HomeMy WebLinkAboutC-2149 - Reconstruct storm drains on Via Lido Nord at Via Genoa and Via KoronJanuary 30, 1981
•
CITY OF NEWPORT BEACH
James Valoff Pipeline
17942 Weston Place
Tustin, California 92680
Subject: Surety:
Bonds No
Project
Contract No. .
OFFICE OF THE CITY CLERK
(714) 640 -2251
Balboa Insurance Company
L05- 051412
Storm Drains on Via Lido Nord at
Via Genoa and Via Koron (C -2149)
2149
The City Council on December 22, 1980, accepted the work of subject
project and authorized the City Clerk 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
January 16, 1981 in Book No. 13916, Page 1568. Plese notify
your surety company that the bonds may be released after re-
cording date.
WANDA E. ANDERSEN
City Clerk
WA: da
cc: Public Works Department
CHY hall • 3300 Ncwpoit $oulc%ard. Newport Bcach. California 92663
Please return to:
CITY CLERK •
CITY OF NEWPORT BEACH
3300 NEWPORT BOULEVARD
NEWPORT BEACH, CA 92663
0 10344
EXEMPT
NOTICE OF COMPLETION
PUBLIC WORKS
BK 13916Pc
RECORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY, CALIFORNIA
•412 R M. JAN 16'81
LEE A. BRANCH, County Recorder
1 o All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on December 22, 1980
the Public Works project consisting of Storm Drains on Via Lido Nord it-
Via Genoa and Via Koron (C -2149)
onwhichJames Valoff ipelin 17942 6Qa¢tnn pi m t' rrn 92680
was the contractor, and Balboa Insurance Company
was the surety, was completed.
CITY OF NEWPORT BEACH
,/I, !;ZL11 — i��
Public Works Director
VERIFICATION
I, the undersigned, say:
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 DerPmhar 29,_19Rn at Newport Beach, California.
public Works Director
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on December 22, 1980 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 onDeeember 29, 1980
at Newport
Beach, California.
e47'e'
S2
City Clerk
1563
0
December 29, 1980
Lee A. Branch
Counter Recorder
P. O. Box 238
Santa Ana, California 92702
0
-fir NEWPOR i 3EACH
OFFICE OF 1 .: C UFY CLERK
(71.4) 610 -2251
Attached for recordation is Notice of Completion of
Public works projects consisting econst uct
9 of storm drrains on
Via Lido Nord at Via Genoa and Via Koron
Contract No. 214 on which James Valoff Pipeline
was the Contractor and Balboa Insurance Company
was the surety.
Please record and return to us.
Wanda E. Andersen
City Clerk
WEA:bf
attach.
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
C.� - Ac*rizf b
uC 11_110?0
By the l;iT7( 0IF.EJJ1 COUNCIL
Ci7Y 4r P,�'�ppRT
fRUM AWO� Works Department
'kember.22, 1980
CITY COUNCIL AGENDA
ITEM N0. At - I/
SUBJECT: ACCEPTANCE OF STORM DRAINS ON VIA LIDO NORD AT VIA GENOA AND
VIA KORON (C -2149)
RECOMMENDATIONS:
1. - Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds. 35 days
after the Notice of Completion has been filed.
DISCUSSION:
The contract for the construction of the storm drains on Via Lido
Nord at Via Genoa and Via Koron has been completed to the satisfaction of the
Public Works Department.
The bid price was $46,391.23
Amount of unit price items constructed $45,076.23
Amount of change orders 493.56
Total contract cost $45,569.79
Funds were budgeted in the General Fund.
One change order was issued. During construction it became neces-
sary to raise the grade of the pipes in Via Lido Nord to clear existing
utilities. Due to the resulting shallow depth, concrete backfill was placed
in the trench. The change order covered the cost of this work.
The design engineering was performed by the Public Works Department.
The contractor is James Valoff Pipeline of Tustin, California.
The contract date of completion was November 8, 1980. The work was
completed on that date.
L )Z-4
Benjamin B. Nolan
Public Works Director
GPD:jd
0
M
CITY OF NEWPORT BEACH
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 2149
Project Reconstruct, Storm Drains On Via Lidn Nnr+ rp x K=w
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor: James Valoff Pipeline
Address: 17942 Weston Pl., Tustin, CA 92680
Amount: $ $46,391.23
Effective Date:
Resolution No. 9883
Doris Geo e
Att.
cc: Finance Department
City Ilall 3300 Newport Boulccard, Newport Beach. California 92663
IMA
' CITY CLERK
- NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, Newport Beach, CA 92663 until 10:30 A.M.
j on the 26th day of August ,1980, at which time such bids
shall be opened and read for
RECONSTRUCT STORM DRAINS
ON VIA LIDO NORD AT VIA GENOA AND VIA KORON
Title of Project
2149
Contract No.
$55,000
Engineers Estimate
Approved by the City Council
this 28th day kf June ,1980.
Doris Gedrge
City Clerk
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3300 Newport Boulevard,
Newport Beach, CA 92663.
For further information, call Gary Miller at 640 -2281.
Project Engineer
j'
9
DR(1P(1CA1
STORM DRAINS ON VIA LIDO NORD AT
Title of Project
2149
Contract No.
$55,000
Engineers Estimate
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92663
Gentlemen:
N GENOA AND VIA KORON
Page la
The undersigned declares that he has carefully examined the location of the work, has read
the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby pro-
poses to furnish all materials and do all the work required to complete this Contract in
accordance with the Plans and Special Provisions, and will take in full payment therefor
the following unit price for the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. Lump Sum Clearing, grubbing and other removals,
complete
@ Twenty -Four Hundred Dollars
and
no Cents $ $ 2,400.00
Per Lump Sum
2. 343
Construct 21" Asbestos
Cement Pipe
Lineal Feet
Storm Drain, Complete
(w /o A.C.)
@ Forty-Nine
Dollars
and
sixt -five
Cents $ 49.65 $ 17,029.95
Ter Linea Foot
3. 19
Lineal Feet
Construct 18" Asbestos
Cement Pipe
Storm Drain, Complete
(w /o A.C.)
@ Sixty-Three
Dollars
and
no
Cents $ 63.00 $ 1,197.00
Per Lineal Foot
I
Page lb
4. 83 Construct 21" (12 Ga) corrugated
Lineal Feet aluminum pipe storm drain, complete
@ Thirty -seven Dollars
and
fift -six Cents $ 37.56 $ 3,117.48
Per Lineal Foot
5. 2 Construct curb inlet Type OL -A
Each (L = 3.5'), complete
@ Two Thousand Dollars
and
no Cents $ 2,000.00 $ 4,000.00
Per Each
6. 3 Construct curb inlet Type OL -A
Each (L = 7'), complete
@ Two Thousand Dollars
and
no Cents $ 2,000.00 $ 6,000.00
Per Each
7. 740 Construct 3z" colored P.C.C.
Square Feet sidewalk, complete
@ Five Dollars
and
no Cents $ 5.00 $ 3,700.00
PiV Square Foot
8. 77 Construct P.C.C. curb and gutter,
Lineal Feet complete
@ Nineteen Dollars
and
ninety Cents $ 19.90 $ 1,532.30
Per Lineal Foot
9. 50 Construct A.C. base course,
Tons complete
@ Thirty -three Dollars
and
forty -two Cents $ 33.42 $ 1,671.00
Per Ton
10. 35 Construct A.C. surface course,
Tons complete
@ Ninety Dollars
and
ten Cents $ 90.10 $ 3,153.50
Per Ton
ITEM
NO.
QUANTITY
AND UNIT
ITEM DESCRIPTION
UNIT PRICE WRITTEN IN WORDS
UNIT
PRICE
TOTAL
PRICE
4. 83 Construct 21" (12 Ga) corrugated
Lineal Feet aluminum pipe storm drain, complete
@ Thirty -seven Dollars
and
fift -six Cents $ 37.56 $ 3,117.48
Per Lineal Foot
5. 2 Construct curb inlet Type OL -A
Each (L = 3.5'), complete
@ Two Thousand Dollars
and
no Cents $ 2,000.00 $ 4,000.00
Per Each
6. 3 Construct curb inlet Type OL -A
Each (L = 7'), complete
@ Two Thousand Dollars
and
no Cents $ 2,000.00 $ 6,000.00
Per Each
7. 740 Construct 3z" colored P.C.C.
Square Feet sidewalk, complete
@ Five Dollars
and
no Cents $ 5.00 $ 3,700.00
PiV Square Foot
8. 77 Construct P.C.C. curb and gutter,
Lineal Feet complete
@ Nineteen Dollars
and
ninety Cents $ 19.90 $ 1,532.30
Per Lineal Foot
9. 50 Construct A.C. base course,
Tons complete
@ Thirty -three Dollars
and
forty -two Cents $ 33.42 $ 1,671.00
Per Ton
10. 35 Construct A.C. surface course,
Tons complete
@ Ninety Dollars
and
ten Cents $ 90.10 $ 3,153.50
Per Ton
0
0 Page lc
ITEM QUANTITY ITEM DESCRIPTION NIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
11. 1 Adjust manholes to grade
Each
@ Two Hundred Sixty -Five Dollars
and
no Cents $ 265.00 $ 265.00
Per Each
12. 1 Adjust water valves to grade
Each
@ One Hundred Twenty -Five Dollars
and
no Cents $ 125.00 $ 125.00
Per Each
13. Lump Sum Guard underground construction,
complete
@ Two Thousand Two Hundred Dollars
and
no Cents $ $ 2,200.00
Per Lump Sum
TOTAL PRICE WRITTEN IN WORDS:
Forty-Six Thousand Three Hundred Ninety -One Dollars
and
twenty -three Cents $ 46.391.23
281686 C.- 34 -C42 JAMES VALOFF PIPELINE
Contractor's Lic. No. & Classification Bidder
8 -22 -80 S /James Valoff
Date Authorized Signature /Title
17942 Weston Pl. Tustin, CA 92680 (714) 832 -4167
Bidder's Address Bidder's Telephone No.
• . Page 2
INSTRUCTIONS TO BIDDERS
The following contract documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
1. PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTOR(S)
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON- COLLUSION AFFIDAVIT
6. STATEMENT OF FINANCIAL RESPONSIBILITY
7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of
the total bid price) may be received in lieu of the Bidder's Bond. The title
of the project and the words SEALED BID shall be clearly marked on the outside
of the envelope containing the bid.
Bids shall not be received from bidders who are not licensed in accordance
with the provisions of Chapter 9, Division III of the Business and Professions'
Code. The low bidder shall also be required to possess a City of Newport Beach
business license prior to execution of contract.
Bids shall be submitted on the attached PROPOSAL form. The additional
copy of the PROPOSAL form may be retained by the bidder for his records.
The estimated quantities indicated in the PROPOSAL are approximate, and are
given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis-
crepancy between wording and figures, bid wording shall prevail over bid figures.
In the event of error in the multiplication of estimated quantity by unit price,
the correct multiplication will be computed and the bids will be compared with
correctly multiplied totals. The City shall not be held responsible for bidder
errors or omissions in the PROPOSAL.
Contract documents shall bear signatures and titles of persons authorized
to sign on behalf of the bidder. For corporations, the signatures shall be of
the President or Vice President. For partnerships, the signatures shall be of
a general partner. For sole ownership, the signature shall be of the owner.
In accordance with the California Labor Code (Sections 1770 et seq.), the
Director of Industrial Relations has ascertained the general prevailing rate of
per diem wages in the locality in which the work is to be performed for each
craft, classification, or type of workman or mechanic needed to execute the con-
tract. A copy of said determination is available in the office of the City
Clerk. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in-
clusive). The Contractor shall be responsible for compliance with Section 1777.
of the California Labor Code for all apprenticeable occupations.
281686 C -34 C -42 James Valoff Pipeline
Contr's Lic. No. & Classification Bidder
8/22/80 S /James Valoff
Date Authorized Signature /Title
DESIGNATION OF SUBCONTRACTOR(S
The undersigned certifies
subcontractor(s) in making
will be used for the work
Engineer and in accordance
No change of subcontractor
Engineer.and as provided b,
Item of Work
Page 3
that he has used bid(s) of the following listed
up his bid,and that the subcontractor(s) listed
for which they bid, subject to the approval of the
with the applicable provisions of the Specifications.
may be made except with the prior approval of the
v State law.
Subcontractor
Address
1. #5 & 6 Cooper - Holland 13621 Utt St.
2.17 & 8 John Jezowski 748 Na- Poplar
3. 19 & 10 R. J_ Noble 15605 Iinrnln AVP
4.
5.
6.
7.
8.
9.
10.
11.
12.
JAMES VALOFF
Bidder
S /James Valoff
Authorized Signature Tit e
FOR DO NAL SEE CITY CLERK'S FILE COPT, Page 4
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, JAMES VALOFF PIPELINE , as bidder,
and BALBOA INSURANCE COMPANY
and firmly bound unto the City of Newport
Ten Percent of the Amount Bid
lawful money of the United States for the
to be made, we bind ourselves, jointly an
THE CONDITION OF THE FOREGOING OBLIGATION
as Surety, are held
Beach, California, in the sum of
Dollars ($ 10% ),
payment of which sum well and truly
i severally, firmly by these presents.
IS SUCH,
That if the proposal of the above bounden bidder for the construction of
RECONSTRUCT STORM DRAINS ON VIA LIDO AT VIA GENOA AND VIA KORON 2149
Title of Project Contract No.
in the City of Newport Beach, is accepted by the City Council of said City, and
if the above bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver the "Payment" and "Faithful
Performance" contract bonds described in the Specifications within ten (10) days
(not including Saturday, Sunday, and Federal holidays) from the date of the
mailing of a notice to the above bounden bidder by and from said City that said
contract is ready for execution, then this obligation shall become null and
void; otherwise it is and shall remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an indi-
vidual, it is agreed that the death of any such bidder shall not exonerate the
Surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 21st day
of August 1984•
(Attach acknowledgement of
Attorney -in -Fact)
S /Douglas J. Keyworth, Notary Public
Commission expires June 8, 1984
JAMES VALOFF PIPELINE
Bidder
Authorized Signature /Title
BALBOA INSURANCE COMPANY
Surety
By S /Becky L. Yost
Title Attorney -in -Fact
0
NON- COLLUSION AFFIDAVIT
Page 5
The bidder, 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 arrange-
ment or agreement 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 agreement 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 bidder from con-
sidering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman
from submitting bids to a bidder who does not use the facilities of or accept
bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be sug-
gested, offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
any agreement or understanding of any kind whatsoever with any person whomso-
ever 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.
JAMES VALOFF PIPELINE
Bidder
S /James Valoff
Authorized Signature /Title
Subscribed and sworn to before me
this 22 day of August
1980.
My commission expires:
7/12/83 S / Heather McAlpi
Notary ne Public
v
. Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 1 work day after the bid opening if
the undersigned is the apparent low bidder.
Following equipment owned by James Valoff Pipeline
1 780 Backhoe
$
45000.00
1 580 A Backhoe
$
6400.00
1 Stomper
$
6000.00
1 water Truck
$
6000.00
$ 63400.00
Accounts Receivable $ 25000.00
Total $ 88400.00
Bidder
I/ /-) Lt K
Alhorized Signature /Title
0
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Page 7
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.
79
Christeson Co.Sewer,Water,
Drain John Christeson
(714)
540 -2851
80
Chevron Oil Sewer
Ben Cole
(213)
694 -7226
79
Torino Const. Sewer
Water
(213)
373 -8881
JAMES VALOFF
Bidder
S /James Valoff
Authorized Signature /Title
0
NOTICE
0 Page B
The following are samples of contract documents which shall be
completed and executed by the successful bidder after he receives a
letter of award from the City of Newport Beach:
PAYMENT BOND (pages 9 & 10)
FAITHFUL PERFORMANCE BOND (pages 11 & 12)
CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13,14 & 15)
CONTRACT (pages 16 & 17)
Since the City of Newport Beach will not permit a substitute
format for these contract documents, bidders are advised to review
their content with bonding, insuring and legal agents prior to sub-
mission of bid.
All costs associated with the specifications of these contract
documents shall be absorbed in the bid. Such specifications shall
include those contained in (1) each contract document and (2) the
Standard Specifications for Public Works Construction (latest edition
adopted for use in the City of Newport Beach), except as supplemented
or modified by the Special Provisions for this project.
•
121.0a "Iffialpirl
• Page 9
Bond H: L05- 051412
KNOW ALL MEN BY THESE PRESENTS, That Premium: Incl in perf bond
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted September 22, 1980
has awarded to JAMES VALOFF PIPELINE
hereinafter designated as the "Principal ", a contract for
Reconstruct Storm Drains on Via Lido Nord at Via Genoa and Via Koron Contract #2149
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 JAMES VALOFF PIPELINE
as Principal, and BALBOA INSURANCE COMPANY
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
FORTY SIX THOUSAND THREE HUNDRED NINETY ONE AND 231100 -- Dollars ($ -- 46,391.23 -- ),
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
0 Page 10
Payment Bond (Continued)
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 26th day of SEPTEMBER lg Bo
Approved as to form:'
. r
ty Attorney
a
,
JAMES VALOFF PIPELINE (Seal)
Name of Contractor Principal
A orized igna ure and Title
Authorized Signature and Title
BALBOA INSURANCE COMPANY (Seal)
Name of Surety
% Lou Jones & Associates - - -
2900 W BROADWAY, LOS ANGELE'S,,CA _- 90U41.
Address of
qqu�aa}}uu
$1 HECtCYrL YOSdTTiAI ORNEYUINOFACTd gent
1717 S STATE COLLEGE BLVD.STE 275, ANAHEIM, CA
ddress of Agent
714- 634 -2126
Telephone No. of Agent
f !s
� , «§
�2(�\
3(k{k
r/
§
}
,k
� \\
�§\
}�
])
: {ƒ
\\
/ye
§((
\)`
|%
)�
� \\
\k4
\ \\
j(\
\ \\
\ \\
/4f
2
\
/
\
;
\
\
\
}
}
\
\
f
/
)
\ �
« \
,
/ \
/
C]
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
Page 11
Bond #: L05- 051412
Premium: $1392.00
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted September 22, 1980
has awarded to JAMES VALOFF PIPELINE
hereinafter designated as the "Principal ", a contract for
RECONSTRUCT STORM DRAINS ON VIA LIDO NORD AT VIA GENOA AND VIA KORON- CONTRACT NO. 2149
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,
as Principal, and
JAMES VALOFF PIPELINE
BALBOA INSURANCE COMPANY
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
FORTY SIX THOUSAND THREE HUNDRED NINETY ONE AND 23/100 - - - -- Dollars ( $-- 46,391.23 --
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
• 0 Page 12
Faithful Performance Bond (Continued)
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 26th day of SEPTEMBER , 1980
Approved as to form:
City Attorney
JAMES VALOFF PIPELINE (Seal)
Name of Contractor (Principal)
1
Authd14Y6d'Sifnrt4* and Title
Authorized Signature and Title
BALBOA INSURANCE COMPANY (Seal)
Name of Surety
% Lou Jones & Associates
2900 W Broadway, Los Angeles, CA 90641
Address of Surety
Signature and Title of Authorized Agent
BECKY L YOST ATTORNEY IN FACT
1717 S STATE COLLEGE BLVD, STE 275, ANAHEIM, CA
Address of Agent
714 - 634 -2126
Telephone No. of Agent
e!`(
/ \\ \\
{ ;2
\ \\
\�
])
\�
\
k \�
}�
/ \!
) };
�(}
� \\
\(\
\ {i
54ƒ
\ \}
jz&
a!i
v
\
/
w
\
—
)
\-
�
�
(
\
(
a
§
}
�
�
�
\
�
\
)
}
(
}FQ
\
\
\
m
}
!
i 0
BALBOA INSURANCE COMPANY
620 NEWPORT CENTER DRIVE, NEWPORT BEACH, CALIFORNIA 92660
POWER OF ATTORNEY VALID
GENERAL POWER OF ATTORNEY ONLY IF NUMBERED IN RED
Know All Men by These Presents, That BALBOA INSURANCE COMPANY, a corporation duly organized and existing
under the laws of the State of California, and having its principal office in Newport Beach, Orange County, California, does by
these presents make, constitute and appoint BECKY L. YOST
of Anaheim and State of California its true and lawful Attorney(s) -in -Fact, with full
power and authority hereby conferred in its name, place and stead, to execute acknowledge and deliver
CONTRACT BONDS (S.B.A. Guarantee Agreement) - $'200,000.00; LICENSE $ PERMIT
_ BONDS - $50,000.00; MISCELLANEOUS - $50,000.00; CONTRACT BONDS - $50,000.00;
COURT BONDS - $50.000.00: FIDUCIARY BONDS - $50.000.00
_ "THIS POWER OF ATTORNEY SHALL TERMINATE AND BE
OF NO FURTHER EFFECT AFTER DECEMBER 31, 1980"
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the
corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said
Attorney(s) -in -Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted
by the Board of Directors of the Balboa Insurance Company at a meeting held on the 22nd day of March, 1962.
"Be It Resolved, that the President, any Vice - President, any Secretary or any Assistant Secretary shall be and is hereby
vested with full power and authority to appoint any one or more suitable persons as Attorneys) -in -Fact to represent and act for
and on behalf of the Company subject to the following provisions:
".Section 1. Attorney -in -Fact. Attorney -in -Fact may be given full power and authority for and in the name of and on
behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity
and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's
liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if
signed by the President and sealed and attested by the Corporate Secretary."
Witness Whereof, Balboa Insurance Company has caused these presents to be signed by
ce President and its corporate see
Incorporated
State of California Feb. 6, 1948
*
County of Orange *
Senior
On this 22nd 4 F N \�ebruary A.D., 19 80_, before me personally came
William Palgutt , to me known, who, being by me duly sworn, did depose and say,
that he resides in Mission Viejo California I that he is
Senior Vice President of BALBOA INSURANCE COMPANY, the company described in and which
executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate
seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order.
OFFICIAL SEAL
KIMBERLY A. FORREST
01' NOTARY PUBLIC-CALIFORNIA
PRINCIPAL OFFICE IN
ORANGE COUNTY
My Commission Expires Aug. 22, 1983
�J
Notary Public
I, the undersigned Secretary of Balboa Insurance Company, hereby certify that the above and foregoing is a full, true and
correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of
Attorney is still in force and effect.
And I do hereby further certify that the Certification of this Power of Attorney is signed and sealed by facsimile under
and by the authority of the following resolution adopted by the Board of Directors of the Balboa Insurance Company at a
meeting duly called and held on the 24th of March 1972, and that said resolution has not been amended or repealed:
"RESOLVED, that the signature of the Secretary or any Assistant Secretary of this Corporation, and the seal of
this Corporation, may be affixed or printed by facsimile to any certificate to a Power of Attorney of this Corporation, and
that such printed facsimile signature and seal shall be valid and binding upon this Corporation"
GIVEN under by hand and the seal of said Company, at Newport Beach, California, this 26th day of
SEPTEMBER Iq 80
THIS POWER OF ATTORNEY EFFECTIVE ONLY
IF ATTACHED TO BOND NO. L05- 051412
02REgQ
Secretar}�
• CERTIFICATE OF INSURANCE
CERTIFICATE HOLDER
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
JAMES VALOFF DBA /VALOFF ESCAVATING
17942 WESTON, TUSTIN, CA 92680
INSURANCE COMPANIES AF
Page 13
Company A nr.
Letter
Company
I attar B
1
r
ny D
r
ny E
This is to certify that policies of insurance listed below have been issued to the insured named
above and are in force at this time, including attached endorsement(s).
COMPANY P
Policy P
Policy L
LIMITS OF LIABILITY IN THOUSANDS 000
LETTER T
TYPE OF INSURANCE N
No. E
Exp. E
Each
Date O
Occurrence Aggregate
G
GENERAL LIABILITY 0
0 36-
�; ®
® Comprehensive Form 3
388 -8 2
2/2/81 B
Bodily Injury $
$ 500,000 $
$ 500,00
® Premises - Operations
❑ Explosion & Collapse Hazard P
Property Damge $
$ 500,000 $
$ 500,00
W Underground Hazard
® Products /Completed - Operations
Hazard B
Bodily Injury
QContractual Insurance a
and Property $
$500,000 $
$ 500,00
55 Broad Form Property Damage D
Damage Combined
Independent Contractors
Personal Injury P
Personal Injury 5
500,000 $
$ 500,0
❑ Marine
❑ Aviation
AUTOMOTIVE LIABILITY
P.Comprehensive Form B
Bodily Injury $
$ 1
Each Person
100 000
$ 300,000
Bodily Injury $
® Owned E
Each Occurrence
Yj Hired P
\\
Pro ert Dama e $
$ \
Bodily Injury and
NOTE: The Comprehensive General Liability or (and) Automotive Liability policy(s) is (are)
endorsed with the attached City of Newport Beach Endorsement(s).
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof, the Insurance Company affording coverage
slie,T,l p�ovi�de 30 days' advance notice to the certificate holder by mail,
A o Public Works Department
(r
Agency:
tative
9 25 80
Date Issue
Description of operations /locations /vehicles: All operations performed for the City of Newport
Beach by or on behalf of the named insured in connection with the following designated contract:
ON VIA LIDO NORD AT VIA GENOA AND VIA KORON
JP,rNo Rt.t #21 n contract number
NOTICE: This certificate or verification of insurance is not an insurance policy and does not
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusions and conditions of such policies, including attached endorsements.
)0
CITY OF NEWPORT BEACH
AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
Page 14
1. With respect to such insurance as is afforded by the policy for Bodily Injury and
Property Damage Liability, the City of Newport Beach, its officers and employees are
additional insureds but only with respect to liability for damages arising out of
the ownership, maintenance or use of automobiles (or autos) used by or on behalf of
the named insured in connection with the contract designated below. The insurance
extended by this endorsement to said additional insured does not apply to bodily
injury or property damage arising out of automobiles (1) owned by or registered in
the name of an additional insured, or (2) leased or rented by an additional insured,
or (3) operated by an additional insured. The insurance afforded the additional
named insured(s) shall apply as primary insurance and no other insurance maintained
by the City of Newport Beach will be called upon to contribute with insurance
provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured
who is seeking coverage or against whom a claim is made or suit is brought,
except with respect to the limits of the Insurance Company's liability."
3. The limits of liability under this endorsement for the additional insureds named in
paragraph 1 of this endorsement shall be the limits indicated below for either Multi-
ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate
box.
( ) Multiple Limits
Bodily Injury Liability
Property Damage Liability
( ) Single Limit
Bodily Injury Liability
and
Property Damage Liability
Combined
each
occurrence
$ /0,64_- C! yz _ each
occurrence
$ each occurrence
The limits of liability as stated in paragraph 3 of this endorsement shall not in-
crease the total liability of the Insurance Company for all damages as the result of
any one accident or occurrence in excess of the limits of Liability stated in the
policy as applicable to Automobile Liability Insurance.
4. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department.
5. Designated Contract: ON VIA LIDO NORD AT VIA GENOA AND VIA KORON CONTRACT #2149
Project Title and Contract No.).
This endorsement is effective 9/25/80 at 12:01 A.M. and forms a part of
Policy No3512 125 55A .
Named Insured JAMES VALOFF DBA VALOFF ESCAVATI
Name of Insurance Company STATE FARM INSURANCE E
• Page 15
CITY OF NEWPORT BEACH
COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for Comprehensive General
Liability, the City of Newport Beach, its officers and employees are additional in-
sureds but only with respect to liability arising out of operations performed by or on
behalf the named insured in connection with the contract designated below or acts
and omissions of the City of Newport Beach in connection with its general supervision
of such operations. The insurance afforded said additional insured shall apply as
primary insurance and no other insurance maintained by the City of Newport Beach will
be called upon to contribute with insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured against
whom claim is made or suit is brought, except with respect to the limits of the
Insurance Company's liability."
3. The insurance afforded by the policy for Contractual Liability Insurance (subject to
the terms, conditions and exclusions applicable to such insurance) includes liability
assumed by the named insured under the indemnification or hold harmless provision con-
tained in the written contract, designated below, between the named insured and the
City of Newport Beach.
4. With respect to such insurance as is afforded by this policy, the exclusions, if any,
pertaining to the explosion hazard, collapse hazard and underground property hazard
(commonly referred to as "XCU "hazards) are deleted.
5. The limits of liability under this endorsement for the additional insured named in
paragraph I of this endorsement shall be the limits indicated below for either Multiple
Limits or Single Limit, whichever is indicated by the letter X in the appropriate box.
( ) Multiple Limits
Bodily Injury Liability $ 500.000 each occurrence
Property Damage Liability $ 500,000 each occurrence
( ) Single Limit
Bodily Injury Liability $ each occurrence
and
Property Damage Liability
Combined
The applicable limit of the Insurance Company's liability for the insurance afforded
for contractual liability shall be reduced by any amount paid as damages under this
endorsement in behalf of the additional insureds.
The limits of liability as stated in this endorsement shall not increase the total
liability of the Insurance Company for all damages as the result of any one occurrence
in excess of the limits of liability stated in the policy as applicable to Comprehen-
sive General Liability Insurance.
6. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department
7. Designated Contract: ON VIA LIDO NORD AT VIA GENOA AND VIA KORON
Project Title and Contract No. CONTACT #2149
This endorsement is effective 9/25/80 at 12:01 A.M. and forms a part of
Policy No, 90 36 1388 -8
Named Insured JAMES VALOFF DBA VALOFF ESCAVATING
Name of Insurance Company
STATE FARM INS CO
By
10 ;eR%ryi`N ;
ve
0 6 Page 16
CONTRACT
THIS AGREEMENT, entered into this Yttday of 19 ,
by and between the CITY OF NEWPORT BEACH, hereinafter "Ci y, and
n hereinafter "Contractor, "is made with
reference to the of owing facts:
(a) City has heretofore advertised for bids for the following
described public work:
(b) Contractor has been determined by City to be the lowest responsi-
ble bidder on said public work, and Contractor's bid, and the compensation set
forth in this contract, is based upon a careful examination of all plans and
specifications by Contractor,
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall furnish all materials and perform all of the work
for the construction of the following described public work:
RECONSTRUCT STORM DRAINS ON VIA LIDO NORD AT VIA _GENOA AND VJA KORQN -2149
Tit e of Project on ract 0.
which project is more fully described in the contract documents. Contractor
shall perform and complete this work in a good and workmanlike manner, and in
accordance with all of the contract documents.
2. As full compensation for the performance and completion of this
work as prescribed above, City sha1� a to Contractor the sum of Forty -six Thousand
Three Hundred Ninety -One Dollars & t��e'Nents($ 46.391.23 )•
This compensation includes 1 any loss or damage arising from the nature of the
work; (2) any loss or damage arising from any unforeseen difficulties or obstruc-
tions in the performance of the work; (3) any expense incurred as a result of any
suspension or discontinuance of the work; but excludes any loss resulting from
earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves,
and which loss or expense occurs prior to acceptance of the work by City.
3. All of the respective rights and obligations of City and Contractor
are set forth in the contract documents. The contract documents are incorporated
herein by reference as though set out in full and include the following:
(a) Notice Inviting Bids
(b) Instruction to Bidders and documents referenced therein
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and endorsement(s)
0 0 Page 17
(f) Plans and Special Provisions for RECONSTRUCT STORM DRAINS ON
VIA LIDO NORD AT VIA GENOA AND VIA KORON
Title of Project Contract No.
(g) This Contract.
4. Contractor shall assume the defense of, and indemnify and hold
harmless, City and its officers, employees and representatives from all claims,
loss or damage, except such loss or damage proximiately caused by the sole
negligence of City or its officers, employees and representatives.
IN WITNESS WHEREOF, the parties hereto have caused this contract to
be executed the day and year first above written.
ATTEST:
AOZcq
,tClerk
APPROVED AS TO FORM:
City Attorney
CITY OF NEWPORT BEACH
`
i
e , rr
"""L'a
Contractor
By
Its
By
Its
CITY
CONTRACTOR
STORM DRAIN IMPROVEMENTS
ON VIA LIDO NORD
AT
VIA GENOA AND VIA KORON
CONTRACT NO. 2149
INDEX TO SPECIAL PROVISIONS
SECTION PAGE
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . . .
. . 1
II.
TIME FOR COMPLETION AND ORDER OF WORK . . . . . . . .
. . 1
III.
TRAFFIC CONTROL, ACCESS, AND NOTICES TO RESIDENTS . .
. . 1
IV.
PERMITS . . . . . . . . . . . . . . . . . . . . . . .
. . 3
V.
WATER AND SILTATION CONTROL . . . . . . . . . . . . .
. . 3
VI.
CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . .
. . 3
VII.
COORDINATION WITH UTILITIES . . . . . . . . . . . . .
. . 4
VIII.
WATER . . . . . . . . . . . . . . . . . . . . . . . .
. . 4
IX.
GUARANTEE . . . . . . . . . . . . . . . . . . . . . .
. . 4
X.
PAYMENT . . . . . . . . . . . . . . . . . . . . . . .
. . 4
XI.
CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . .
. . 4
1. Clearing, Grubbing and Other Removals . . . . . .
. . 4
2. A.C.P. Storm Drain Pipe . . . . . . . . . . . . .
. . 5
3. Corrugated Aluminum Storm Drain Pipe. . . . . . .
. . 5
4. Curb Inlets . . . . . . . . . . . . . . . . . . .
. . 5
5. Colored P.C.C. Sidewalk . . . . . . . . . . . . .
. . 5
6. P.C.C. Curb and Gutter . . . . . . . . . . . . . .
. . 6
7. A.C. Base Course . . . . . . . . . . . . . . . . .
. . 6
8. A.C. Surface Course and A.C. Cap. . . . . . . . .
. . 6
9. Guard Underground Construction. . . . . . . . . .
. . 6
•
I. SCOPE OF WORK
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
flip:
STORM DRAIN IMPROVEMENTS
ON VIA LIDO NORD
AT VIA GENOA AND VIA KORON
CONTRACT NO. 2149
• SP 1 of 6
The work to be done under this contract consists of removal of existing street,
storm drain and concrete improvements; and construction of curbs, gutters, side-
walks, A.C. street paving, storm drain pipe, curb inlets, and all other appur-
tenant work as necessary to properly complete the work in accordance with (1)
these Special Provisions, (2) the Plans (Drawing No. D- 5119 -S), (3) the City's
Standard S ecl Provisions and Standard Drawings for Public Works Construction
1980 Edition , ia and 4 the Standard Specifications for Public Works Constructio
(1979 Edition), including supplements to date. Copies of the City's Standard
Special Provisions and Standard Drawings may be purchased at the Public Works
Department for Five Dollars 5 .
II. TIME FOR COMPLETION AND ORDER OF WORK
The provisions of Section 6, "Prosecution, Progress and Acceptance of the Work,"
of the Standard Specifications shall apply except as modified and supplemented
below.
The Contractor shall complete all work within forty -five (45) calendar days
following the date of award of the contract.
The Contractor shall schedule his work such that the following requirements
shall be included:
(1) The Contractor shall complete installation, backfill and compaction
for the storm drain pipe at Via Koron from Sta. 0 +75 to Sta. 1 +70
prior to commencing work at Via Genoa.
(2) The Contractor shall establish grade and alignment and install the in-
let portion of the storm drain pipe within Via Lido Nord at Via Koron
and Via Genoa prior to installation of the outlet pipe.
III. TRAFFIC CONTROL, ACCESS, AND NOTICES TO RESIDENTS
The Contractor shall provide traffic control and access in accordance with
Section 7 -10 of the Standard Specifications except as modified herein, and with
the standards contained in the Work Area Traffic Control Handbook (WATCH), also
published by Building News, Inc.
E
0
SP2of6
All streets affected by this project carry two -way traffic. During construction
hours, where any of these streets are reduced to a single lane, as approved by
the Engineer, flagmen shall be used.
In order to expedite the work, the intersections of Via Koron and Via Genoa at
Via Lido Nord may be closed to thru traffic during working hours. The Contractor
shall be required to open all lanes to thru traffic prior to the close of each
work day. The Contractor shall not be allowed to close Via Koron and Via Genoa
simultaneously.
Vehicular and pedestrian access to all residences adjacent to the project area
shall be maintained.
Where any restrictions herein mentioned necessitate the temporary prohibition of
parking during construction, the Contractor shall furnish and post on streets to
be restricted, temporary "NO PARKING" signs stating the day, date and time of
restriction. The "NO PARKING" signs shall be posted forty (40) hours in advance
of parking prohibition. The signs shall (1) be made of white or buff card stock,
(2) have minimum dimensions of 15" wide and 18" high, (3) be lettered in red ex-
cept for the day and date of work, and (4) conform to the dimensions shown below.
TEMPORARY.
DA
NO FIARKING:�ml
ZONE -Ti
G PM. _Tz
C.V.C. 22652 B 3
NEWPORT BEACH POLICE DEPT.
673 -22 11 3% .
TOW AWAY
6 A.M TO
The City will distribute preliminary notices to all residents affected by this
work.
• • SP 3 of 6
IV. PERMITS
The City has obtained the following approvals and permits which are available
for inspection at the Public Works Department:
(1) Project approval: California Regional Water Quality Control Board- -
Santa Ana Region (see also Section V, Water and Siltation Control).
(2) Permit: California Coastal Zone Conservation Commission, South Coast
Regional Commission.
The Contractor shall be responsible for conducting his operations in accordance
with the requirements of these approvals and permits. All costs involved in
complying with these provisions shall be included in the price bid for the
various items of work, and no additional compensation will be made therefor.
WATER AND SILTATION CONTROL
It is anticipated that surface and /or ground waters may be encountered at var-
ious times and locations during the work herein contemplated. The Contractor,
by submitting a bid, acknowledges that he has investigated the risks arising
from water and has prepared his bid accordingly. The Contractor shall conduct his
operations in such a manner that storm or other waters may proceed uninterrupted
along their existing street and drainage courses. Diversion of water for short
reaches to protect construction in progress will be permitted if public or
private properties are not damaged or, in the opinion of the Engineer, are not
subjected to the probability of damage.
Surface water containing mud, silt, or other deleterious material from the proj-
ect shall be treated by filtration or retention in a settling basin or basins,
sufficient to prevent such waters from entering storm drains or the ocean. The
Contractor shall submit a plan for implementing 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
number (714) 684 -9330, Mr. John Zasadzinski), 10 days prior to commencing construc-
tion. Upon approval of the plan, by the City and the Boards, the Contractor shall
be responsible for the implementation and maintenance of the control facilities.
The Contractor's attention is called to Subsections 7 -8.1 and 7 -8.6 of the
Standard Specifications as regards project site maintenance.
VI. CONSTRUCTION SURVEY STAKING
Field surveys for control of construction shall be the responsibility of the
Contractor. All such surveys, including construction staking, shall be under the
supervision of a California licensed surveyor or civil engineer. Staking shall
be performed on all items ordinarily requiring grade and alignment at intervals
normally accepted by the agencies and trades involved. Payment for construction
survey staking shall be considered as included in the various items of work and
no additional allowance will be made therefor.
VII
VIII
• • SP4of 6
COORDINATION WITH UTILITIES
Prior to starting work, the Contractor shall notify the affected utilities in
order that they can tie out their facilities.
Following is a list of the utilities companies' telephone numbers:
Southern California Gas Co
Southern California Edison
Pacific Telephone Company
County Sanitation District
Teleprompter Corp.
Water & Sewer (City)
WATER
1- 800 - 422 -4133 (Underground Alert)
Co. 835 -3833
1- 800 - 422 -4133 (Underground Alert)
962 -2411, ext. 241
642 -3260
640 -2221
Water for construction will be provided by the City free of charge. To make
arrangements, contact the City's Utilities Superintendent, Mr. Gil Gomez, at
(714) 640 -2221.
IX. GUARANTEE
The Contractor shall guarantee for a period of one year, after acceptance of
the work by the City Council, all materials and all workmanship against any
defects whatsoever. Any such defects shall be repaired at the Contractor's
expense.
X. PAYMENT
All incidental items of work not separately described in the Proposal shall be
included in the unit price bid for the various items of work, and no additional
compensation shall be made.
XI. CONSTRUCTION DETAILS
1. Clearing, Grubbing and Other Removals
These items of work shall include all work as specified in and shall be per-
formed in accordance with the requirements of Subsection 300 -1 of the Standard
Specifications, except as modified below.
Additionally, this work shall include the removal and disposal of existing
concrete curb and gutter, sidewalk, drainage facilities, and portions of the
concrete cross gutters as necessary to construct the related items of work.
All P.C.C. and A.C. removals shall be sawcut to a minimum depth of 2 inches
prior to removal.
Excess clean sand obtained from excavations shall be placed and spread at
the locations as shown on the plans or as directed by the Engineer.
2. A.C.P. Storm Drain Pipe
• SP 5 of 6
This work shall include furnishing and placing of the pipe to the grade and
alignment as shown on the plans.
Handling, installation, bedding and backfill for the pipe shall be accomplished
in strict accordance with the manufacturer's printed instructions and Section
306 "Underground Conduit Construction" of the Standard Specifications and the
City of Newport Beach Standard Drawing No. Std. -316 -L except as modified below.
The Contractor shall establish grade and alignment and construct the inlet
portion of the storm drain pipe within Via Lido Nord in advance of construc-
ting the outlet pipe.
Payment for permanent A.C. trench paving shall be included in Proposal Item
No. 10, "Construct A.C. Base Course."
3. Corrugated Aluminum Storm Drain Pipe
Handling, installation, bedding and backfill for the pipe shall be accom-
plished in strict accordance with the manufacturer's printed instructions
and Section 306 "Underground Conduit Construction" of the Standard Specifi-
cations and the City of Newport Beach Standard Drawing No. Std. -316 -L ex-
cept as modified below.
Where concrete would otherwise be placed in direct contact with the C.A.P.,
the Contractor shall coat the C.A.P. with EC -244 mastic or other suitable
protective material as approved by the Engineer.
4. Curb Inlets
This work shall include the construction of curb inlets and local depres-
sions per City of Newport Beach Standard Drawing Nos. Std. -304 -L and 305 -L
except as modified below.
Concrete removal for construction of curb inlets shall be included in Pro-
posal Item No. 1, "Clearing, Grubbing and Other Removals."
5. Colored P.C.C. Sidewalk
This work shall include construction of 3z" P.C.C. colored sidewalk as shown
on the plans and in accordance with the applicable provisions of the City of
Newport Beach Standard Drawing Std. -180 -L and Section 303 -5 "Concrete Curbs,
Walks . . .," of the Standard Specifications except as modified below.
The Contractor shall match the color, texture and geometric pattern of the
removed sidewalk.
The Contractor shall color the sidewalk using "Adobe Tan" ( #C -21) of Chromix,
as manufactured by L. M. Schofield Co. of Los Angeles. The color additive
shall be mixed in accordance with the manufacturer's printed instructions.
. SP6of6
Excavation and concrete removal for this item shall be included in Proposal
Item No. 1, "Clearing, Grubbing and Other Removals ".
6. P.C.C. Curb and Gutter
All work shall be done in accordance with the applicable provisions of
Section 303 -5, "Concrete Curb, Walk . . .," of the Standard Specifications.
Removal of concrete curb, gutter, and portions of cross gutters for this item
is included in Proposal Item No. 1, "Clearing, Grubbing and Other Removals ".
All concrete flow lines shall be water tested upon completion of finishing,
and any irregularities shall be corrected before final finishing.
7. A. C. Base Course
This work shall include furnishing and placing.of variable thickness asphalt
concrete base course over the existing roadway surface and where permanent
A. C. pavement for trench restoration is required as shown on the Plans.
The base course thickness will be a maximum over the cross gutter and trench
section and will vary to zero inches (0 ") where the total A. C. overlay
thickness is shown on the Plans to be one inch (1 ") thick.
The asphalt concrete shall be Type III -B -2 with 5.4 percent AR -4000 paving
asphalt for the base course and shall be furnished and placed in accordance
with Section 400 -4 of the Standard Specifications.
8. A. C. Surface Course and A. C. Cap
This work shall include furnishing and placing of one inch (1 ") thick.
asphalt concrete over the existing roadway surface and base course as shown
on the Plans.
The requirements for this item of work shall be the same as for Item No. 10,
"Construct A. C. Base Course;" except as modified and supplemented below.
The surface course and A. C. cap shall be one inch (1 ") thick. The surface
course shall be laid simultaneously with the A. C. cap.
The asphalt shall be Type III -C 3 with 5.8 percent AR -4000 paving asphalt
for the surface course and cap.
9. Guard Underground Construction
This work shall require the Contractor to furnish all labor, equipment and
materials required to design, construct and remove all shoring, sheeting,
legging, cribbing, piling or other types of support for the walls of the
open excavations required for the construction of this project.
Workers' Compensation Certificate
"I am aware of and will comply with Section 3700 of the Labor Code,
requiring every employer to be insured against liability for Workers'
Compensation or to undertake self- insurance before commencing any
of the work."
Date
Sig t e
0
TO: CITY CLERK
FROM: Public Works Department
a
October 7, 1980
SUBJECT: RECONSTRUCT STORM DRAINS ON VIA LIDO NORD
AT VIA GENOA AND VIA KORON, C -2149
Attached are three copies of the subject
contract documents and the insurance certificates.
Please have executed on behalf of the City, retain your
copy and the insurance certificates, and return the remaining
copies to our department.
0 414
Gary L. Miller
Project Engineer
GLM:em
Att.
SEP <> 1
9y +ha "iY coui<clL
TO: CITY COUNCIL `.; Y Of- !'ZWKAT UACH
a
Oeptember 22, 1980
CITY COUNCIL AGENDA
ITEM NO. 14 � I-
FROM: Public Works Department
SUBJECT: RECONSTRUCT STORM DRAINS ON VIA LIDO NORD AT VIA GENOA AND VIA KORON
RECOMMENDATION:
Adopt a resolution awarding Contract No. 2149 to James Valoff
Pipeline of Tustin for $46,391.23 and authorizing the Mayor and
the City Clerk to execute the contract.
DISCUSSION:
The following six bids were received and opened in the office of the
City Clerk at 10:30 A.M. on August 26, 1980:
Bidder Bid
1. James Valoff Pipeline $46,391.23
2. Steve Richey Co. 46,500.00*
3. J & B Rentals Inc. 48,245.00
4. Gallacher Co. 64,318.12
5. Fleming Engineering 71,140.91
6. John T. Malloy 74,343.00
*Corrected total, based on extension of unit prices;
the "as bid" total was $46,455.
The low bid is 17.2% less than the Engineer's estimate of $55,000.
Funds for this project have been provided from the following accounts:
1. Reconstruct Storm Drain on Via Lido Nord at
Via Koron 02- 3497 -201
2. Reconstruct Storm Drain on Via Lido Nord at
Via Genoa 02- 3497 -202
Project approval has been obtained from the Coastal Zone Commission.
This project will provide for the construction of storm drains and
street improvements to replace and upgrade the existing storm drains at the
subject locations.
Although James Valoff Pipeline has not previously done work for the
City, a reference check indicates his qualifications are adequate.
The plans and specifications were prepared by the Public Works
D artment. The jestimated date of completion is November 6, 1980.
Benjamin B. Nolan
Public Works Director
GLM:jd
e +r
C
4 Q� ?gip y ro
�--, 7- O ;
°
&10467-P V
Q L V PQo t
i
CEP 1980
By tho CITY COUNCIL
CITY OF PZ WMAT KACH RESOLUTION NO. 9 bb .3
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO JAMES
VALOFF PIPELINE IN CONNECTION WITH THE
RECONSTRUCTION OF STORM DRAINS ON VIA LIDO
NORD AT VIA GENOA AND VIA KORON (C -2149
WHEREAS, pursuant to the notice inviting bids for work
in connection with the reconstruction of storm drains on Via Lido
Nord at Via Genoa and Via Koron in connection with the plans and
specifications heretofore adopted, bids were received on the
26th day of August, 1980, and publicly opened and declared; and
I
WHEREAS, it appears that the lowest responsible bidder
therefor is the James Valoff Pipeline.
NOW, THERFORE, BE IT RESOLVED by the City Council of
the City of Nepwort Beach that the bid of James Valoff Pipeline
in the amount of $46,391.23 be accepted, and that the contract
for the described work be awarded to said bidder; and
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 day of 1980.
Mayor
ATTEST:
City Clerk
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, Newport Beach, CA 92663 until 10:30 A.M.
on the 26th day of August ,1980, at which time such bids
shall be opened and read for
RECONSTRUCT STORM DRAINS
ON VIA LIDO NORD AT VIA GENOA AND VIA KORON
Title of Project
2149
Contract No.
$55,000
Engineers Estimate
ANNE
Approved by the City Council
this 28th day f June ,1980.
Doris GedIrge
City Clerk
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3300 Newport Boulevard,
Newport Beach, CA 92663.
For further information, call__ Gary Miller at 640 -2281.
Project Engineer
PROPOSAL
RECONSTRUCT STORM DRAINS ON VIA LIDO NORD AT VIA GENOA AND VIA KORON
Title of Project
2149
Contract No.
$55,000
Engineer's Estimate
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92663
Gentlemen:
Page la
The undersigned declares that he has carefully examined the location of the work, has read
the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby pro-
poses to furnish all materials and do all the work required to complete this Contract in
accordance with the Plans and Special Provisions, and will take in full payment therefor
the following unit price for the work, complete in place, to wit:
ITEM QUANTITY ITEM DES PT ON NIT L
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. Lump Sum
2. 343
Lineal Feet
3. 19
Lineal Feet
Clearing, grubbing and other removals,
complete
@ �� �.: ��c c Tom, �./JiLc O Dollars
and
Cents
Per Lump Sum
Construct 21" Asbestos Cement Pipe
Storm Drain, Complete (w/o A.C.)
@�2T , n ✓c Dollars
and L; 9�
�
, IF i ti ✓� Cents $
Per Lin ea l oot
Construct 18" Asbestos Cement Pipe
Storm Drain, Complete (w /o A.C.)
@ Dollars
and
Cents $ �_ $�
Per Lineal Foot
• Page lb
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 83 Construct 21" (12 Ga) corrugated
Lineal Feet aluminum pipe storm drain, complete
@ iN 2Trs Si-Z7VL= V' Dollars
and � c�8
FFTi� JrY Cents $ 3 5
Per Lineal Foot
5. 2 Construct curb inlet Type OL -A
Each (L = 3.5'), complete
Dollars
and
Cents $.
6. 3 Construct curb inlet Type OL -A
Each (L = 7'), complete
@ Two T,µcuSANO Dollars
and cx
Cents $ Jvco $ Uno.
Per Each
7.
740
Construct 32" colored P.C.C.
Square Feet
sidewalk, complete
@
Dollars
and
Cents
$ 5.00
$ ; oo-
Per Square Foot
8.
77
Construct P.C.C. curb and gutter,
Lineal Feet
complete
Dollars
and
3o
/t/ii ✓L�-
Cents
$
Per Lineal Foj6
9.
50
Construct A.C. base course,
Tons
complete
@ 7�t/z�� /�/Zcc
Dollars
and
y7 ;1
$ 3
00
$
Cents
.`
44 7.
Per Ton
10.
35
Construct A.C. surface course,
Tons
complete
@ T
Dollars
—TciV
and
Cents
to
$ e
�o
Per Ton
. • Page lc
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
11. 1 Adjust manholes to grade
Each
Dollars
and a�
Cents $
Per Each
12. 1 Adjust water valves to grade
Each
@ C9ti ti ?•Z� ? %wn/� = Dollars
and
Cents $ $ 5
Per Each
13. Lump Sum Guard underground construction,
complete
@ Dollars
and
Cents $
Per Lump Sum
TOTAL PRICE WRITTEN IN WORDS:
��,� xTfl�«sq a 7il/LEe`�fuN�R�Q Dollars
and
i wE %Li ?l•<iz =� Cents
l6ff6 C— �44—C4;L-
Co tractor's Lic. No. & Classification
S - a-a- -
�
Date
'7 G 4)- WiE/ s L3 &I T Lj-�7 -1 iu c
dder's Address
�t�&6 714- E3a-4,(!L)
Bidder's Telephone No.
• Page 2
INSTRUCTIONS TO BIDDERS
The following contract documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
1. PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTOR(S)
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON- COLLUSION AFFIDAVIT
6. STATEMENT OF FINANCIAL RESPONSIBILITY
7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of
the total bid price) may be received in lieu of the Bidder's Bond. The title
of the project and the words SEALED BID shall be clearly marked on the outside
of the envelope containing the bid.
Bids shall not be received from bidders who are not licensed in accordance
with the provisions of Chapter 9, Division III of the Business and Professions'
Code. The low bidder shall also be required to possess a City of Newport Beach
business license prior to execution of contract.
Bids shall be submitted on the attached PROPOSAL form. The additional
copy of the PROPOSAL form may be retained by the bidder for his records.
The estimated quantities indicated in the PROPOSAL are approximate, and are
given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis-
crepancy between wording and figures, bid wording shall prevail over bid figures.
In the event of error in the multiplication of estimated quantity by unit price,
the correct multiplication will be computed and the bids will be compared with
correctly multiplied totals. The City shall not be held responsible for bidder
errors or omissions in the PROPOSAL.
Contract documents shall bear signatures and titles of persons authorized
to sign on behalf of the bidder. For corporations, the signatures shall be of
the President or Vice President. For partnerships, the signatures shall be of
a general partner. For sole ownership, the signature shall be of the owner.
In accordance with the California Labor Code (Sections 1770 et seq.), the
Director of Industrial Relations has ascertained the general prevailing rate of
per diem wages in the locality in which the work is to be performed for each
craft, classification, or type of workman or mechanic needed to execute the con-
tract. A copy of said determination is available in the office of the City
Clerk. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in-
clusive). The Contractor shall be responsible for compliance with Section 1777.5
of the California Labor Code for all apprenticeable occupations.
118%t E6� c. -3(4 c- *�)_ J 4 ),A1
Con�t%r's Lic. No. & Classification Bidd
Date A t o ized Signature/Title
• • Page 3
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies that he has used bid(s) of the following listed
subcontractor(s) in making up his bid,and that the subcontractor(s) listed
will be used for the work for which they bid, subject to the approval of the
Engineer and in accordance with the applicable provisions of the Specifications.
No change of subcontractor may be made except with the prior approval of the
Engineer and as provided by State law.
Item of Work Subcontractor Address
1. 05 �6 CC`- 'oeAa- 1.1 136,)i UTr-� t-
2.4 r7 J-3 Jog" j15 r7.4$ No (�oYp4,,4 -2
3. - L7(41U R J ) ki 013 705 /- 146-0/til AL,�
4.
5.
6.
7.
8.
9.
10.
11.
12.
Bidder
4z"I"re-- I / '��a 11�--
u horized Sign ure /Title
,
•
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, James Valoff Pipeline
and Balboa Insurance Company
• Page 4
L05- 052408 -03
as bidder,
as Surety, are held
and firmly bound unto the City f Newport Beach, California, in the sum of
Ten Percent Of Amount Bid Not To Exceed
Four Thousand Nine Hundred Ninty -nine & 90/100 -- - - - - -- Dollars ($ 4,999.90 )�
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 bidder for the construction of
Reconstruct Storm Drains @ Via Lido,Via Genoa & Via Koron 2149
Title of Project Contract No.
in the City of Newport Beach, is accepted by the City Council of said City, and
if the above bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver the "Payment" and "Faithful
Performance" contract bonds described in the Specifications within ten (10) days
(not including Saturday, Sunday, and Federal holidays) from the date of the
mailing of a notice to the above bounden bidder by and from said City that said
contract is ready for execution, then this obligation shall become null and
void; otherwise it is and shall remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an indi-
vidual, it is agreed that the death of any such bidder shall not exonerate the
Surety from its obligations under this bond.
IN WITNESS WHEREOF we hereunto set our hands and seals this 21st day
of August 1 �q0
,
James Valoff Pipeline
Bidder
(Attach acknowledgement of
Attorney -in -Fact)
Authorized Signature /Title
Balboa Insurance Company
Surety
TJ
Title Becky L. Yost Attorney -In -Fact
3
yaC
b Z D
coo m�
c`znna -cl
m <=�Oi
2 �
D
O
K
A
F
V
I
n'
�mA
j m A
won
M1) Q1 ^
� C
C b
ti n
y ±
O
A ^
A �
n°
3 p
9 b
m b
7 n
� ~J
a
c m
b �
O �
P
m � O
O � �
c7 m
o n
3 fi
A
y
a � m
\ A
C C N
3 w a
p A
t r it j
� C �
�s v
C
0
A +
ti
P
n'
A
C
i
A
4
O
�c
f
O
Y
1 f
a
V
� V
T
1 ,J
IIn
I�
IFS
I ,
n
• BALBOA INSURANCE COMPANY
n26 NE', ^iP• rI t CINTER DRIVE, NEWPORT BEACH, CAI IFCJrNIq Y78o0 ., i
GPA_
POWER OF ATTORNEY VALID
GENERAL POWER OF ATTORNEY ONLY IF NUMBERED IN RED
Knmt .111 d-len b, These Presents, That BALBOA INSURANCE; ('ORIPANY, a corporation duly organized and existing
undo the laws of the State of California, and having its principal ,frier in Newport Beach, Orange County, California, does by
these presents make, constitute and appoint --
BECKY L. POST
oi-_Anaheim and State of California its true and lawful Attorney(s) -in -Fact, with full
power and authority hereby conferred in its name, place and stead, to exectio. acknowledge and deliver —_
_-- __CONTRACT BONDS (S.B.A. Guarantee Agreement) -_$200,000.100; LICENSE & PERMIT
BONDS - $50,000.00; MISCELLANEOUS - $50,000.00; CONTRACT BONDS - $SO,000.00;
COURT BONDS - $50,000.00; FIDUCIARY BONDS - $S0,000.00
"THIS POWER OF ATTORNEY SHALL TERMINATE AND BE
OF NO FURTHER EFFECT .AFTER DECEMBER_ 1 1980"
and to bind the Company thereby as fully and to the same extent as it such b.mds ware - .iened by the President, sealed with the
corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said
Attorneys) -in -Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted
by the Board of Dhe..tors of the Balboa Insurance Company at a meeting held on the 22nd day of Mmch, 1962.
"Be It Resolved- that the President, any Vice - President, any Secretary or any Assistant Secretary shall be and is hereby
vested with toll power and authority to appoint any one or more suitable persons as At or ney(s) -in -Fact to represent and act for
and on behalf of the Company subject to the following provisions:
".Sectirut 1. Attorner -in -Fact. Attorney -in -Fact may be given full powe.i and authonly for and in the name of and on
behalf of the (ompany, to execute, acknowledge and deliver, any and all bonds, ie_ognizan,;cs, contracts, agreements of indemnity
and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's
liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if
signed by the President and sealed and attested by the Corporate Secretary."
Wirnees h'ilenv)J: Balboa Insurance Company has caused these presents to be signed by it
ce President and its corporate seal to be hereto affixed this
__,._February
FE
Incorporated By
State of California Feb. 6, 1948
r
County of Orange
Senior
day of
On this _.22nd IF NtP ebruary A D., 19 �� before me personally came
William Palgutt to me known, who, being by in,: duly sworn, did depose and say,
that he resides in Mission Viejo, California that he is
Senior Vice President of BALBOA INSURANCE COMPANY, the company described in and which
executed the above instrument: that he knows the seal of said Company; that the seal affixed to said instrument is such corporate
seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order.
�,,.� OFFICIAL SEAL �Ax z
KIMBERLY A. FORREST � Notary Public
` °� NOTARY PUBLIC CALIFORNIA
I PRINCIPAL OFFICE IN
F, ORANGE COUNTY
My Commission Expires Aug. 22. 1983
I, the undersigned Secretary of Balboa Insurance Company, hereby certify that the above and foregoing is a full, true and
correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of
Attorney is still in force and effect.
And 1 do hereby further certify that the Certification of this Power of Attorney is signed and sealed by facsimile under
and by the authority of the following resolution adopted by the Board of Directors of the Balboa Insurance Company at a
meeting duly called and held on the 24th of March 1972, and that said resolution has not been amended or repealed:
"RESOLVED, that the signature of the Secretary or any Assistant Secretary of this Corporation, and the seal of
this Corporation, may be affixed or printed by facsimile to any certificate to a Power of Attorney of this Corporation, and
that such printed facsimile signature and seal shall be valid and binding upon this Corporation."
GIVEN under by hand and the seal of said Corn any, at Newport Beach, California, this_ 20th day of
19 88
THIS POWER OF ATTORNEY EFFECTIVE ONLY
IF ATTACHED TO BOND NO. L05- 052408 -03
B2f E {)2
Secretary
Page 5
NON- COLLUSION AFFIDAVIT
The bidder, 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 arrange-
ment or agreement 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 agreement 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 bidder from con-
sidering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman
from submitting bids to a bidder who does not use the facilities of or accept
bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be sug-
gested, offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
any agreement or understanding of any kind whatsoever with any person whomso-
ever 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.
Bidder
'?_Authorized Signfl ure /Tt itle
Subscribed and sworn to before me
this 22 day of August
19 . 80
My commission expires:
7 -12 -83
Heather Mc °lfpineublic-
- --- --
0 ' "C' seAL
HEATHER McALPINE
NOI ♦AY PNBtIC — CAti {011MA
4AINC10Al OHKF 1N
pAANG( GOUHry
Mr Ganmislon &pirN {�lY 11. 1483
•
• Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 1 work day after the bid opening if
the undersigned is the apparent low bidder.
Authorized Signature /Title
n
U
• 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.
LL,e34`e ) 004 1'11 jnilAi -41? iS��sour
�U c�(e�R F&i C%4 rZ2-
7I( T o a ikLo Cone t Se'uz2 Lva +E,, '),I3 -3)3 - $ (Y tS
Biddeeter ,�
thorized Signature /Title
NOTICE
The following are samples of contract documents which shall be
completed and executed by the successful bidder after he receives a
letter of award from the City of Newport Beach:
PAYMENT BOND (pages 9 & 10)
FAITHFUL PERFORMANCE BOND (pages 11 & 12)
CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13,14 & 15)
CONTRACT (pages 16 & 17)
Since the City of Newport Beach will not permit a substitute
format for these contract documents, bidders are advised to review
their content with bonding, insuring and legal agents prior to sub-
mission of bid.
Page 8
All costs associated with the specifications of these contract
documents shall be absorbed in the bid. Such specifications shall
include those contained in (1) each contract document and (2) the
Standard S ecifications for Public Works Construction (latest edition
adopted for use in the City of Newport Beach), except as supplemented
or modified by the Special Provisions for this project.
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, That
9 Page 9
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted
has awarded to
hereinafter designated as the "Principal ", a contract for
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
as Principal, and
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
llars ($
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
9 9
Payment Bond (Continued)
Page 10
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 day of , 19
Approved as to form:
City Attorney
(Seal)
Name of Contractor Principal
Authorized Signature and Title
Authorized Signature and Title
(Seal)
Name of Surety
ress of Surety
Signature and Title of uthorized Agent
Address of Agent
Telephone No. of Agent
E
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
• Page 11
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted
has awarded to
hereinafter designated as the "Principal ", a contract for
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,
as Principal,
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
llars ($ ),
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
0
Faithful Performance Bond (Continued)
9 Page 12
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 day of , 19
Approved as to form:
ty Attorney
(Seal)
Name of Contractor (Principal)
Authorized Signature and Title
Authorized Signature and Title
(Seal)
Name of Surety
Address of Surety
Signature and Title of Authorized Agent
Address of Agent
Telephone No. of Agent
CERTIFICATE OF INSURANCE 0 Page 13
CERTIFICATE HOLDER
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
This is to certify that policies of insurance listed below have been issued to the insured named
above and are in force at this time, including attached endorsement(s).
COMPANY
Policy
Policy
LIMITS OF LIABILITY IN THOUSANDS 000
LETTER
TYPE OF INSURANCE
No.
Exp.
Each
Date
Occurrence lAggregate
GENERAL LIABILITY
0 Comprehensive Form
Bodily Injury
$
$
0 Premises - Operations
0 Explosion & Collapse Hazard
Property Damge
$
$
0 Underground Hazard
0 Products /Completed - Operations
Hazard
Bodily Injury
El Contractual Insurance
and Property
$
$
p Broad Form Property Damage
Damage Combined
❑ Independent Contractors
0 Personal Injury
Personal Injury
$
0 Marine
❑ Aviation
AUTOMOTIVE LIABILITY
p Comprehensive Form
Bodily Injury
(Each Person )
$
\\
0 Owned
$\
\
Bodily Injury
Each Occurrence
0 Hired
\
Property Damage
$
Bodily Injury and
0 Non -owned
Property Damage
$
"� \\
Combined
EXCESS LIABILITY
p Unbrella Form
Bodily Injury
Other than Umbrella Form
and Property
$
$
_
_ _
Damage Combined_
WORKERS COMPENSATION
Statutory
` �\�
and,
::,
VA,, ��
ac
EMPLOYER'S LIABILITY
Accident
NOTE: The Comprehensive General Liability or (and) Automotive Liability policy(s) is (are)
endorsed with the attached City of Newport Beach Endorsement(s).
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof, the Insurance Company affording coverage
shall provide 30 days' advance notice to the certificate holder by mail,
Attention: Public Works Department
By Agency:
Authorized Representative
Date Issued
Description of operations /locations /vehicles: All operations performed for the City of Newport
Beach by or on behalf of the named insured in connection with the following designated contract:
Project title and contract number
NOTICE: This certificate or verification of insurance is not an insurance policy and does not
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusions and conditions of such policies, including attached endorsements.
Page 14
CITY OF NEWPORT BEACH
AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for Bodily Injury and
Property Damage Liability, the City of Newport Beach, its officers and employees are
additional insureds but only with respect to liability for damages arising out of
the ownership, maintenance or use of automobiles (or autos) used by or on behalf of
the named insured in connection with the contract designated below. The insurance
extended by this endorsement to said additional insured does not apply to bodily
injury or property damage arising out of automobiles (1) owned by or registered in
the name of an additional insured, or (2) leased or rented by an additional insured,
or (3) operated by an additional insured. The insurance afforded the additional
named insured(s) shall apply as primary insurance and no other insurance maintained
by the City of Newport Beach will be called upon to contribute with insurance
provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured
who is seeking coverage or against whom a claim is made or suit is brought,
except with respect to the limits of the Insurance Company's liability."
3. The limits of liability under this endorsement for the additional insureds named in
paragraph 1 of this endorsement shall be the limits indicated below for either Multi-
ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate
box.
( ) Multiple Limits
Bodily Injury Liability $ each occurrence
Property Damage Liability $ each occurrence
( ) Single Limit
Bodily Injury Liability $ each occurrence
and
Property Damage Liability
Combined
The limits of liability as stated in paragraph 3 of this endorsement shall not in-
crease the total liability of the Insurance Company for all damages as the result of
any one accident or occurrence in excess of the limits of Liability stated in the
policy as applicable to Automobile Liability Insurance.
4. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department.
5. Designated Contract:
Project Title and Contract No.).
This endorsement is effective at 12:01 A.M. and forms a part of
Policy No.
Named Insured Endorsement No.
Name of Insurance Company By
Authorized Representative
• • Page 15
CITY OF NEWPORT BEACH
COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
With respect to such insurance as is afforded by the policy for Comprehensive General
Liability, the City of Newport Beach, its officers and employees are additional in-
sureds but only with respect to liability arising out of operations performed by or on
behalf the named insured in connection with the contract designated below or acts
and omissions of the City of Newport Beach in connection with its general supervision
of such operations. The insurance afforded said additional insured shall apply as
primary insurance and no other insurance maintained by the City of Newport Beach will
be called upon to contribute with insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured against
whom claim is made or suit is brought, except with respect to the limits of the
Insurance Company's liability."
3. The insurance afforded by the policy for Contractual Liability Insurance (subject to
the terms, conditions and exclusions applicable to such insurance) includes liability
assumed by the named insured under the indemnification or hold harmless provision con-
tained in the written contract, designated below, between the named insured and the
City of Newport Beach.
4. With respect to such insurance as is afforded by this policy, the exclusions, if any,
pertaining to the explosion hazard, collapse hazard and underground property hazard
(commonly referred to as "XCU "hazards) are deleted.
5. The limits of liability under this endorsement for the additional insured named in
paragraph I of this endorsement shall be the limits indicated below for either Multiple
Limits or Single Limit, whichever is indicated by the letter X in the appropriate box.
( ) Multiple Limits
Bodily Injury Liability $ each occurrence
Property Damage Liability $_ _each occurrence
( ) Single Limit
Bodily. Injury Liability $ each occurrence
and
Property Damage Liability
Combined
The applicable limit of the Insurance Company's liability for the insurance afforded
for contractual liability shall be reduced by any amount paid as damages under this
endorsement in behalf of the additional insureds.
The limits of liability as stated in this endorsement shall not increase the total
liability of the Insurance Company for all damages as the result of any one occurrence
in excess of the limits of liability stated in the policy as applicable to Comprehen-
sive General Liability Insurance.
6. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department
7. Designated Contract:
Project Title and Contract No.
This endorsement is effective at 12:01 A.M. and forms a part of
Policy No.
Named Insured Endorsement No.
Name of Insurance Company By
Authorized Representative
• Page 16
CONTRACT
THIS AGREEMENT, entered into this day of , 19
by and between the CITY OF NEWPORT BEACH, hereinafter "City,' and
, hereinafter "Contractor, "is made with
reference to the following facts:
(a) City has heretofore advertised for bids for the following
described public work:
Title of Project Contract No.
(b) Contractor has been determined by City to be the lowest responsi-
ble bidder on said public work, and Contractor's bid, and the compensation set
forth in this contract, is based upon a careful examination of all plans and
specifications by Contractor,
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall furnish all materials and perform all of the work
for the construction of the following described public work:
Title of Project Contract No.
which project is more fully described in the contract documents. Contractor
shall perform and complete this work in a good and workmanlike manner, and in
accordance with all of the contract documents.
2. As full compensation for the performance and completion of this
work as prescribed above, City shall pay to Contractor the sum of
This compensation includes 1 any loss or damage arising from the nature of the
work; (2) any loss or damage arising from any unforeseen difficulties or obstruc-
tions in the performance of the work; (3) any expense incurred as a result of any
suspension or discontinuance of the work; but excludes any loss resulting from
earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves,
and which loss or expense occurs prior to acceptance of the work by City.
3. All of the respective rights and obligations of City and Contractor
are set forth in the contract documents. The contract documents are incorporated
herein by reference as though set out in full and include the following:
(a) Notice Inviting Bids
(b) Instruction to Bidders and documents referenced therein
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and endorsement(s)
Page 17
(f) Plans and Special Provisions for
Title of Project Contract No.
(g) This Contract.
4. Contractor shall assume the defense of, and indemnify and hold
harmless, City and its officers, employees and representatives from all claims,
loss or damage, except such loss or damage proximiately caused by the sole
negligence of City or its officers, employees and representatives.
IN WITNESS WHEREOF, the parties hereto have caused this contract to
be executed the day and year first above written.
CITY OF NEWPORT BEACH
m
ATTEST:
City Clerk
APPROVED AS TO FORM:
City Attorney Contractor
By
Its
By
Its
CITY
CONTRACTOR
STORM DRAIN IMPROVEMENTS
ON VIA LIDO NORD
AT
VIA GENOA AND VIA KORON
CONTRACT NO. 2149
INDEX TO SPECIAL PROVISIONS
SECTION PAGE
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . . .
. . 1
II.
TIME FOR COMPLETION AND ORDER OF WORK . . . . . . . .
. . 1
III.
TRAFFIC CONTROL, ACCESS, AND NOTICES TO RESIDENTS . .
. . 1
IV.
PERMITS . . . . . . . . . . . . . . . . . . . . . . .
. . 3
V.
WATER AND SILTATION CONTROL . . . . . . . . . . . . .
. . 3
VI.
CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . .
. . 3
VII.
COORDINATION WITH UTILITIES . . . . . . . . . . . . .
. . 4
VIII.
WATER . . . . . . . . . . . . . . . . . . . . . . . .
. . 4
IX.
GUARANTEE . . . . . . . . . . . . . . . . . . . . . .
. . 4
X.
PAYMENT . . . . . . . . . . . . . . . . . . . . . . .
. . 4
XI.
CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . .
. . 4
1. Clearing, Grubbing and Other Removals . . . . . .
. . 4
2. A.C.P. Storm Drain Pipe . . . . . . . . . . . . .
. . 5
3. Corrugated Aluminum Storm Drain Pipe. . . . . . .
. . 5
4. Curb Inlets . . . . . . . . . . . . . . . . . . .
. . 5
5. Colored P.C.C. Sidewalk . . . . . . . . . . . . .
. . 5
6. P.C.C. Curb and Gutter . . . . . . . . . . . . . .
. . 6
7. A.C. Base Course . . . . . . . . . . . . . . . . .
. . 6
8. A.C. Surface Course and A.C. Cap. . . . . . . . .
. . 6
9. Guard Underground Construction. . . . . . . . . .
. . 6
• • SP 1 of 6
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
20
STORM DRAIN IMPROVEMENTS
ON VIA LIDO NORD
AT VIA GENOA AND VIA KORON
CONTRACT NO. 2149
I. SCOPE OF WORK
The work to be done under this contract consists of removal of existing street,
storm drain and concrete improvements; and construction of curbs, gutters, side-
walks, A.C. street paving, storm drain pipe, curb inlets, and all other appur-
tenant work as necessary to properly complete the work in accordance with (1)
these Special Provisions, (2) the Plans (Drawing No. D- 5119 -S), (3) the City's
Standard Special Provisions and Standard Drawinos for Public Works Construction
196U Edition), and (4) the Standard Specifications for Public Works Co
1979 Edition), including supplements to date. Copies of the City's St
ecial Provisions and Standard Drawings may be purchased at the Public
epartment for Five Dollars ($5).
II. TIME FOR COMPLETION AND ORDER OF WORK
The provisions of Section 6, "Prosecution, Progress and Acceptance of the Work,"
of the Standard Specifications shall apply except as modified and supplemented
below.
The Contractor shall complete all work within forty -five (45) calendar days
following the date of award of the contract.
The Contractor shall schedule his work such that the following requirements
shall be included:
(1) The Contractor shall complete installation, backfill and compaction
for the storm drain pipe at Via Koron from Sta. 0 +75 to Sta. 1 +70
prior to commencing work at Via Genoa.
(2) The Contractor shall establish grade and alignment and install the in-
let portion of the storm drain pipe within Via Lido Nord at Via Koron
and Via Genoa prior to installation of the outlet pipe.
III. TRAFFIC CONTROL, ACCESS, AND NOTICES TO RESIDENTS
The Contractor shall provide traffic control and access in accordance with
Section 7 -10 of the Standard Specifications except as modified herein, and with
the standards contained in the Work Area Traffic Control Handbook (WATCH), also
published by Building News, Inc.
. SP2of6
All streets affected by this project carry two -way traffic. During construction
hours, where any of these streets are reduced to a single lane, as approved by
the Engineer, flagmen shall be used.
In order to expedite the work, the intersections of Via Koron and Via Genoa at
Via Lido Nord may be closed to thru traffic during working hours. The Contractor
shall be required to open all lanes to thru traffic prior to the close of each
work day. The Contractor shall not be allowed to close Via Koron and Via Genoa
simultaneously.
Vehicular and pedestrian access to all residences adjacent to the project area
shall be maintained.
Where any restrictions herein mentioned necessitate the temporary prohibition of
parking during construction, the Contractor shall furnish and post on streets to
be restricted, temporary "NO PARKING" signs stating the day, date and time of
restriction. The "NO PARKING" signs shall be posted forty (40) hours in advance
of parking prohibition. The signs shall (1) be made of white or buff card stock,
(2) have minimum dimensions of 15" wide and 18" high, (3) be lettered in red ex-
cept for the day and date of work, and (4) conform to the dimensions shown below.
TEMPORARY
NO PARKING
TOW AWAY
6 A.M TO
ZONE �wi
6 PM. �2
C.VC. 22652 B�
NEWPORT BEACH POLICE DEPT.
673 -22 11 3 0
The City will distribute preliminary notices to all residents affected by this
work.
• • SP3of6
IV. PERMITS
The City has obtained the following approvals and permits which are available
for inspection at the Public Works Department:
(1) Project approval: California Regional Water Quality Control Board- -
Santa Ana Region (see also Section V, Water and Siltation Control).
(2) Permit: California Coastal Zone Conservation Commission, South Coast
Regional Commission.
The Contractor shall be responsible for conducting his operations in accordance
with the requirements of these approvals and permits. All costs involved in
complying with these provisions shall be included in the price bid for the
various items of work, and no additional compensation will be made therefor.
WATER AND SILTATION CONTROL
It is anticipated that surface and /or ground waters may be encountered at var-
ious times and locations during the work herein contemplated. The Contractor,
by submitting a bid, acknowledges that he has investigated the risks arising
from water and has prepared his bid accordingly. The Contractor shall conduct his
operations in such a manner that storm or other waters may proceed uninterrupted
along their existing street and drainage courses. Diversion of water for short
reaches to protect construction in progress will be permitted if public or
private properties are not damaged or, in the opinion of the Engineer, are not
subjected to the probability of damage.
Surface water containing mud, silt, or other deleterious material from the proj-
ect shall be treated by filtration or retention in a settling basin or basins,
sufficient to prevent such waters from entering storm drains or the ocean. The
Contractor shall submit a plan for implementing 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
number (714) 684 -9330, Mr. John Zasadzinski), 10 days prior to commencing construc-
tion. Upon approval of the plan, by the City and the Boards, the Contractor shall
be responsible for the implementation and maintenance of the control facilities.
The Contractor's attention is called to Subsections 7 -8.1 and 7 -8.6 of the
Standard Specifications as regards project site maintenance.
VI. CONSTRUCTION SURVEY STAKING
Field surveys for control of construction shall be the responsibility of the
Contractor. All such surveys, including construction staking, shall be under the
supervision of a California licensed surveyor or civil engineer. Staking shall
be performed on all items ordinarily requiring grade and alignment at intervals
normally accepted by the agencies and trades involved. Payment for construction
survey staking shall be considered as included in the various items of work and
no additional allowance will be made therefor.
VII
VIII
IX
X
XI
• • SP4of6
COORDINATION WITH UTILITIES
Prior to starting work, the Contractor shall notify the affected utilities in
order that they can tie out their facilities.
Following is a list of the utilities companies' telephone numbers:
Southern California Gas Co.
Southern California Edison Co.
Pacific Telephone Company
County Sanitation District
Teleprompter Corp.
Water & Sewer (City)
WATER
1- 800 - 422 -4133 (Underground Alert)
835 -3833
1- 800 - 422 -4133 (Underground Alert)
962 -2411, ext. 241
642 -3260
640 -2221
Water for construction will be provided by the City free of charge. To make
arrangements, contact the City's Utilities Superintendent, Mr. Gil Gomez, at
(714) 640 -2221.
GUARANTEE
The Contractor shall guarantee for a period of one year, after acceptance of
the work by the City Council, all materials and all workmanship against any
defects whatsoever. Any such defects shall be repaired at the Contractor's
expense.
PAYMENT
All incidental items of work not separately described in the Proposal shall be
included in the unit price bid for the various items of work, and no additional
compensation shall be made.
CONSTRUCTION DETAILS
1. Clearing, Grubbing and Other Removals
These items of work shall include all work as specified in and shall be per-
formed in accordance with the requirements of Subsection 300 -1 of the Standard
Specifications, except as modified below.
Additionally, this work shall include the removal and disposal of existing
concrete curb and gutter, sidewalk, drainage facilities, and portions of the
concrete cross gutters as necessary to construct the related items of work.
All P.C.C. and A.C. removals shall be sawcut to a minimum depth of 2 inches
prior to removal.
Excess clean sand obtained from excavations shall be placed and spread at
the locations as shown on the plans or as directed by the Engineer.
• • SP5of6
2. A.C.P. Storm Drain Pi
This work shall include furnishing and placing of the pipe to the grade and
alignment as shown on the plans.
Handling, installation, bedding and backfill for the pipe shall be accomplished
in strict accordance with the manufacturer's printed instructions and Section
306 "Underground Conduit Construction" of the Standard Specifications and the
City of Newport Beach Standard Drawing No. Std. -316 -L except as modified below.
The Contractor shall establish grade and alignment and construct the inlet
portion of the storm drain pipe within Via Lido Nord in advance of construc-
ting the outlet pipe.
Payment for permanent A.C. trench paving shall be included in Proposal Item
No. 10, "Construct A.C. Base Course."
3. Corrugated Aluminum Storm Drain Pipe
Handling, installation, bedding and backfill for the pipe shall be accom-
plished in strict accordance with the manufacturer's printed instructions
and Section 306 "Underground Conduit Construction" of the Standard Specifi-
cations and the City of Newport Beach Standard Drawing No. Std. -316 -L ex-
cept as modified below.
Where concrete would otherwise be placed in direct contact with the C.A.P.,
the Contractor shall coat the C.A.P. with EC -244 mastic or other suitable
protective material as approved by the Engineer.
4. Curb Inlets
This work shall include the construction of curb inlets and local depres-
sions per City of Newport Beach Standard Drawing Nos. Std. -304 -L and 305 -L
except as modified below.
Concrete removal for construction of curb inlets shall be included in Pro-
posal Item No. 1, "Clearing, Grubbing and Other Removals."
5. Colored P.C.G. Sidewalk
This work shall include construction of 32" P.C.C. colored sidewalk as shown
on the plans and in accordance with the applicable provisions of the City of
Newport Beach Standard Drawing Std. -180 -L and Section 303 -5 "Concrete Curbs,
Walks . . .," of the Standard Specifications except as modified below.
The Contractor shall match the color, texture and geometric pattern of the
removed sidewalk.
The Contractor shall color the sidewalk using "Adobe Tan" ( #C -21) of Chromix,
as manufactured by L. M. Schofield Co. of Los Angeles. The color additive
shall be mixed in accordance with the manufacturer's printed instructions.
• • • SP6of6
Excavation and concrete removal for this item shall be included in Proposal
Item No. 1, "Clearing, Grubbing and Other Removals ".
6. P.C.C. Curb and Gutter
All work shall be done in accordance with the applicable provisions of
Section 303 -5, "Concrete Curb, Walk . . .," of the Standard Specifications.
Removal of concrete curb, gutter, and portions of cross gutters for this item
is included in Proposal Item No. 1, "Clearing, Grubbing and Other Removals ".
All concrete flow lines shall be water tested upon completion of finishing,
and any irregularities shall be corrected before final finishing.
7. A. C. Base Course
This work shall include furnishing and placing.of variable thickness asphalt
concrete base course over the existing roadway surface and where permanent
A. C. pavement for trench restoration is required as shown on the Plans.
The base course thickness will be a maximum over the cross gutter and trench
section and will vary to zero inches (0 ") where the total A. C. overlay
thickness is shown on the Plans to be one inch (1 ") thick.
The asphalt concrete shall be Type III -B -2 with 5.4 percent AR -4000 paving
asphalt for the base course and shall be furnished and placed in accordance
with Section 400 -4 of the Standard Specifications.
8. A. C. Surface Course and A. C. Cap
This work shall include furnishing and placing of one inch (1 ") thick.
asphalt concrete over the existing roadway surface and base course as shown
on the Plans.
The requirements for this item of work shall be the same as for Item No. 10,
"Construct A. C. Base Course," except as modified and supplemented below.
The surface course and A. C. cap shall be one inch (1 ") thick. The surface
course shall be laid simultaneously with the A. C. cap.
The asphalt shall be Type III -C 3 with 5.8 percent AR -4000 paving asphalt
for the surface course and cap.
9. Guard Underground Construction
This work shall require the Contractor to furnish all labor, equipment and
materials required to design, construct and remove all shoring, sheeting,
legging, cribbing, piling or other types of support for the walls of the
open excavations required for the construction of this project.
z o --
L� L -i
rq
m n
N 2
n
n r
C
a
N
a.
C
Cn
G"
7
J
. a`
•
m
3
ys
s
y,
i
m
I
'.��
iv
•V
O
s
l
(�
ICD
tZ
m
i
$
v�
tt"
lz
1
\4
\
NN
ye
Ll
1
i
I
It
w
R.
f
I
!
t
N
\
N
�
ds
z o --
L� L -i
rq
m n
N 2
n
n r
C
a
N
a.
C
Cn
G"
7
J
. a`
u
I
_rri
7_
Z
m
A
i
--1 0
D
�g
N
C
3
3
A
SIN
i
1
III
RI�I
I
_rri
7_
Z
m
A
i
--1 0
D
�g
N
C
3
3
A
z
z
M
m
-1
M
C�
a.
4
C
oo -{ -
-cn -C9
M Ski
c
3
3
�J
�u
X01
it
n�
II
mill
M1111111
z
z
M
m
-1
M
C�
a.
4
C
oo -{ -
-cn -C9
M Ski
c
3
3
�J
zo-
c� z -+
z�Fi
M
� -=4D
U) Z
m . R�
�
C
N
a.
Q
ov -.a-
tn_�
m a
3
3
A
I
Ilk
u
i
1
IIA
IA
zo-
c� z -+
z�Fi
M
� -=4D
U) Z
m . R�
�
C
N
a.
Q
ov -.a-
tn_�
m a
3
3
A
I
THE NEWPORT ENSIGN
PROOF OF PUBLICATION
(2015.5 C.C.P.)
STATE OF CALIFORNIA,
s.
County of Orange.
I am a citizen of the United States and a resident of the
County aforesaid; I am over the age of eighteen years,
and not a party to or interested in the above- entitled
matter. I am the principal clerk of the printer of the
Newport Harbor Ensign newspaper of general circula-
tion, printed and published weekly in the city of
Newport Beach, County of Orange, and which news-
paper has been adjudged a newspaper of general
circulation by the Superior Court of the County of Or-
ange, State of California, under the date of May 14,
1951, CASE NUMBER A -20178 that the notice, of
which the annexed is a printed copy (set in type not
smaller than nonpareil) has been published in each
regular and entire issue of said newspaper and not in
any supplement thereof on the following dates to -wit.
Published Aup. 6., 1980
I certify (or declare) under penalty of perjury that the.
foregoing is true and correct. Dated at Newport
Beach, California, this 6 day ofAug . , 19 80
Signature
THE NEWPORT ENSIGN
2721 E. Coast Hwy., Corona del Mar, California 92625.
0
This space is for the County Clerk's Filing Stamp
A
Notice
Proof of Publication of
Contract #2149
i
PIB13C NOTICE
NOTICE INVITING BIDS
Sealed bids may be ran 3200 Nee rt
of-
line of the City Clark, tPn
Bled., Newport Beech, CA 92663. unul
10:30 a.m. on the 2616 day A August,
1980, st which time such bids shill be
,Penes ana r.aa mr
IIECONSTAUCT STORM DRAINS
ON VIA EIDONORR AT VSA GENOA
AND VIA EORON
Cgvtraet No. 2349
Engineer's limboate 555,000
APywved by the City COnacti this
26W day of rave, 1980. Signed: Do-
George, City Ci rk.
prospective bidders may obtain one
pt of bid do arreals at no cod at the of-
fice Ol the Public Works Department,
3300 Nawport Blyd., Newpgrt Beach, C-
92663.
For further iv messi m. calf Gary
Nium, protect Evglnwr at 640.2281.
PubBeh: Aug. 6, 1960 Is The N N W
Ensign.
PROOF OF PUBLICATION _�irJ yyegE0
JUL 2 8 1980
By fM C17Y COUNCIL
CITY OF WPM B ACM
TO: CITY COUNCIL
FROM: Public Works Department
•
July 28, 1980
CITY COUNCIL AGENDA
ITEM NO. H -13
SUBJECT: RECONSTRUCT STORM DRAINS ON VIA LIDO NORD AT VIA GENOA AND VIA KORON
(C -2149)
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to be opened at
10:30 a.m., August 26, 1980.
DISCUSSION:
This project will provide for the construction of storm drains and
street improvements to replace and upgrade the existing storm drains at the sub-
ject locations.
Clearance has been obtained from the Regional Water Quality Control
Board. A permit request from the Coastal Zone Commission is being processed and
project approval is anticipated prior to award of the subject contract.
The project is estimated to cost $55,000. Budgeted funds are available
in the amount of $52,000 from the following accounts:
1. Reconstruct Storm Drain on Via Lido Nord
at Via Koron 02- 3497 -201
2. Reconstruct Storm Drain on Via Lido Nord
at Via Genoa 02- 3497 -202
A budget amendment will be prepared for Council consideration at the
time of award of the contract, if required.
The plans and specifications were prepared by the Public Works
Department. The estimated date of completion is October 23, 1980.
00ecifol
Benjamin B. Nolan
Public Works Director
GLM:jd