Loading...
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