1 'A M gn 0 6 PR1of3 CITY OF NEW P BEACH PUBLIC WORKS ARTMENT BALBOA AVENUE STORM DRAIN IMPROVEMENTS CONTRACT C -1683 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92660 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract C -1683 in accordance with the Plans and Speci- fications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1 Construct tidal structure with Lump Sum automated 24" gate and control panel, complete in place @Tw AMT :� - Tc�j 9 Dollars and '71d0USAr -17 + NO Cents Per Lump Sum 2. 174 Construct 24" asbestos cement Lineal F eet storm drain pipe Class II, complete in place @ Jlb ( - Su-V CN Dollars and Cents Per Lineal Foot $ • PR 2 of 3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. 90 Construct 18" asbestos cement Lineal storm drain pipe Class II, complete in place @ (YT:( -Tw 9 Dollars and �{� Cents Per Lineal Foot 4. 76 Construct 18" asbestos cement Lineal pipe Class IV, complete in place @ "S Dollars and Cents $ 66, $ 5!S`O:o Per L neal Foot 5• 4 Construct curb inlet Type OL -A, Each L =7' per City of Newport Beach Std. -305 -L with local depression per Std.- 304 -L, complete in place @IzLEUrzry r►crN�2rLi7 Dollars and °, a Er6NTY- re.rq'K-E t NV3 Cents $ Per Eac 6. 1 Construct junction structure E— ach per City of Newport Beach, Std. -320 -L and detail on plans, complete in place @TNtCi�E1 N lJ�n1t7RFp Dollars and C r (WX -E-1 4- No Cents $ /S600. ° °' $ Per Eac 7. 285 Construct 4" P.C.C. concrete Square e__ sidewalk per City of Newport Beach Std.- 110 -L, complete in place @ Dollars ✓ and T- Cents Cents $�_ $ Y27, Per square Foot a • PR3of 3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 8. 35 Construct Type "A" P.C.C. curb Lineal Fe and gutter per City of Newport Beach Std.- 105 -L, complete in place @ Dollars ✓ and c� • *-- Cents $ 1J: $ 5.x•5, �Li en oot 9. 89 Construct 6" P.C.C. street Square eet paving, complete in place @ C' 1 V ri Dollars and s rlo Cents $ Per Square Foot 10. Lump Sum Guard underground construc- tion @ okE -rwou %N Dollars and hlu Cents $ /000. $ Idoo, e� Lump Sum TOTAL PRICE WRITTEN IN WORDS: QF_L'1GI_( Tti4oc)SlkNi) ftvtZ 14utjD -(ZrC> Dollars and Fat2"i`/ "NEU 6EN 4- W1 FT `1 Cents CONTRACTOR'S LICENSE NO. .17-7-7 (, S DATE: G - /, _ 7 (, CONTRACTOR'S ADDRESS (Bidder's Name TIOTAL BID TELEPHONE NO. ('7V ),5 L/ 0 _ Area C0 e ti < ;' ( 0 0 SPECIAL PROVISIONS CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR BALBOA AVENUE STORM DRAIN IMPROVEMENTS C -1683 SECTION PAGE I. Scope of Work, and Specifications 1 II. Completion of Work 2 III. Payment 2 IV. Guarantee 2 V. Protection fo Existing Utilities 3 VI. Construction Survey Staking 3 VII. Construction Schedule 3 VIII. Traffic Control 4 IX. Notice to Residences and Businesses 5 X. Permits 5 XI. Adjusting the Utility Boxes, Manholes, Valve Covers, Etc. to Grade 6 XII. Surface and Ground Water Control 6 XIII. Guarding Underground Construction 8 XIV. Shop Drawings, Data on Materials and Equipment, and Samples 9 XV. Demolition Permit 12 XVI. Construction Details 12 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS BALBOA AVENUE STORM DRAIN IMPROVEMENTS CONTRACT C -1683 I. Scope of Work, and Specifications The work to be done under this contract consists of removal of existing street improvements, construction of curbs, gutters, P.C.C. paving, sidewalks, storm drain pipe, catch basins, tidal structure, automatic control gate, and other incidental items of work as shown on the plans. i The Contract requires completion of all the work in accordance with these Special Provisions, the City's Standard Special Provisions, the Plans (Drawings No. D- 5016 -5), and the City's Standard Drawings and Specifications. The City's Standard Specifications are the "Standard Specifications for Public.Works Construction ", 1976 Edition (Including supplements to date), available at Building News, Inc., 3055 Overland Avenue, Los Angeles, California, 90034, telephone (213) 870 -9871. Copies of the City's Standard Special Provisions and Drawings may be purchased at the Public Works Department for $5.00. Special Provisions - 1 I i II. Completion of the Work The Contractor shall complete all work on the contract within 90 consecutive calendar days after notification to pro- ceed, and as specified in Sections 6 -7 and 6 -8 of the Standard Specifications. No work in this contract can commence prior to September14, 1976 except pipe and material orders. III. Payment Payment for incidental items of work, not separately provided for in the proposal, shall be included in the bid price for related items of work, and no additional compensation will be made. IV. Guarantee The Contractor shall guarantee, for a period of one year after acceptance of the work by the City Council, all materials and workmanship against any defects whatsoever. Any such defects shall be repaired at the Contractor's expense. All equipment or material warranties in excess of one year shall be delivered to the Engineer. Special Provisions - 2 II. Completion of the Work The Contractor shall complete all work on the contract within 90 consecutive calendar days after notification to pro- ceed, and as specified in Sections 6 -7 and 6 -8 of the Standard Specifications. No work in this contract can commence prior to September14, 1976 except pipe and material orders. III. Payment Payment for incidental items of work, not separately provided for in the proposal, shall be included in the bid price for related items of work, and no additional compensation will be made. IV. Guarantee The Contractor shall guarantee, for a period of one year after acceptance of the work by the City Council, all materials and workmanship against any defects whatsoever. Any such defects shall be repaired at the Contractor's expense. All equipment or material warranties in excess of one year shall be delivered to the Engineer. Special Provisions - 2 I V. Protection of Existing Utilities Known utilities are indicated on the plans. Prior to performing construction work, the Contractor shall request each utility company to locate its facilities (See Sheet 1 of Plans for telephone numbers). The Contractor shall protect in place and be responsible for, at his own expense, any damage to any utilities encountered during construction of the items shown on the plans. The Contractor's attention is called to Section 5 of the Standard Specifications. VI. Construction Survey Staking Field surveys for control of construction shall be provided by the City of Newport Beach. Staking will be per- formed on all items ordinarily requiring grade and alignment at intervals normally accepted by the agencies and trades involved. * * * *RR *RRR *RRR VII. Construction Schedule The Contractor shall.submit a construction schedule as specified in Subsection 6 -1 of the Standard Specifications. * * * *RRR *RR * * *R Special Provisions - 3 VIIl. Traffic Control A. General The Contractor shall be responsible for traffic control in accordance with Subsection 7 -10 of the Standard Specifications. Prior to commencing work the Contractor shall submit a written traffic plan to the Engineer for approval. The plan shall show periods of street closure, the location of signing and detours and any other details required by the Engineer to ensure that all through and local traffic will be handled in a safe and efficient manner with a minimum of inconvenience to motorists. B. Marine Avenue Marine Avenue at the intersection of Balboa Avenue shall be kept open to one lane of traffic in each direction at all times. C. Balboa Avenue Balboa Avenue from Marine Avenue to the Alley east of Marine Avenue shall remain open to one lane of traffic con- trolled by a flagman during working hours and to two lanes of traffic in each direction at all other times. Balboa Avenue from the Alley east of Marine Avenue to the Grand Canal may be closed to all traffic for a period not to exceed 30 calendar days, except that access shall be main- tained during non - working hours to the private driveway on the Special Provisions - 4 [-I north side of Balboa Avenue at the Alley east of Marine Avenue. IX. Notice to Residences and Businesses The City will mail a preliminary notice to all resi- dences and businesses affected by this work. Between 40 and 55 hours prior to blocking access to residences or businesses, the Contractor shall, with utmost care, distribute to each and every residence and business, a notice, prepared by the City, stating when the work will begin and approximately when access to their property will be restored. Errors in distribution, false starts, acts of God, or other alterations of the schedule will require renotification, using an explanatory letter prepared by the City and distributed by the Contractor. ss�•aa * *x *:�aa* X. Permits Peemits have been obtained by the City from the California Coastal Zone Conservation Commission and the United States Army Corps of Engineers for the work under this Contract. aa� * *naxaaa,ex* Special Provisions - 5 XI. Adjusting the Utility Boxes, Manholes, Valve Covers, Etc. to Grade Utility boxes, water meter boxes, and /or covers, etc. broken as a result of the Contractor's operations, shall be replaced at the Contractor's expense. The cost of adjusting these facilities to grade shall be included in the price bid for the various items of work and no additional pyament will be made. *yes *aa�c�casse� *ax XII. Surface and Ground Water Control A. Surface Water Surface runoff water containing mud, silt, or other deleterious material from the project shall be treated by filtration or retention in a settling basin or basins, sufficient to prevent such waters from entering storm drains or the bay. The Contractor shall submit a plan for implemen- ting siltation control concurrently to the City and to the California Regional Water Quality Control Board, Santa Ana Region (6833 Indiana Avenue, Suite 1, Riverside, California, 92506, telephone (714) 684 -9330, Mr. Zasadzinski); prior to commencing construction. Upon approval of the plan by the City and the Board the Contractor shall be responsible for the implementation and maintenance of the control facilities. Special Provisions - 6 Clean surface water may be conveyed directly into the Grand Canal. The Contractor's attention is called to Subsection 7 -8.1 of the Standard Specifications as regards project site maintenance. B. Ground Water It is anticipated that ground water will be encountered at various times and locations during the work herein contemplated. The Contractor, by submitting a bid, acknowledges that he has investigated the risks arising from ground water and has prepared his bid accordingly. C. Dewatering All water removed from excavations shall be pumped to a portable settling box of a size and configuration capable of removing suspended solids from the dewatering operation. The discharge from the box shall have a 2 -1/2" standard fire hose connection. The discharge from the box shall be metered. Water from the settling box shall be dis- charged into the nearest sewer manhole. Discharge from the box will be periodically sampled by the Orange County Sani- tation District No. S. The City will obtain and pay for the necessary permit from the Orange County Sanitation District No. S. Special Provisions - 7 U One standard fire hydrant meter will be furnished . i to the Contractor and may be picked up at the City's maintenance yard at 592 Superior Avenue from the Utility Division. All costs involved in the dewatering operation shall be included in the price bid for the related items requiring dewatering. XIII. Guarding Underground Construction Trench excavation and backfill shall conform to Section 306 -1 of the Standard Specifications and these Special Provisions. Guarding - the walls and faces of all excavations over 5 feet in depth shall be effectively guarded by a shoring system, sloping of the ground, or other equivalent means. Trenches less than 5 feet in depth shall also be guarded when examination indicates hazardous ground movement may be expected. i The Contractor shall obtain a permit to perform excava- tion or trench work from the Division of Industrial Safety, State of California, prior to any construction. The cost of providing all necessary information to obtain the permit and the cost of complying with the provisions of the permit shall be included in the price bid for the related items requiring trench excavation. Special Provisions - 8 • The Contractor shall submit a detailed plan for bracing excavation in accordance with the provisions of Subsection 306- 1.1.6 of the Standard Specifications. XIV. Shop Drawings, Data on Materials and Equipment, and Samples A. General The Contractor shall furnish to the Engineer such drawings, data on materials and equipment and samples as are required for the proper control of the work, including, but not limited to, those working drawings, data and samples specifically required in Subsection 2 -5.3 of the Standard Specifications and in the drawings. All working drawings, data, and samples shall be subject to review by the Engineer for conformity with the drawings and specifications. B. Shop Drawings and Data Defined Working drawings include, without limitation, shop detail drawings, fabrication drawings, falsework and formwork drawings, pipe layouts, steel reinforcement and similar classes of drawings. They shall contain all required details and infor- mation in reasonable scale. . I i • . . . Data on materials and equipment include, without limitation, materials and equipment lists, catalog data sheets, cuts, diagrams and similar descriptive lists. Materials and equipment lists shall give, for each item thereon, the name and location of the supplier or manufacturer, trade name, catalog reference, size, finish and all other pertinent data. C. Review and Revision The Contractor shall furnish to the Engineer, for review, two prints of each shop drawing. The Contractor shall properly check and correct all working drawings and data before their submission, whether they are prepared within his own organization or by a subcontractor or supplier. The shop drawings shall be submitted at least 30 calendar days before i drawings will be required for commencing the work. Within ten days of receipt of said prints, the Engineer will return one print of each drawing to the Contractor with his comments noted thereon. If the drawing is returned to the Contractor marked "NO EXCEPTIONS TAKEN ", a revision of said drawing will not be required and the Contractor shall immediately submit five additional copies to the Engineer. If the drawing is returned to the Contractor marked "MAKE CORRECTIONS NOTED ", formal revision of said drawing will not be required and the Contractor shall immediately submit five corrected copies to the Engineer. Special Provisions - 10 11 If the drawing is returned to the Contractor marked "AMEND AND RESUBMIT ", the Contractor shall revise said drawing and shall resubmit six copies of said revised drawing to the Engineer. If the drawing is returned to the Contractor marked "REJECTED - RESUBMIT ", the Contractor shall revise said drawing and shall resubmit two copies of said revised drawing to the Engineer, as in the case of an original submittal. Fabrication of an item shall not be commenced before the Engineer has reviewed the pertinent shop drawings and re- turned copies to the Contractor without rejection. Revisions indicated on shop drawings shall be considered as changes necessary to meet the requirements of the contract plans and specifications and shall not be taken as the basis of claims for extra work. The Contractor shall have no claim for damages or extension of time due to any delay resulting from making required revisions to shop drawings. The review of said drawings by the Engineer shall apply to general design only and shall in no way relieve the Contractor of responsibility for errors or omissions contained therein nor shall such review operate to waive or modify any provisions or requirements contained in these contract specifications or on the contract drawings. Special Provisions - 11 Xv. Demolition Permit Prior to dumping any spoil; or waste material from the job site at any sanitary landfill site in the County of Orange, the Contractor shall obtain a "Permit to Dispose of Demolition" from the City Public Works Department by contacting Mr. Irwin Miller, Administrative Assistant at 640 -2281. There is no charge for this permit; its purpose is simply to provide authorization for the Contractor to use Orange County landfill facilities for disposal of excess material. XVI. Construction Details A. Restoration of Existing Improvements Restoration of existing improvements shall conform to Section 7 -9 of the Standard Specifications. B. Landscaping Protection and Restoration The Contractor shall be responsible for replacing all landscaping and sprinkler lines and appurtenances (in addition to Section 7 -9 of the Standard Specifications) damaged or removed during construction in conformance with Section 7 -9 of the Standard Specifications. The materials and plant species used for replacement shall be the same or equal to those damaged or removed. Special Provisions - 12 C. Pavement Removal, Excavation and Subgrade Preparation All existing and temporary pavement to be removed and all materials to be excavated from both trench and street areas down to the subgrade plane shall become the property of the Contractor. It shall be his responsibility to dispose of the material away from the job site in a manner and at a loca- tion acceptable to all cognizant agencies. The Contractor shall prepare the subgrade by scarifying, cultivating, watering or drying, and compacting the road bed to a depth of 6 inches in conformance with Sub- ' section 301 -1.2 of the City's Standard Specifications. The relative compaction of the top 6 inches or the subgrade material shall be not less than 95 %. Clearing and grubbing shall be in accordance with Section 300 of the Standard Specifications. The costs of subgrade preparation shall be included in the unit prices bid for the other items of work and no separate or additional payment will be made. D. Temporary Asphalt Concrete Resurfacing The Contractor shall place and maintain temporary 2 -inch thick asphalt concrete resurfacing at all locations wherever excavation is made through pavement, sidewalk, or driveways in conformance with Section 306 -1.5.1 of the City's Standard Specifications, with the following exceptions: Special Provisions - 13 - • � V a 1. The asphalt concrete used for temporary trench resurfacing shall be III- C3- AR4000 using liquid asphalt in conformance with Section 400 -4 of the City's Standard Specifi- cations. 2. Payment for placing and maintaining temporary asphalt concrete resurfacing shall be included in the unit prices paid for the items of work contained in the proposal. No additional payment will be made for the asphalt concrete required in conjunction with maintenance of the temporary resurfacing. E. Portland Cement Concrete Improvements Portland cement concrete furnished for curb, gutter, walks, and street paving shall be Class 564 -C -3000 per Subsection 303 -5 of the Standard Specifications. Portland cement concrete used for street paving shall attain a minimum modulus of rupture of 600 psi (tested in accordance with ASTM designation: C78 -64) within 28 days after placement. Portland cement concrete shall be securely barricaded immediately following placement and no vehicular traffic will be allowed thereon until beam tests yield a minimum modulus of rupture of 450 psi Portland cement concrete supplied for all reinforced structures shall be 564 -B -3000 and construction shall conform to Section 303 of the Standard Specifications. The unit price bid for Type "A" Portland cement con- crete curb and gutter shall exclude curb inlet lengths. Special Provisions - 14 Y r • F. Storm Drain Pipe 1. Asbestos Cement P Pipe and fittings shall be in conformance with Section 207 -6.2 of the Standard Specifications. Size and class of pipe shall be as shown on the plans. 2. Removal of Existing Storm Drain Contractor shall remove the existing 8" drain and gate. Openings left in the seawall shall be sealed with concrete. G. Tide Gate Gate shall be cast iron designed for 6 -foot un- seating pressure, flatback, and with a non - rising stem. All cast iron parts shall have a bituminous coating. Gate shall be equipped with bronze wedges and seating faces. Bronze castings shall conform with ASTM B -147 alloy 8A. Bronze seat facings shall be ASTM designation B -21. All bolts, nuts and stem shall be made of ASTM A -276 Type 416 stainless steel. Gate shall be Snow Shasta Gate Model SH or approved equal. Installation of the gate shall be per manufacturer's instruc- tions. Contractor shall make all necessary adjustments after installation to insure proper seating of gate. H. Electric Gate Opener 1. General The electric gate operator shall include the motor, power gearing, limit switches and torque switches as a Special Provisions - 15 self- contained unit. Unit shall have NEMA 4 waterproof enclosure. Contractor shall make all necessary adjustments for proper operation. Operator and gate shall be delivered ready for installation in the tidal structure. Operator shall be Tork- Master Model TM2 -00 or approved equal. 2. Operating Speed Gate shall operate at a nominal speed of 12- inches per minute. 3. Manual Operation The operator shall be equipped with a 3/4" square nut for manual operation of the valve. The nut shall not rotate during electric operation, and the motor shall not rotate during manual operation. To place the operator in manual operation, a declutching lever shall be used to mechanically disconnect the motor drive from the gear train. Failure of the motor gearing shall not render the manual operation impos- sible. Operator shall automatically return to electric drive position after manual operation and shall remain in motor drive position until manual operation is desired. 4. Automatic Operation The bubbler controls shall be adjusted to close the gate when the tide level reaches Elev. 3.00 and open the gate at Elev. 2.50. Failure of the bubbler control shall leave the gate in its last position. Special Provisions - 16 1 0 0 RESOLUTION NO. 8 811 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO BEBEK COMPANY IN CONNECTION WITH THE BALBOA AVENUE STORM DRAIN IMPROVEMENTS, MARINE AVENUE TO THE GRAND CANAL, CONTRACT NO. 1683 WHEREAS, pursuant to the notice inviting bids for work in connection with the Balboa Avenue Storm Drain Improve- ments, Marine Avenue to the Grand Canal, in accordance with the plans and specifications heretofore adopted, bids were received on the 15th day of June, 1976, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefore is Bebek Company; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Bebek Company for the work in the amount of $57,547.50 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 28th day of June , 1976. MnynT'- __ ____ ty Clerk DDO /bc 6/22/76