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