Loading...
HomeMy WebLinkAboutC-2431 - Fernleaf Avenue Storm DrainCITY OF NEWPORT BEACH May 6, 1985 OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 Thibodo Construction Co., Inc. 1370 Sycamore Vista, CA 92083 Subject: Surety: Industrial Indemnity Company Bonds No.: YS855 -6909 Contract No.: C -2431 Project: Fernleaf Avenue Storm Drain and Dahlia Avenue Sewer Main Replacement The City Council on April 8, 1985 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 the Notice has been recorded. The Notice was recorded by the Orange County Recorder on April 11, 1985, Reference No. 85- 128859. Please notify your surety company that the bonds may be released 35 days after this date. Sincerely, an a l Raggio City Clerk WER:pm cc: Public Works 3300 Newport Boulevard, Newport Beach AL�cogn�,yo PLEASE RETU N TO er'S A* - "r SJ -1 8659 City Clerk Adf �� o City of NewpBr� Beach � -' °� °' ° "' ^" ^ "�°""°' =EXEMPT '3300 Newport Blvd. Newport Beach, CA 92663 -3884 NOTICE OF COMPLETION Mn !'"T TERATIQN PUBLIC WORKS ] o All Laborers and Material Men and to Every Other Person Intere CITY OF NEWPORT BEACH, CALIf• MAY 3 1985 w RECEIVED Carr CLERK( YOU WILL PLEASE TAKE NOTICE that on April 8, 1985 L I l the Public Works project consisting of Fernleaf Avenue Storm Drain and Dahlia Avenue Sewer Main Replacement (C -2431) on which Thibodo Construction Co., Inc., 1370 Sycamore, Vista, California 92083 was the contractor, and Industrial Indemnity Company, P.O. Box 80965, San Diego, CA 92138 weds the surety, was completed. VERIFICATION I, the undersigned, say: CIT OF NEWPORT BEACH Public Works Director 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 April 9, 1985 , 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 April 8. 1985 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on April 9, 1985 at Newport Beach, California. City Clerk RECORDED IN OiTICIAL RECORDS OF ORANGE COUNTY CALIFORNIA -4 44 PM APR 11'85 C UNir �n Oi�i aECOaoEa 6 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK PO. BOX 1768, NEWPORT BEACH, CA 92658 -8915 April 10, 1985 Lee A. Branch County Recorder P.O. Box 238 Santa Ana, CA 92702 Dear Mr. Branch: (714) 644 -3005 Attached for recordation is Notice of Completion of Public Works project consisting of Fernleaf Avenue Storm Drain and Dahlia Avenue Sewer Main Replacement, Contract No. 2431 on which Thibodo Construction Co., Inc. was the Contractor and Industrial Indemnity Company was the Surety. Please record and return to us. Sincerely, Wanda E. Raggio City Clerk WER:pm Attachment cc: Public Works 3300 Newport Boulevard, Newport Beach . • April 8, 1985 BY THE CITY COUNCK CITY COUNCIL AGENDA CITY OF NEWPORT BEACH ITEM N0. F -13 TO: CITY COUNCIL APR 8 1 9'85 • FROM: Public Works Department APPROVED SUBJECT: ACCEPTANCE OF FERNLEAF AVENUE STORM DRAIN AND DAHLIA AVENUE SEWER REPLACEMENT (C -2431) 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 Notice of Completion has been filed. DISCUSSION: The contract for the subject project has been completed to the satis- faction of the Public Works Department. The bid price was: $282,470.00 Amount of unit price items constructed 282,720.00 • Amount of change orders: None Total Contract Cost: 282,720.00 A portion of the sanitary sewer work was funded by the Gfeller Development Company in conjunction with the development of the former Corona del Mar Elementary School site. The project funding was as follows: Description Account No. AMOUNT Fernleaf Avenue Storm Drain 02- 3497 -304 $165,000.00 Sewer Main Replacement Program 02- 5584 -102 107,720.00 Gfeller Development Co. 25- 5583 -013 10,000.00 Total $282,720.00 The contractor is Thibodo Construction of Vista, California. The contract date of completion was December 28, 1984. The contractor experienced extremely difficult soil conditions in First Avenue with the trench •occupying the entire width of the street. The area was restored with the base course of paving in place by December 20, 1984. To allow for possible settle- ment, the finish pavement was not placed until February 21, and clean up completed February 25, 98%55 Benjamin B. Nolan Public Works Director GPD:kf 0 "REGOVED AFER AGENDA PRMM ": C.W. DRIVER contractors April 2, 1985 City Council City of Newport. Beach P.O. Box 1768 Newport Beach, CA 92663 Re: Dahlia Avenue Sewer Replacement (C -2431) 7442 N. Figueroa Street Los Angeles, California 90041 Telephone (213) 258 -8600 2152 Dupont Drive. Suite 212 Irvine. California 92715 Telephone (714) 833 -8512 I am writing in regard to the concrete sidewalk in front of my house at 420 Dahlia Ave., Corona del Mar. Before Thibcdo Construction Co. started their sewer replacement project, I had a very attractive entrance. The city sidewalk was in good shape, the parking was concrete made with white cement with a salt finish and there was a brick border. It matched in appearance the sidewalk next door at 422 Dahlia which was installed at the same time. The Thibcdo Construction Co. during the progress of their work stock piled dirt approximately ten feet high in front of my house. The equip- ment used to move the dirt in and out has badly marred the walk. Some of the concrete was damaged so badly that several squares had to be replaced, other areas have been sloppily patched. After installing the new concrete, workmen dripped tar on the walk which doesn't come off. The present appearance of the sidewalk is not acceptable. Enclosed is a copy of my last year's tax bill which gives you an indication of the property values in this neighborhood. The sidewalk was in good shape before the construction started and I expect it to be returned to the same condition. Sincerely, /j� rice G!"HTTO:- William S. S Driver 0 C:1 Sy sr ❑ C ^' Cfl^1CN f u�9r WD: sc Ci facmey r f..•' g. Dir. 3 .. .� Dir. u&PCir. Dir. �cl! Thief d. Dir `rtler Established 1919 JOINT CONSOLIDATED TAX BILL CITIES, COUNTY, SCHOOLS AND ALL OTHER g 1984 -85 TAXING AGENCIES IN ORANGE COUNTY FISCAL YEAR IS JULY 1, 1884 TO JUNE 30. 1985 ROBERT L. "BOB" CITRON COUNTY TAX COLLECTOR - TREASURER Finance Bldg., Room 108, 830 North Broadway P.O.Box 1438. Santa Ana. CA 92702 a Phone: 8343411 ANY OUESTIONS REGARDING PROPERTY VALUES OR EX- EMPTIONS CONTACT THE COUNTY ASSESSOR 8342727. A240217 OWNER OF RECORD AS OF 12:01 A.M. ON MARCH 1, 1984 DRIVER, WILLIAM S CP RATES AND AMOUNTS LEVIED BY TAXING AGENCIES SERVICE AGENCY AMOUNT NPT H HS NB L —B NEWPORT MESA U —B 58.6 EDUCATION SUBTOTAL st 64.2 FLOOD CONTROL —BD 8.2 CO IMPROV BONDS 1.4 MWD— CMWD —ORIG AR 72.1 BASIC LEVY 4627.5 SFL ASSESSMENT DIST d 0 C SANT_T #5 I/R 1.8 SPECIAL ASSESSMENT O•C• SA'YITATION 26.4 TOTAL TAXES DUE :* 4801.8 DRIVER, WILLIAM S 420 DAHLIA AVE CORONA DEL MAR, CA L AR ;, -•:5N tea 92625 w_ d TO: 47n TIAWI TA Ail NII. TAX RATE AREA PARCEL NUMBER RATE YR FICHE FRAME 07 -001 459 - 112 -21 1985 2088 097 % i.ni,% FULL VALUE HOMEOWNERS TAX RELIEF Land and/or Mineral Rights e81770 .�. 4874-02 FIR INITALLMENT SECOMD INSTALLMENT TOTAL • ImProwtments - Buildings 187980 AMOUNT DUE NOV 1. 15N ANOINT DIE IS 1.1585 Improvamenb - Other Tu Savage Dwb 72.20 2400.91 2400.91 4801.8 Personal Property - Other Exemption ADD In AFTER D ED 10 ADD 1811 AFTER APR 11 Pars. Prop. Inventory TOTAL VALUES TAX DUE 4801.82 240.09 240.09 480.1 469750 .THEAXSTTA2,RINAANNFCAE WNEW$ � T 10.00 10.0 2641.00 2651 • GO 5292.0 � 7000 Pj 3,IW a 7- lebm�i w ADDITIONAL PENALTIES ACCRUE AFTER 29 JUNE 1985 4•CONP X- weaNEaanq TOLL reTAXAeLL V,u.uai 462750 IF THERE ARE NO PAYMENT STUBS SEE REVERSE LEaAt oESCAWnoI aMiSCELLANEOUGDATABEIOW ATTACHED T SIDE OF THI BI PARA NO. 4 COOKS AID 0 2 ®LTC 432 LOT 2 _ ' � � � ..� C � �- .` �_j��. T v� I +sF' ..' Yf4`' 1 � .... .. I I 5i �. .( is N? �+�' � :u �'m2 .. .:._'^_.— rte.. __ .�: � �^� Y.k..:.� .l =A��. . ^, i4� +_ A��e .•V S Y - � :.. • M. DRIVER contractors October 24, 1984 City Council City of Newport Beach P.O. Box 1768 Newport Beach, Calif. • p Al" 7442 N. rigiiert treef�GL Los Angeles, California 90041 Telephone (213) 258 -8600 BY THE CITY COJNCIL CITY OF NEWPORT BEACH 2152 Dupont Drive, Suite 212 Irvine, California 92715 NOV 13 1984 Telephone (714) 833 -8512 92663 -3884 Subject: Dahlia Avenue Sewer Replacement (C -2431) 0CT� 1984 N i I live at 420 Dahlia Avenue which is at the corner of First and Dahlia. Starting October 22, 1984 the Thibodo Construction Company stock piled crushed rock the full lenghth of my property on First Avenue, approximately 120 Linear Feet. With a little care the rock could have been stored without coming on my lawn; however, because it is city property they say they have the right to use it for storage. At present they are covering approximately two feet of my lawn and most of the sprinkler heads which water the entirc lawn, a„ area of 10' X 120'. Their field sup't, Dan Garrison, said they would remove all the rock from icy lawn at the end of the job, but would not commit himself to replacing the lawn and sprinkler heads which are undoubtedly damaged. Also, my lawn is not getting water as most of the sprinklers are covered. I have spent a great deal of money landscaping the strip of City property in order to help the appearance of the neighborhood. I would appreciate your assistance to see that Thibodo Construction Company return it to it's original condition. Sincerely, � pate " S. Driver C "'ES SENT TO: William apr 420 Dahlia Avenue fit C nc!Imen Corona Del Mar, Calif. 92625 worlcnager ❑ i'.tt,.raey Telephone: 714/675 -5560 Residence ❑ E, f Dir. ❑ G'msery Mr. 714/833 -8512 Business C 1.6 3 R Dir. ❑ F!annit Dir. Enclosures c ❑ P' Chief WSD;lmh v Dir ❑ Other Established 1919 `t (4 E CITY OF NEWPORT BEACH October 15, 1984 P.O. BOX 1768. NEWPORT BEACH. CA 92663 -3884 PUBLIC WORKS DEPARTMENT 714/644 -3311 Subject: Fernleaf Avenue Storm Drain and Dahlia Avenue Sewer Main Replacement (C -2431) Dear Resident: The City has awarded a contract to Thibodo Construction Co., Inc., to relocate storm drain and sanitary sewer pipelines near your residence, as shown on the reverse side of this letter. Construction is scheduled for (c, -;< i Z —1 5 d in . ts+ Y- �J �v — which will necessitate the closure of roadway the roadway to vehicular traffic and parking. Thibodo anticipates reopening the roadway approximately weeks thereafter. "No Parking -Tow Away" signs will be posted in advance of the street closure. City street sweeping will be suspended until the contract work is completed. Refuse will be collected along ""'z"', during the closure. Vehicular access to homes will be very limited, and the Police Department will be citing parking violations as necessary to provide emergency vehicle access. Therefore, residents adjacent to the construction area are urged to locate alternative parking areas, etc., in advance of the date shown above. Upon completion of work, (1) flooding of homes along the alley between Dahlia and Fernleaf Avenues should be alleviated, (2) bottlenecks in the sewer system will be eliminated, and (3) the pipelines will no longer pass inaccessibly through private property. As in most construction projects, the work will create a certain amount of unavoidable inconvenience, debris and noise. The Contractor will therefore attempt to complete his work as quickly as practicable with a minimum of in- convenience to you and your neighbors. Your cooperation will be greatly appreciated. Comments regarding the construction should be referred to Thibodo's office (619) 727 -3111 or to Thibodo's superintendent or City inspectors on the job. Lloyd R. Dalton Project Manager LRD:jd t 14� I 3300 Newport Boulevard, Newport Beach iOUFT/t � Irrw.r w d �• !_p-- 9 1. u a 1• N /S - 1, K /„ 1 . ! �L e 7 c _ s . 1 r r d m H m 1 _,7' . ale. // 9 e 11 �K b e 7 s ! { s t / S I I is ���. �3�' � � •` .r SWA II 31 a 1_ r •�'� I I Ij 1 • e 1, '' � 14 ti ..r. rY 'we ~e M. X91 ✓ TH /40 /rwr.r� rs a rr i " r.r. an ' �r i rr� Pri yi. ,vre [ 4f A6 m 14 41 w ! b 1 Y f (• �. r Lr Pr ors • I re _ f /J 1' ! J .I { J 1• ct STOR M DRAIN ! 1. 5ff[O,110 , ,,,..,.... ,.•,,, -�--• CONSTRUCTION i —m _..,v...... 1 M n • ra n i. �. 1 M� 1 ry /vim u 7 N K f .i ,e �, ► a fj 14 15 ,4 s i Y n { r, it �Irl ♦ 1 Y ♦ 1 ,o 1 ,a ♦ 1 ,a / ♦ 1 A { 1 L MA z r r / Y n \ 1 %y' towuJf •• la lw�q f M .� N N U ago / rr _ "'"Sew_ 17 11 N �— r7 1 • 3 e _17� -'— r SANITARY SEWER "° - ♦ ' / °d` °� `° CONSTRUCTION •t. nn /.uv r G4 YS /DE l�+r•rnr rw>•rr rm.r ---- _--- _---------- ______________.__._____ h. 131 `i rr iArr ° ! ji•1 /f // .. C -2431 CITY OF NEWPORT BEACH °RAW" M'B' DATE IS 9 PUBLIC WORKS DEPARTMENT APPROVED FERNLEAF AVENUE STORMDRAIN PUBLIC WORKS DIRECTOR AND DAHLIA AVENUE R.E. NO. SEWER MAIN REPLACEMENT DRAWING NO. • 0 CITY OF NEWPORT BEACH TO: FINANCE DIRECTOR PUBLIC WORKS FROM: CITY CLERK DATE: September 12, 1984 SUBJECT: Contract No. C -2431 Description of Contract Ave. Sewer Main replacement OFFICE OF THE CITY CLERK (714(640 -2251 Fernleaf Ave. Storm Drain and Dahlia Effective date of Contract September 12, 1984 Authorized by Minute Action, approved on August 27, 1984 Contract with Thibodo Construction Co., Inc. Address 1370 Sycamore Vista, CA 92083 Amount of Contract $282,470.00 Wanda E. Andersen City Clerk WEA:lr attach. City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 n N .P 1 S J. 0 O d O 0 7 t+ c n r+ 0 C-) 0 i-r n n-0 O. £ £ - O T IL O S 7 O 7 { c+ < n F n A T �• [D (D S 3 n J• £ T fY r-r O ..+. - N £ 3 C7 a a cw -7 r) c T o m 0- =T O T (p 3'O (D O O O 7 fD -h N L < S o J N O 0 O 6 0 3 O rb o ov < 7 0 T n N O N 0 0 a 0 m 0 0 to -h T � c w =r = O.r soo0 rnsuro C+ 1+ o- rD `r m ti I n m m T o FJ•n O rrbb in T N C O 0, N M 0 O 7 I 0.W rD 0. j V 0 a H 0 w O o -n£ c J•o h +A N S D n m £ o m JrD o�J•ar o -C7 h £.o-<n r r -s O 3 7' 1 -h n. C n S 0 0 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 11_00 a.m. on the 16th day of �AugU_5 19_ag, at which time such bids shall be opened and read or FERNLEAF AVENUE STORM DRAIN�NQ_DAHLIA AVFNllF SFwFR MAIN RcDinrrMruT Tit e of Project 2431 Contract No. $235.000 Engineerer sEstimate • ` I ,, FORN/ Approved by the City Council this 23rd day of July , 1984 Wanda E. Andersen City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663. For further information, call Lloyd R: Dalton at 640 -2281. Project Engineer 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FERNLEAF AVENUE STORM DRAIN AND DAHLIA AVENUE SEWER MAIN REPLACEMENT CONTRACT NO. 2431 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92263 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 2431 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Mobiliza o Lump Sum @- TY- �IiQU$AND Dollars and NO Cents Lump Sum 2. 367 42" R.C.P., pipe depth Lineal Feet less than 101. @_QNE HUNDRED Dollars and NO Cents Per Lineal Foot P -1 $ 21,066.00 $ 100.00 $ 36,700.00 Ll 0 ITEM QUANITITY ITEM DESCRIPTION AND UNIT UNIT TOTAL NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. 446 Construct 42" R.C.P., Lineal Feet pipe depth equal to 10' and greater. @ TWO HUNDRED FIVE Dollars and NO Cents $ 205.00 $91,430.00 Per Lineal Foot 4. 38 Construct 18" R.C.P. Lineal Feet @ ONE HUNDRED Dollars and NO Cents $ 100.00 $ 3,800.00 Per Lineal Foot 5. 1 Construct Manhole No. 4 Each per City of Newport Beach Std. 308 -L. @ FOUR THOUSAND Dollars and NO Cents $42000.00 $ 4,000.00 Each 6. 3 Modify Curb Inlet Each @ ONE THOUSAND Dollars and NO Cents $ 1,000.00 $ 3,000.00 Each 7. Guarding Underground Lump Sum Construction @ FIVE HUNDRED Dollars and NO Cents $ 500.00 Lump Sum 8. Traffic Control Lump Sum @ FTVF HUNDRED Dollars and NO Cents $ 500.00 Lump Sum P -2 0 0 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 9. 1 Construct Pipe Collar Each @ ONE THOUSAND Dollars and NO Cents $ 1,000.00 $1,000.00 Each 10. 3 Construct Brick and Mortar Each bulkhead. @ FIVE HUNDRED Dollars and NO Cents $ 500.00 $1,500.00 Each 11. 614 Copu�t" Sewer Lineal Feet @ FFIFTYU- F1JIlr Dollars and NO Cents $ 155.00 $95170.00 Lineal Feet 12. 1 Construct Sewer Manhole II Each @ TWO THOUSAND Dollars and NO Cents $ 2,000.00 $2,000.00 Each 13. 1 Construct 60 -inch Sewer Each Drop Manhole, Type B @ FOUR THOUSAND Dollars and NO Cents 14. 3 Modify Existing Sewer Each Manhole. @ EIGHT HUNDRED Dollars and NO Cents Each P -3 $ 4,000.00 $ 4,000.00 $ 800.00 $ 2,400.00 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 15. 3 Construct 4" Sewer Each Laterals. @ FIVE HUNDRED Dollars and NO Cents 16. 372 8" Sewer (Begonia Park) Lineal Feet @ THIRTY -TWO Dollars and NO Cents 17. 1 Sewer Manhole (Begonia Each Pa ) @ I T Dollars and NO Cents $ 500.00 $ 1,500.00 $ 32.00 $11,904.00 $ 1,500.00 $ 1,500.00 18. 1 Reconnect House Lateral Each and Construct Cleanout (Begonia Park) @ FTVE HUNDRED Dollars and NO Cents $ 500.00 $ Total Price Written TWO HUNDRED EIGHTY -TWO THOUSAND FOUR HUNDRED SEVENTY Dollars NO and $282,470.00 Cents 500.00 Contractor's License No. 200482 Thibodo Construction Co., Inc. (Bidder's Name) Date August 16, 1984 Russell Thibodo Owner (Authorized Signature itle) Bidder's Address 1370 Sycamore, Vista, California 92083 Bidder's Telephone No. 619- 727 -3111 P -4 • • 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. 200482 A Contr's Lic. No. & Classification August 16, 1984 Date Thibodo Construction Co., Inc. Bidder S /Russell Thibodo, Owner Authorized Signature /Title • • Page 3 DESIGNATION OF SUBCONTRACTOR(S) 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. 2. 3. 4. 5. 6. 7. 8. 9. 10. 12. 18226 S, Ibibodo Construction Co Inc Bidder 11 T i Authorized Signature bodo Owner Title F ORIGINAL SEE CITY CLERK'S FILEOPY Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, THIBODO CONSTRUCTION CO., INC. , as bidder, and INDUSTRIAL INDEMNITY COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT OF AMOUNT BID Dollars ($ 10% ), 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 FERNLEAF AVENUE STORM DRAIN AND DAHLIA AVENUE SEWER MAIN REPLACEMENT C -2431 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 16th day of AUGUST , 1984• (Attach acknowledgement of Attorney -in -Fact) Margaret E. McCobb Notary Public THIBODO CONSTRUCTION CO., INC. Bidder S /oisti Drake, Assistant Secretary Authorized Signature /Title INDUSTRIAL INDEMNITY COMPANY Commission expires Dec. 2, 1983 Surety By S /William E. Spicer 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. Subscribed and sworn to before me this 15th day of August , 1984. My commission expires: July 27. 1987 Thibodo Construction Co., Inc. Bidder S /Russell Thibodo, Owner Authorized Signature /Title S /G. Douglas Paletsas Notary Public ORIGINAL SEE CITY CLERK'S FIOCOPY 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. On file with City Clerk Thibodo Construction Co., Inc. Bidder S /Russell Thibodo, Owner Authorized Signature /Title • 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 1981 City of Glendale Norm Koonty (213) 956 -3905 1980 City of Paramount Bill Paget (213) 531 -3503 1980 City of Bellflower Bill McConnell (213) 866 -9003 Thibodo Construction Co., Inc. Bidder S /Russell Thibodo, Owner Authorized Signature /Title 0 NOTICE . Page 8 The following are samples of contract documents which shall be completed and executed by the successful bidder after he receives 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. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be assigned Policyholders' Rating (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Ke Rating Guide: Property - Casualty. Coverages shall be provided for a YPES OF INSURANCE checked on the CERTIFICATE OF INSURANCE. 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 edi- tion adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. 0 19XE r *kTdE1Pm KNOW ALL MEN BY THESE PRESENTS, That • Page 9 IWVP No. /5 &Fs'S- 6907 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted AUGUST 27, 1984 has awarded to THIBODO CONSTRUCTION CO., INC. hereinafter designated as the "Principal ", a contract for FERNLEAF AVENUE STORM DRAIN AND DAHLIA AVENUE SEWER MAIN REPLACEMENT C -2431 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 Trq l lobo 4oNS7-R r/GT-1 o^v 4p,, j/yd- as Principal, and Industrial Indemnify Company as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Tu>O oux.bRez Ely. -y -Two 7_JV04JSf11Vb� FOUR Hv > D a, SsVEit 7-T AIVD IVO� /DG - - - - - - - - - Dollars ($ a rte, - 1.740.. ), said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these 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 3250 of the Civil 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 0 Payment Bond (Continued) Page 10 this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil 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 6 � day of 561P`c—MaIff& , 19-.Et6 _. Appro ed as to fo City Attorney Tfii%,, i>ari & (Seal) Name of Contractor (Principal) Authorized Signature and Title ar'� Authorized Signature and Title (Seal) Name of Surety INDUSTRIAL INDEMNITY COMPANY A(�d5 ClJktrmlla92138 By— ... \..---- - -.-- 4A �g & u horj d -Agent 4666 Mission Gorge Place San Matra. California 92120 ddress of Agent (4.19) 6.24.5-- 6361 Telephone No. of Agent .} ./ « °,@a y% §±! - _ )�. \q \\ƒ ®,_ ; - \� e.\ _z . ! i . \ k � \/ 2} »mac / \:I . )\ J : }f ne ƒ\ to / , ) � } \ )§OU\ \ { \\ \0o z \k�2 « \.] }/ 6 »6 §`k= ®% a }! ®\¥ ° I � 0 i3ofner of 01ttornep 217 INDUSTRIAL NITY HOME OFFICE - SAN FRANCISCO Rnom all men by tbeze 13reanto: That the INDUSTRIAL INDEMNITY COMPANY, a corporation organised and existing under the laws of the State of Cali- fornia, and having its principal office in the City of San Francisco, State of California, does hereby make, constitute and appoint ------------------------ - - - - -- WILLIAM E. SPICER or 0. M. POPE---------- - - - - -- its true and lawful attorney for it and in its name, place and stead to execute on its behalf as surety, bonds, undertakings, atipula- tions, consents and all Contracts of suretyship and to attach its corporate seal to such obligations in favor of OBLIGEES------- - - - - -- provided that the liability of the Company as surety under his authority, in no one instance shall exceed the a= of ----------------------------------------- UNLIMITED--------- ------------- ------------ - - - - -- thousand dollars, and reserving to itself full power of substitution and revocation. This Power of Attorney is made and executed in accordance with the Resolution adopted by the Board of Directors of the INDUS- TRIAL INDEMNITY COMPANY, at a meeting held on the 29th day of March, 1968, reading as follows: "RESOLVED, that K. K. Bechtel, Chairman of the Board, or Fred Drexler, President, or J. W. Pedersen, Vice President, of this company, when attested by the Secretary or an assistant secretary, be and he hereby is authorized to execute Powers of Attorney quali- fying the attorney selected to act under such Power of Attorney to execute on behalf of Industrial Indemnity Company bonds, under- takings, stipulations, consents and all contracts of suretyship, and to attach the corporate seal thereto." In witness whereof, the INDUSTRIAL INDEMNITY COMPANY has caused these presents to he signed and its Corporate Seal to be affixed by its proper officers, at the City of San Francisco, California, this 18th day of NOVEMBER , 19 69 SEAL Attest: CLARENCE G. JOHNSON ...-j6 ................................ ............................... ( CLARENCE G, JOHNSON) Secretary INDUSTRIAL INDEMNITY COMPANY By ... ............ .J...... W.. ..P.EDERS.EN ................... ............................. (J. W. PEDERSEN) VICE PRESIDENT STATE OF CALIFORNIA CITY AND COUNTY OF SAN FRANCISCO es. On this 18th day of NOVEMBER 1969 , before me MARY MUELLER a notary public in and for the City and County of San Francisco, State of California, personally appeared J. W. PEDERSEN and CLARENCE G. JOHNSON known to me to be the VICE PRESIDENT and Secretary of the corporation which executed the within instrument, and acknowledged to me that such corporation executed the same, and that the resolution referred to in the preceding instrument is a true and correct copy of the resolution duly passed at a meeting of the Board of Directors on Mar. 29, 1968, and that the same is in full force and effect. In witness whereof, I have hereto set my hand and affixed my official seal the day and year in this certificate first above written. SEAL................. ARY.. MUELLER....................... ............................... JULY 14, 1971 Notary Public in and for the City and County My commission expires ............................... ............................... of San Francisco, State of California. I, L. E. MULRYAN SECRETARY of the INDUSTRIAL INDEMNITY COMPANY, do hereby certify that I have compared the power of attorney granted herein and the resolution recited herein with the originals now on file in the principal office of said Company, and that the same are correct transcripts therefrom and of the whole of the said originals, and that said power of attorney has not been revoked but is still in full force and effect. In witness whereof, I have hereunto subscribed my name as such officer and ���- -t���°° &eal of the INDUSTRIAL INDEMNITY COMPANY at the City of San Francisco, California this 6TH tta SEPTEMBER , 19 84 SEAL............................................ ............................... ..................... (L. MULRYAI SECRETARY FORM IY041 RO IC /ael 0 • Page 11 S>OND No, V5 S'SS- 6 %0 y FAITHFUL PERFORMANCE BOND PREM 10 ti t : *�0 f02;;5iO' KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted AUGUST 27, 1984 has awarded to THIBODO CONSTRUCTION CO., INC. hereinafter designated as the "Principal ", a contract for FERNLEAF AVENUE STORM DRAIN AND DAHLIA AVENUE SEWER MAIN REPLACEMENT C -2431 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, — rH/e3oDD oN 5°OQ_ /f[e as Principal, and Industrial Indemnity Company as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of rwortuNaRBp Ci*0ry -Tuao 7�yOVSvSNa, Foue MuuD.e�D SEv- w ,4ND iVO / /oo - - -- - - - - - - - - - - Dollars ($o29-.1. 470 ), 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 II F a i 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 61V day of SBp*A�MaER , 19 EYL• %fi�.do� �a�,sll�ucrian �.,.Zii.�^(Seal) Name of Contractor (Principal) Authorized Signature and Title Authorized Signature and Title (Seal) Name of Surety 9213 By Appr ved as t form: PACIFIC INSURANCEA600V v 4666 Mimon Gorge Place SW Oiego, Califomia 92120 Address of Agent City Attorney (6 /1) d Telephone No. of Agent 3(,J2 aFO, — (Corporation) First Ameri� Insurance company 55 Ow 0, c: > 1E Z m - \ \ } \ �� \ \ \ �� � � �� ) C) "M.-O 0 i5 M a2 ; `�� \ } \ },\ it T, 21 .3 Z vMM \C7 \> Fl, M > } IN ° /} ee /_¥ /® . � ® } � j\ 2\ /) a >_! \ ( _\ )�z �`�� !,§�4; ? } } 3 } (\ /�(E § \ i \ } [a:§[!2` f % \m & -)§ \ & w > \ � } } � \ \� // \ \ . . _\ {} % i (k ( \ � \. \ \ ®� \\ o \ � � \ { ( \ } • Polder of Zittornep 217 . , NOME OFFICE -SAN FRANCISCO Rnoly all men by tbeze 3prezento: That the INDUSTRIAL INDEMNITY COMPANY, a corporation organized and existing under the laws of the State of Cali- fornia, and having its principal office in the City of San Francisco, State of California, does hereby make, constitute and appoint E. SPICER or 0. M. its true and lawful attorney for it and in its name, place and stand to execute on its behalf as surety, bonds, undertakings, stipula- tions, consents and all contracts of suretyship and to attach its corporate seal to such obligations in favor of - - -ALL OBLIGEES------- ----------- ----- ---- ----- - - - - -- provided that the liability of the Company as surety under his authority, in no one instance shall exceed the soon of ---------------------------------------- UNLIMITED-------------------- -------------- - - - - -- thousand dollars, and reserving to itself full power of substitution and revocation. This Power of Attorney is made and executed in accordance with the Resolution adopted by the Board of Directors of the INDUS- TRIAL INDEMNITY COMPANY, at a meeting held on the 29th day of March, 1968, reading as follows: "RESOLVED, that K. K. Bechtel, Chairman of the Board, or Fred Drexler, President, or J. W. Pedersen, Vice President, of this company, when attested by the Secretary or an assistant secretary, be and he hereby is authorized to execute Powers of Attorney quali- fying the attorney selected to act under such Power of Attorney to execute on behalf of Industrial Indemnity Company bonds, under- takings, stipulations, consents and all contracts of suretyship, and to attach the corporate seal thereto." In witness whereof, the INDUSTRIAL INDEMNITY COMPANY has caused these presents to be signed and its Corporate Seal to be affixed by its proper officers, at the City of San Francisco, California, this 18th day of NOVEMBER , 1969 SEAL Attest: CLARENCE G. JOHNSON ( CLARENCE G. JOHNSON) Secretm'y STATE OF CALIFORNIA CITY AND COUNTY OF SAN FRANCISCO se. INDUSTRIAL INDEMNITY COMPANY By .... ............J.r... W..._T.EDERSEN ................................... ............................... (J. W. PEDERSEN) VICE PRESIDENT On this 18th day of NOVEMBER , 19 69 , before me MARY MUELLER a notary public in and for the City and County of San Francisco, State of California, personally appeared J. W. PEDERSEN and CLARENCE G. JOHNSON known to we to be the VICE PRESIDENT and Secretary of the corporation which executed the within instrument, and acknowledged to me that such corporation executed the same, and that the resolution referred to in the preceding instrument is a true and correct copy of the resolution duly passed at a meeting of the Board of Directors on Mar. 29, 1968, and that the same is in full force and effect. In witness whereof, I have hereto set my hand and affixed my official seal the day and year in this certificate first above written. SEAL ..... MARY.. MUELLER......._ . . ............................... JULY 14, 1971 Notary Public in and for the City and County My commission expires . ............................... I.........._................. of San Francisco, State of California. 1 L. E. MULRYAN SECRETARY of the INDUSTRIAL INDEMNITY COMPANY, do hereby certify that I have compared the Power of attorney granted herein and the resolution recited herein with the originals now on file in the principal office of said Company, and that the same are correct transcripts therefrom and of the whole of the said originals, and that said power of attorney has not been revoked but is still in full force and effect. In witness whereof, I have hereunto subscribed my name as such officer and �t seal of the INDUSTRIAL INDEMNITY COMPANY at the City of San Francisco, California this 6TH da / SEPTEMBER , 39T84 SEAL I MULRYAl SECRETARY FORM IYO61 R< I5/681 CERTIFICATE OF INSURANCE Page 13 CERTIFICATE HOLDER INSURANCE COMPANIES AFFORDING COVERAGES City of Newport Beach Company 3300 Newport Boulevard Letter A GREAT AMERICAN INSURANCE CO. Newport Beach, CA 92663 Company Letter B TRANSPORT INDEMNITY CO. NAME AND ADDRESS OF INSURED Company C THIBODO CONSTRUCTION CO., INC. Letter Company D P.O. BOX 2537 Letter Company E VISTA, CA 92083 Letter 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). NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. 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 City of Newport Beach by registered mail, attention: Public Works Department. 3Z Agency: CORROON & BLACK 9/7/84 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: FERNLEAF AVENUE STORM DRAIN & DAHLIA AVENUE SEWER MAIN REPLACEMENT 92431 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. 91 Policy LIMITS OF LIABILITY IN THOUSANDS 000 COMPANY TYPES OF INSURANCE Policy Exp. g. ro uc s LETTER COVERAGE REQUIRED No. Date Each Completed Occurrence Operations GENERAL LIABILITY x Comprehensive Form x Premises - Operations Bodily Injury Property Damage $ $ $ $ X Explosion & Collapse Hazard x Underground Hazard A x Products /Completed Operations BP 625 5 -1 -85 Bodily Injury Hazard 5168 and Property x Contractual Insurance Damage Combined $. 500, $ 5001 x Broad Form Property Damage x Independent Contractors x Personal Injury Marine Aviation Personal Injury $ 500, A AUTOMOTIVE LIABILITY x0 Comprehensive Form BA 625 5 -1 -85 Bodily Injury (Each Person $ ❑x Owned 5169 $ Bodily Injury Each Occurrence ❑x Hired Pro ert ama e ❑x Non -owned bodily njury and Property Damage Combined $ 5005 EXCESS LIABILITY B ❑ Umbrella Form x Other than Umbrella Form FOLLOWING FORM TUL 675 280 5 -1 -85 Bodily Injury and Property Damage Combined $ 2,000, $ 2,000, WORKERS' COMPENSATION Statutor A and EMPLOYER'S LIABILITY WCP 625 5170 5 -1 -85 1 e 100, (Each Accident) NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. 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 City of Newport Beach by registered mail, attention: Public Works Department. 3Z Agency: CORROON & BLACK 9/7/84 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: FERNLEAF AVENUE STORM DRAIN & DAHLIA AVENUE SEWER MAIN REPLACEMENT 92431 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. 91 n CITY OF NEWPORT BEACH 0 Page 14 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 $ Property Damage Liability $ ( X ) Single Limit each occurrence each occurrence Bodily Injury Liability $ 500,000 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. S. Designated Contract: FERNLEAF AVENUE STORM DRAIN 6 DAHLIA AVENUE SEWER MAIN REPLACEMENT Project Title and Contract No.). #2431 This endorsement is effective Policy No. BA 6255169 9/7/84 at 12:01 A.M. and forms a part of Named Insured THIBODO CONSTRUCTION CO., INC. Endorsement No. 1a Name of Insurance Company GREAT AMERICAN INS ve • 0 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 of 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 ( x) Single Limit Bodily Injury Liability $ 500,000 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 Ccn�ract:FERNLEAF AVENUE STORM DRAIN & DAHLIA AVENUE SEWER MAIN REPLACEMENT Project Title and Contract No. 2431 This endorsement is effective Policy No. BP 6255168 9/7/84 Named Insured THIBODO CONSTRUCTION CO., INC. at 12:01 A.M. and forms a part of Endorsement No. 1a Name of Insurance Company GREAT AMERICAN INS. Co. By \_ ; VJ Ii/L&.IClA( Authorized Representative Page 16 CONTRACT THIS AGREEMENT, entered into this / 74ay of , 19 , by and between the CITY OF NEWPORT BEACH, hereinafter "City, and THIBODO CONSTRUCTION CO., INC. , hereinafter "Contrac or, "is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: FERNLEAF AVENUE STORM DRAIN AND LIA AVENUE SEWER MAIN REPLACEMENT e 2431 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: FERNLEAF AVENUE STORM DRAIN AND DAHLIA AVENUE SEWER MAIN REPLACEMENT 2431 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 TWO HUNDRED EIGHTY -TWO THOUSAND FOUR HUNDRED SEVENTY DOLLARS AND NO /100 ($9R? a7n_no ). 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) h Page 17 (f) Plans and Special Provisions for FERNLEAF AVENUE STORM N ANn DAHLIA AVENUE SEWER MAIN REPLACEMENT 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: CITY OF NEWPORT BEACH 0 By ayor THIBODO CONSTRUCTION CO., INC. T Contractor A By d D" A' ze �`�LcI�P� Its %S-C,'eZf32Ai/ By Its CITY CONTRACTOR 0 2 i t - \ / mp \ ; \o \\ \ { \ - - - -f' - w} O \ \� \ 00 � \(\ \\0\ /! \\ f' *c;�' \ \\ \\\ AuPdwoo m , »;awv9dm_c 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR FERNLEAF AVENUE STORM DRAIN AND DAHLIA AVENUE SEWER MAIN REPLACEMENT CONTRACT NO. 2431 SECTION PAGE I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . 1 II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK. . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . 2 IV. TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . 2 V. CONSTRUCTION SURVEY STAKING & PROTECTION OF UTILITIES . . . . . . . . . . . . . . . . . . . . 2 VI. WATER . . . . . . . . . . . . . . . . . . . . . . 5 VII. SURFACE WATER CONTROL . . . . . . . . . . . . . . 5 VIII. GUARDING UNDERGROUND CONSTRUCTION. . . . . . . . 6 IX. CONSTRUCTION DETAILS . . . . . . . . . . . . . . 6 A. Clearing and Other Removals. . . . . . . . . 6 B. Storm Drain Improvements . . . . . . . . . . 7 C. Sewer Improvements . . . . . . . . . . . . . 8 D. Temporary Resurfacing. . . . . . . . . . . . 9 I II. 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR FERNLEAF AVENUE STORM DRAIN AND DAHLIA AVENUE SEWER MAIN REPLACEMENT CONTRACT NO. 2431 SCOPE OF WORK The work to be done under this contract consists of constructing storm drain pipe, sewer main pipe, manholes, catch basins, connector pipes and appur- tenant structures as shown on the Plans. The contract requires completion of all work in accordance with these Special Provisions, the Plans (Drawing No. D- 5156 -5 and 5- 5106 -5), the City's Standard Special Provisions and Standard Drawings for Public Works Construction, 1982 Edition, and the Standard Specifications (Standard Specifica- tions for Public Works Construction, 1982 Edition and supplements), copies of which are available at Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213)870 -9871. Copies of the City's Standard Special Provisions and Drawings may be purchased at the Public Works Department. TIME OF COMPLETION, SCHEDULE, AND PROSECUTION OF WORK The Contractor shall complete all work on the con- tract by December 28, 1984, or within sixty (60) consecutive calendar days after the start of con- struction, whichever occurs first. The Contractor shall submit a construction schedule for review by the Engineer. This schedule shall be approved by the Engineer prior to the start of any work. The Contractor should consider the likelihood of rain storms and resultant flooding in the prepara- tion of his work schedule and in the prosecution of his work. SP -1 • • III. PAYMENT The unit or lump sum price for each item of work shown on the proposal shall be considered as full compensation for all labor, equipment, materials and all other things necessary to complete the work in place, and no additional allowance will be made therefor. Payment for incidental items of work, not separa- tely provided for in the proposal, shall be included in the price bid for other related items of work. IV. TRAFFIC CONTROL AND ACCESS General: Traffic and access shall comply with Section 7 -10 of the "Standard Specifications for Public Works Construction" and the requirements set forth herein. Traffic Plan: The Contractor shall be fully responsible for the adequacy of his traffic plan utilized for conformance with his intended con- struction schedule and staging, and to provide for its proper implementation and maintenance. The traffic control plan shall conform to the following requirements: 1. Traffic control shall be implemented according to the guidelines established in the "Work Area Traffic Control Hand- book" (WATCH) published by Building News, Inc., and made a part of these Specifica- tions. 2. Streets shall remain open to two -way traffic at all times unless otherwise approved by the Engineer. 3. Private driveways may be blocked where necessary during construction. However, the time that driveways are not access- ible shall be kept to a minimum. 4. The Contractor shall cooperate in the delivery of mail and the collection of refuse (Thursdays), so as to maintain schedules for those services. SP -2 0 5. All detours and transitions shall be installed by the Contractor and approved by the Engineer before any construction begins within the roadway. Barricades shall be used to protect the work area, to close left turn lanes and at other locations required by the Engineer, and shall be spaced a maximum of 30 feet apart. Provide "KEEP RIGHT" (R7A) signs at each end of the transitions and at 100 foot centers. 6. "No Parkino" Sians The Contractor shall furnish and maintain in place "NO PARKING" signs (even if streets have posted "NO PARKING" signs) which he shall post at least 40 hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division,, at (714)644 -3742, for verification of posting at least 40 hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12 inches wide and 18 inches high; and (3) be similar in design and color to sign number R -38 on the Caltrans' Uniform Sign Chart. The Contractor shall print the hours, day and date of closure in 2 -inch high let- ters and numbers. A sample of the com- pleted sign shall be approved by the Engineer prior to posting. 7. The traffic requirements specified herein shall apply to all phases in the con- struction of this project, including the placing of temporary resurfacing and the restoration of permanent resurfacing. SP -3 r] 8. All warning signs, lights and devices to be used by the Contractor shall conform to the standards of the "Manual of Traffic Controls - Warning Signs, Lights, and Devices for use in Performance of Work Upon Highways" issued by the Depart- ment of Transportation, State of Calif- ornia, latest edition, or as otherwise stated herein. Notice to Residences: Between forty -eight (48) and fifty -five (55) hours before closing a section of street or restricting vehicular access to and from driveway approaches, the Contractor shall distri- bute to each affected residence a written notice stating when construction operations will start and approximately when vehicular accessibility will be restored. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates at the time he distributes the notice. Errors in distribution, false starts, acts of God, strikes or other alterations of the sche- dule will require renotification by the Contractor. Backfilling and Plate Bridging: The Contractor may find it necessary to either bridge the trench exca- vation using steel plates or backfill the trench with suitable material to support temporary traffic loading, to maintain access through local street intersections affected by the trenching operation. The Engineer may provide, free of charge, a limited quantity of 1" thick, 5' X 10' steel plates for use on this project. The Contractor may obtain the plates from and shall return them to the Corporation Yard at 592 Superior Avenue. The Contractor shall verify availability and request plates from Mr. Gil Gomez, Utilities Superintendent, at (714)640 -2221. Fencing Around Excavation: The Contractor shall provide temporary 6 -foot high chain link fence around all areas of open trench during off work hours. Restoration of Strioina and Pavement Markinas: Restoration of striping and pavement markings shall be done by the Engineer. Flagmen: If it becomes necessary, the Contractor shall provide uniformed flagmen to slow down and re -route traffic through the construction area. SP -4 0 0 Payment: All costs for providing traffic control and access, including all requirements as detailed in this Section and as required for this construc- tion project, shall be included in the lump sum price bid for'Traffic Control: V. CONSTRUCTION SURVEY STAKING a PROTECTION OF UTILITIES, ETC. Field surveys for control of construction shall be the responsibility of the Contractor. Known utilities are indicated on the Plans. Prior to performing construction work, the Contractor shall request each utility company to locate its facilities. Construction of the storm drain will cause work to be performed over, under and very near existing sewer, gas, electric, and water lines. The Contractor shall protect in place and be responsible for, at no additional cost, any damage to utilities encountered during construction of the items shown on the Plans. Existing buildings and structures abutting proposed improvements are indicated on the Plans. Prior to construction, the Contractor shall verify the loca- tion of existing buildings and structures and shall protect them in place and be responsible for, at his own expense, any damage to them resulting from construction of the improvements. VI. WATER The Contractor shall make his own provisions for obtaining and appling water necessary to perform his work. If the Contractor desires to use City water free of charge, he shall make arrangements by contacting Mr. Gil Gomez, Utilities Superinten- dent, at (714)640 -2221. VII. SURFACE WATER CONTROL Surface runoff water containing mud, silt, or other deleterious material from the project shall be treated by filtration or retention in a settling basin or basins, sufficient to prevent such waters from directly entering storm drains or the bay. Prior to commencing construction, the Contractor shall submit a plan for implementing siltation control concurrently to the City and to the Calif- ornia Regional Water Quality Control Board, Santa Ana Region (6809 Indiana Avenue, Suite 200, River- side, California 92506, Telephone (714)684- 9330). SP -5 9 • Upon approval of the plan by the City and the Board, the Contractor shall be responsible for the implementation and maintenance of the control faci- lities. The Contractor's attention is called to Subsection 7 -8.1 of the Standard Specifications as regards project site maintenance. All costs for providing surface water control, and for obtaining permits therefor, and for complying with the provisions of the permits shall be includ- ed in the lump sum price bid for "Mobilization ". VIII. GUARDING UNDERGROUND CONSTRUCTION Trench excavation and backfill shall conform to Section 306 -1 of the Standard Specifications and these Special Provisions. Trench shoring and bracing shall conform to Section 306 -1.1.6 of the Standard Specifications. A geotechnical investigation was conducted and a report prepared by Converse Consultants for this project. The Contractor can expect to encounter bedrock. The bedrock may not be suitable for back- fill and imported backfill material may be required. A copy of the report is available for review in the City's Public Works Department and the boring logs are included as an Appendix to these Specifications. All costs for providing shoring, bracing, boring and jacking pits and for obtaining permits, there- for, and for complying with the provisions of the permits shall be included in the lump sum price bid for "Guarding Underground Construction ". IX. CONSTRUCTION DETAILS A. Clearing and Other Removals This work shall be performed in accordance with the applicable requirements of Subsection 300 -1 of the Standard Specifications, except as modified herein: 1. All P.C.C. and A.C. sawcut to a minimum prior to removal. 2. All material removed grubbing; utilities excavation from trey. SP -6 removals shall be depth of 2 inches during clearing and reconstruction; or ch or street areas down to trench subgrade, that is not suitable for use on this project as directed by the Engineer, or as otherwise specified herein, shall become the pro- perty of the Contractor and shall be disposed of away from the job site in a manner and at a location acceptable to cognizant agencies. Items shown to be removed and replaced in kind shall be done in accordance with Subsection 7 -9 of the Standard Specifica- tions. All costs for providing removals shall be included in the unit price bid for the related item of work. B. Storm Drain Improvements 1. Storm drain pipe and fittings shall be in accordance with Section 207 -6.2 of the Standard Specifications.. The size and class shall be as shown on the plans. Cast -in -place pipe (CIPP) may be used for field closure of the 42 -inch diameter drain system. Minimum barrel thickness shall be 6 inches. Cast -in -place pipe shall conform to Section 306 -4 of the Standard Specifications. The Contractor may elect to install the storm drain pipe using conventional open trench methods, boring and jacking, tun- neling or combinations thereof. Jacking of reinforced concrete pipe shall conform to Section 306 -2.2 of the Standard Speci- fications. Tunneling operations shall conform to Section 306 -3 of the Standard Specifications. All costs for providing storm drain improvements shall be included in the unit price bid for the related item of work. 2. Storm drain bedding and backfill shall conform to the City of Newport Beach Standard 106 -L and Section 306 of the Standard Specifications and typical bedding detail shown on the plans. Imported, select, granular bedding and backfill material may be needed where SP -7 • • borings indicate the subsoils generally consist of clayey material or bedrock. All costs for providing backfill and bedding as shown on the plans shall be included in the unit price bid for the related item of work. All costs for providing abandonment or removal of existing storm drain pipe shall be included in the lump sump price bid for "Mobilization ". C. SEWER IMPROVEMENTS 1. Sewer pipe and fittings shall be as shown on the construction drawings either extra strength vitrified clay pipe or polyvinyl chloride plastic pipe in conformance with Sections 207 -8 or 207 -17, respectively, of the Standard Specifications. The Contractor may elect to install the sewer pipe using conventional open trench methods, boring and jacking, tunneling or combinations thereof. Jacking of vitri- fied clay pipe will not be allowed. Jacking of steel casing and installing vitrified clay pipe in the casing shall conform to Section 306 -2.3 of the Stan- dard Specifications. Tunneling opera- tions shall conform to Section 306 -3 of the Standard Specifications. All costs for sewer improvements shall be included in the price bid for the related item of work. Sewer pipe bedding and backfill shall conform to the City of Newport Beach Standard 106 -L and Section 306 of the Standard Specification and typical bed- ding detail shown on the plans. Imported, select, granual bedding and backfill material may be needed where borings indicate the subsoils generally consist of clayey material or bedrock. All costs for providing backfill and bed- ding work as shown on plans shall be included in the unit price bid for the related item of work. a 0 3. The Contractor shall keep the existing sewer system in service at all times. Connections and tie -ins may be scheduled during low flow periods. All costs for providing abandonment or removal of existing sewer pipe shall be included in the lump sum price bid for "Mobiliza- tion". All costs for providing necessary connections and tie -ins, including all costs for special equipment and premium labor, shall be included in the unit price bid for the related item of work. D. TEMPORARY RESURFACING Temporary resurfacing is required over all excavated pavement, sidewalk and driveways. Temporary resurfacing operations shall conform with Section 306 -1.5.1 of the Standard Speci- fications. All costs for providing temporary resurfacing shall be included in the price bid for the related item of work. 11 I c 0 •SUMMARY BORING NO. 1 A -2 c•PE'o wru Eo 4 -1L -$4 • P L L s .P" •1 T.E Lx•lro• or 1p11 eoP n., .,.o •1 1 r O: nf< (O'9 + 1" S n •.e or ePnL •.G5.msex.•er<ono Dlr r E P•+ c +n.. L Of •+lo ws P 9�.y 6 O STSP Z 4 ti• c nL[ • +rs LoL•lion xr+n +n[ P•55•11 or '-1. 1.., L•1• C O C C l l U LrPr,TN Qy ;J 0O� P•f$E�.+fC 15 • 5'./PL If PLAT i LM 41 ACTUAL C&kDIT lD.i5 f wl OP,n!f PL D. S. /C9 f. SA Lam.]. TO T19 FEET r )CA 6 A A Af 9 9 E L E V Al 10 1D1'! AC 0 5- 10- 15- � I ° 20 Indicates number 0 0 and range of I° bulk sample ---- — -- - -. ° _..a. ...... �.: a-- _• aL.-. sx •.— _.r_��mv�:.�r:c�:- ..c —�-s. .._s ^..'— _r,.- _..vi_arr - ,a STORM DRAIN IWROYEWMTS ProrecE Fro. Fernleaf and Dahlia Avenues, Corona Del Mar, California o — for: A.S.L. CONSULTING ENGINEERS - 84- 2126 -01 — 0 z z Gsotechnicd Engineering o fe r`J /) Converse Consultants and Applied Sciences 2.5' A.C. over [rase gravelly clay with_mck CL moist to stiff dark TERRACE DEPOSITS- SAIiDY CLAY very to very yellow fine to medium 1 O moist stiff brown _ _.�.._.— 11.1 17.1 113 SC moist 'medium dense _ dusky CLAYEY SAND yellow to fine to coarse light olive brown SANDY CLAY- - -�� ^— fine to coarse sand abundant manganese moderate few small rock fragment 7.8 15.8 111 CL very stiff to hard 2 yellow brown 2 SILTY CLAY 3 trace sand 6.2 19.0 105 abundant calcium little manganese I I SILTY SAND SX medium dense fine to medium 4 trace coarse 11.1 19.2 96 few thin silty clay interlayers CL very dark SILTY CLAY stiff yellow trace sand brown SX medium yellow SILTY SAND 5 dense gray abundant shells 9.4 1 17.8 1100 no free ground water end of boring at 16' encountered I backfilled 8 patched Indicates number 0 0 and range of I° bulk sample ---- — -- - -. ° _..a. ...... �.: a-- _• aL.-. sx •.— _.r_��mv�:.�r:c�:- ..c —�-s. .._s ^..'— _r,.- _..vi_arr - ,a STORM DRAIN IWROYEWMTS ProrecE Fro. Fernleaf and Dahlia Avenues, Corona Del Mar, California o — for: A.S.L. CONSULTING ENGINEERS - 84- 2126 -01 — 0 z z Gsotechnicd Engineering o fe r`J /) Converse Consultants and Applied Sciences i y a I 11 1 _.. 7 •SUM?AARY • BORING NO. 2 — - - -- -- oAn onnieo 4 -16 -BQ - A -3 ie�s sc•. u.a. .or us5 ov,r • r.[ lour ios or r..s eoo,.c •no .: • ^[ O9� ptp ( 94 }1Pr n uc or oonc�nc. svesvv,.c rrro ,�rio +s u.. cn r[v •r c+- t =co:•no +s f 9 }-y Q' O ss�f y •vo u•. c.•+a[ •r r +is .oc•r�ow .ne r.a r•ss•c[ or , ..t r.t o•u Y f O Cf �� DC MTM Q\t p pnts[brlo �s • vurt it K•r ion or •c *oa tUno maws [•C C.w'to[o. j.1f9 �_SA p=J. 019 e r EET y,`s AJ icA C' q AAa "rf .y ELEVATION 90,± yJf D' 5- 10- 15- �I I 4 O J OLD °0 0 Indicates number I ! o I and range of i bulk sample .. scm�arsiacc..-..>_•: y-.. y= c—.'." .:.-- :r::;:- 'scs ^-.�_.�:rst:.r: ':>c.•a_ .:s STORM DRAIN IMPROVEMENTS Pialeel No. Fernleaf and Dahlia Avenues, Corona Del Mar, California for: A.S.L. CONSULTING ENGINEERS 84- 2126 -01 z t Geolechnlcel Engineering Converse Consultants — - - and Appiled Sciences - � �1 4' A.C. 6' Base sandy gravel CL moist very dark TERRACE DEPOSITS - SANDY CLAY stiff yellow few tiny rootlets 1 brown Isome small rock 1.3 16.7 102 2 fragments 4.6 17.8 95 1 many large rock fragments soft light BEDROCK -CLAY STONE b SM LE brown to thinly laminated to dusky laminated yellow very weathered 3 .._._ 11.1 21.5 92 slightly moist SANDSTONE massive moderately weathered 2 I SMLE d SANDSTONE interbedded soft to moderately thinly laminated,sub- hard hori7_ 6 sl contorted _ orange SHALE with thin sandstone brown to 8 clay interbeds light intensely fractured olive very weathered brown d occasional siliceous 12.7 24.3 ' 92 4 olive shale interbed gray clay interbeds, very moist 8 soft I yellow SANDSTONE VJ gray to fine grained slightly moist soft 5 yellow slightly weathered white 17.6 no free ground water end of boring at 16' encountered backfilled b patched DOWNHOLE ATTITUDES: N70 °W /8'N at 11' N60 °W /6 °N at 11' 1,185 01,1/9 °N at 11' °0 0 Indicates number I ! o I and range of i bulk sample .. scm�arsiacc..-..>_•: y-.. y= c—.'." .:.-- :r::;:- 'scs ^-.�_.�:rst:.r: ':>c.•a_ .:s STORM DRAIN IMPROVEMENTS Pialeel No. Fernleaf and Dahlia Avenues, Corona Del Mar, California for: A.S.L. CONSULTING ENGINEERS 84- 2126 -01 z t Geolechnlcel Engineering Converse Consultants — - - and Appiled Sciences - � �1 _ t 0 SIJMMARY BORING NO. 3 - -- [ A.C. over 6' se A -4 DATE 0 -ILLED 4 -17 -84 `f< ril5 on.. .. .r.r roc.. iL, or rois .wc .. .w( Vscnsu.r �A 9 9 t C S ..[w o•r[i i.,c .c[co,on m.s .. Oar 11 .oT .[o.oc ..io.rs f 9A+,, e�p a ?S~f UEYTN N ![ET 0— 5- ,o- 15- 0 ° 20 y ..o u.. c..r,c[ IT 1.11 rocAno, wrl. T.[ n.s•.cr. ar 11 E in[ O.T• t C O pC A♦ Q„V e0" rn(5[cI(D I A s k r.ri IF IE•. ion or AC VA[ co +On mns [nc O�, r[A[O. slfq f&A ('1T SO'l f Sj N� ELEVATION A7.� �"CA r'1A "Af o Indicates number (Continued) and range of ] 0 1 bulk sample STORM DRAIN IMPROVEMEIITS PI°,P<I No. Fernleaf and Dahlia Avenues, Corona Del Mar, California for: A.S.L. CONSULTING ENGINEERS 84- 2126 -01 O — O Z 2 /'� ` { Geolechnicel Engineering o )Z- ��%� Converse CoIIS U'lanl.S and Applied Sciences 2 . [ A.C. over 6' se clayey gravel 8 rock_ CL moist very dark TERRACE DEPOSITS -SANDY CLAY stiff yellow with numerous rock fragments brown 6.2 31.1 79 1 slightly , oderately moderate BEDROCK- SIIALE 3 SILICEOUS SHALE moist to hard to intensely fractured moist lyellow hard brown to moderately weathered light olive gray few thin sandstone interbeds 2 I S84LE 30.6 27.3 31.7 28.5 78 80 3 I with some interbedded siliceous shale Islightly SILICEOUS SHALE b hard moist DOLOTOMIZED SILTSTONE 1 moderately weathered very to intensely fractured SILICEOUS SHALE b SHALE 41.9 4 deratel ) hard to laminated to thinly hard laminated very contorted moderately weathered o Indicates number (Continued) and range of ] 0 1 bulk sample STORM DRAIN IMPROVEMEIITS PI°,P<I No. Fernleaf and Dahlia Avenues, Corona Del Mar, California for: A.S.L. CONSULTING ENGINEERS 84- 2126 -01 O — O Z 2 /'� ` { Geolechnicel Engineering o )Z- ��%� Converse CoIIS U'lanl.S and Applied Sciences 2 . 13 b L DEPTH IN FEET 20 — 25 - 30- SUMMARY BORING NO. 3 (Continued) __ A -5 THIS I.—A.1 .N1,1CS ON, INr LOUno +or IN's 80.!.0 .ND .r TN[ Or s pip cp'9t }90, Tun .1 onn a NO. suns OP..ce c 0.0n�0a ...r of n, A1 O TNcnLOUr�o NS f 9 y .NO u.. LN. NO .r THIS LOL.r low w11. T I L P.55.cc 0r T t. Tnt 0.1• 4 f ;p rf s Pr i Y� O� Pvt SE NT[ 015. 51 u PL II 1 T ION 01. L t U. L C O NO rt 10 N 5 EU t 0C .1[0[0. 9� 4 j CM1 DS f ) ti 10, slightly noderatell 0 0 moist hard to yellow thinly laminated tolaminated 0 hard brown to intensely fractured light SUMMARY BORING NO. 3 (Continued) __ A -5 THIS I.—A.1 .N1,1CS ON, INr LOUno +or IN's 80.!.0 .ND .r TN[ Or s pip cp'9t }90, Tun .1 onn a NO. suns OP..ce c 0.0n�0a ...r of n, A1 O TNcnLOUr�o NS f 9 y .NO u.. LN. NO .r THIS LOL.r low w11. T I L P.55.cc 0r T t. Tnt 0.1• 4 f ;p rf s Pr i Y� O� Pvt SE NT[ 015. 51 u PL II 1 T ION 01. L t U. L C O NO rt 10 N 5 EU t 0C .1[0[0. 9� 4 j CM1 DS f ) ti 10, v 0 o n I C, a:r.,a>caa..:.:._:_.: r. -_ > _' S70RM DRAIN 1NPROVEMENTS PlopeC1 No. Fernleaf and Dahlia Avenues, Corona Del Mar, California o for: A.S.L. CONSULTING ENGINEERS 84- 2126 -01 0 i s` Geotechnlcul Engineering 0 13 Converse Consultants and Applied Sciences slightly noderatell moderate BEDROCK - SILICEOUS WILE E SK%LE moist hard to yellow thinly laminated tolaminated hard brown to intensely fractured light 5 olive 33.8 gray to light gray I I 33.8 6 no free ground water end of boring at 26' encountered backfilled d patched DOWNHOLE ATTITUDES: N70'W/2O*S at 7' I N650W/2705 at 8' N600W/520S at 15' 150OW /6501 at 21' I I I v 0 o n I C, a:r.,a>caa..:.:._:_.: r. -_ > _' S70RM DRAIN 1NPROVEMENTS PlopeC1 No. Fernleaf and Dahlia Avenues, Corona Del Mar, California o for: A.S.L. CONSULTING ENGINEERS 84- 2126 -01 0 i s` Geotechnlcul Engineering 0 13 Converse Consultants and Applied Sciences l l 3 l A -6.. SUMMARY BORING NO. 4 - r. +lE 10.11 nD 4 -16 -84 7115 T, IfV4A4. AAPi IF ovi. . THE LOUT:04 Or 7HIS BORN: .vD Ll .nC 09 0 9L 49f S trvE OE De 1E t 141 Sys sc ✓r A CETC O NO 1110 v 5u ToVr L0 A. O' ^E ✓LO[A110 AS �'f •091 BOO SSSf DCVTN IN r EET 0- 5- 10- 15 B O V n J ° 20 65 A10 ..A. CH AN" Al 71IS I OCAT'0% wrle TAE ✓as•cr or 11I v.r DAiA 4 f O ff r P1 00 IPE Sr AT ID IS A S1. 11 IT 1C A 1 IO4 Or Art WL CO40R IO HIS rAC CG n: E Vr D. S /f9 �. Tf LIT Q7t.9 i f yT 9 ELCVATION fl0�i ~ Slf nff o Indicates number (Continued) 10 A.C. and range of I ° 0 bulk sample slightly qoderately moderate BEDROCK- SILICEOUS SIiALE b SHALE moist to hard to yellow intensely fractured Fernleaf and Dahlia Avenues, Corona Del Mar, California o for: A.S.L. CONSULTING ENGINEERS 84- 2126 -01 moist hard brown to moderately to very weathered orange few thin chert interlayers very thinly bedded to thinly 14.3 30.6 79 I 1 3 laminated I SILICEOUS SHALE A SANDSTONE 17.6 37.1 28.1 22.6 76 91 2 IN ly 3 • interlayered with few soft shale interlayer thinly laminated to 4 laminated 40.3 14.4 100 intensely fractured SHALE E SILICEOUS SMLE with few thin sandstone interbeds moderately to very 5 fractured 41.9 20.4 96 very thinly bedded to laminated o Indicates number (Continued) 0 and range of I ° 0 bulk sample STORM DRAIN 112ROVEMENTS Ploleq NO. Fernleaf and Dahlia Avenues, Corona Del Mar, California o for: A.S.L. CONSULTING ENGINEERS 84- 2126 -01 0 3 Converse Geolechnleui Engineering Consultants •nd Applied Sciences IN ly "e�..A::%//� Ni �i 30 DEPTH 1 N j(1' �eOv FEET eT 9 20 25 30- 35 OSUMMARY • BORING NO. 4 (Cuntinued) T n IS SVU P P MAW • .IES GNCT .T 'HC LOCATION OF THIS POLING .1011 i I I E 010NILL I N G 51115.9 F A C E: O N'J I l• C +4u A 10ITT(. AI -1A IJ: ATIO .N0 uA. CHANGE 1T THIS LOCATION CA N TIE PASSAGE Of T •.E T -E o PAC SE AT ED IS A 5-1 L II ICA IION 01 AE T VA, CONOIT IO NS ENC G...LFE O. N1 � f 9O CeF tSSTt I. ; syC9 }i °St ��tis fSO i9 r c, cs f i s r c o Indicates number 'I o O and range of iD bulk sample 0 � < Tea- acrwvc STORM DRAIN IMPROVEMENTS PIOleCI No Fernleaf and Dahlia Avenues, Corona Del Par, California o for: A.S.L. CONSULTING ENGINEERS 84- 2126 -01 z z /^^' ] V r GeDlechnical Engineering 15 COIN @CS@ COf1SUltalltS and Applied 5tbnco slightly moderatel light BEDROCK-SHALE I SILICEOUS SIALE moist hard to olive few thin sandstone to moist hard gray to interbeds orange intensely fractured 2 brown moderately weathered I I i I ( 1 28.9 74.4 28.4 25.2 80 77 6 7 no free ground water end of boring at 35 encountered DOWNHOLE ATTITUDES: N80OW /55ON at 8' N60OW /51ON at 11' N62OW /52 °N at 13' N35OW /900 at 18' I N50OW /65OS at 19' N60OW /48OS at 21' NSO °W /42OS at 24' N48OW/3505 at 26' o Indicates number 'I o O and range of iD bulk sample 0 � < Tea- acrwvc STORM DRAIN IMPROVEMENTS PIOleCI No Fernleaf and Dahlia Avenues, Corona Del Par, California o for: A.S.L. CONSULTING ENGINEERS 84- 2126 -01 z z /^^' ] V r GeDlechnical Engineering 15 COIN @CS@ COf1SUltalltS and Applied 5tbnco 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FERNLEAF AVENUE STORM DRAIN AND DAHLIA AVENUE SEWER MAIN REPLACEMENT CONTRACT NO. 2431 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92263 Gentlemen: 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 proposes to furnish all materials and do all the work required to complete Contract No. 2431 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Mobili ation ✓ Lump Sum @ e RCC •r�D r� and Cents Lump Sum 2. 367 42" R.C.P., pipe depth Lineal Feet les tha 10' @ ��e Dollars and Cents Per Lineal Foot P -1 —r a $ Qff�.AA $_CJ� ca P -2 TOTAL ITEM QUANITITY ITEM DESCRIPTION AND UNIT UNIT NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. 446 Construct 42" R.C.P., Lineal Feet pipe depth equal to 10' and rea er// / @ �GllQ GtGI /t(r�oIIars and Cents $-,Z0,,:Ld0 Per Lineal Foot 4. 38 Con truc 18" R.C.P. Lineal Feet @ 0, Ntun.�A/ Dollars and Cents —T'- Per Lineal Foot 5. 1 Construct Manhole No. 4 Each per City of Newport Beach Std. 308 -L @ A;u- �p&.--kLAZDollars and Cents Each -7— t�- 6. 3 modify Cu b Inle Each @ ZG iDollars and Cents $� =� $ �C1�C1��Z1 Each 7. Guarding Underground Lump Sum Constructs n �/ @ i dbiLCVye� Dollars and r Cents $ Lump Sum 8. Traffic Lump Sum @ Dollars and Cents $ Lump Sum P -2 0 0 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 9. 1 Construct Pipe Co lar Each @ ©kk eta Dollars and Cents $ Each 10. 3 Construct Brick and Mortar Each bulkhead. / / @ N� dAmz 1�°Gf Dollars and Cents $ Sciz $ Each 11. 614 Co struc 8" Seiner Lineal Feet @ llars and Cents $ $ J �Q Lineal Feet 12. 1 Construct Sewer *anhole II Each @ 7G() -'1„ ;i&` %, ollars and Cents Each 13. 1 Construct 60 -inch Sewer Each Dr�oP Man bole, Type B @ / OOU 7tau.Vlu i Dollars and Cents 14. 3 Modify Existing Sewer Each Manhole II'' @ fTIU Dollars and Cents Each P -3 0 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 15. 3 Construct 4" Sewer Each Laterals. �/ / @ �i d�l� .1,4Do11ars and Cents 16. 372 8" Sewed (B go is Park) Lineal Feet @ 7/ti 4MDollars and Cents 17. 1 Sewer Manhole (Begonia Each Park) D Dol ars and Cents 18. 1 Reconnect House Lateral Each and Construct Cleanout (Be Eark @ I ni L Dollars and Cents Total Price Written Contractor's License No Bidder's Address $-32-(-,z s !l a S sad' a $ oobiarii �� and 7,r1 Cents ?0 �Jq�/! , (Bidder's Name)� (Authorized Signa ure itle) Bidder's Telephone No._L2 %Z % .3/// is P -4 • • 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. Contr's Lic. No. & Classification Bidder � ZZ& L6!4 � Date A tuA hfirized Signature / Title • • Page 3 DESIGNATION OF SUBCONTRACTOR(S) 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. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Bidder Authorized Signatu e/ it e 0 �3 • • 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 bi'd 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. Subscribed and sworn to before pe this f day of A&:< , 19-e( My commission expires: Authorized Signature Title 1n Ccmmissior L,p. )uly 27. 1987 Authorized Signature Title 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. Bidder Authorized Signature/Title R • 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 leted For Whom Performed (Detail) Person to Contact Telephone No. JQAJ City of Glendale Norm Koonty (213) 956 -3905 ':1 Ransil q. Y tll :.. •11 :111 1� 1 S /Dlatthew B. Dorfman, Asst. Sec'y. Authorized Signature /Title 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 Comoleted For Whom Performed (Detail) Person to Contact Telephone r 1 Bidder uthorized Signature /Title 0 r Industrial Indemnity Company Home Office KNOW ALL MEN BY THESE PRESENTS: THAT THIBODO CONST. CO., INC. P. 0. BOX 2537 VISTA, CA 92083 Proposal or Bid Bond Bond No. Premium $ (hereinafter called the Principal) as Principal, and INDUSTRIAL TNDFr LNITY COMPANY.�_ a corporation created and existing under the laws of the State Of CALIFORNIA _ with its principal office at_ _SAN FRANCISCO , (hereinafter called the Surety), as Surety, are held and firmly bound unto (hereinafter called the Obligee), in the full and just sum of Ten percent of the total amount of bid in Dollars (S 10% ) good and lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the said Principal and Suety bind themselves, their and each of their heirs, executors, administrators, successors and assigns, jointly and so�eially, firvnly by these presents. WHEREAS, the Principal herein is submitting a proposal for NOW, THEREFORE, if the bid or p,oposal of said Principal shall be accepted, and the contract for such work be awarded to the Principal thereupon by the said Obligee, and said Principal shall enter into a contract for the completion of said work and furnish bonds as required by law, then this obligation shall be null and void, otherwise to remain in full force and effect. PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract shall furnish evidence satisfactory to Principal and Surety that financing has been firmly committed to cover the entire cost of the p,oject. Signed, sealed and dated this 16 t h d.,y of 11Ykya56 TH 11;000 CONST. CO. , I NC. ig 84 L j BY : � e , 1 �� y- ts t rake, sstsia`nt SeZretar INi,n <tli; GL IN,`: n' \u 1 i 0.,ICAN1 �i y wn - Principal ,ney -in -fact g w ja ( I _ } § / &J§@ } y \� } \� \ \ y g }. /./ } / \k (� co \ }/\ "=5 _ ) m }) \iƒ ƒ i \} � j ( {3® \ 0 =1z . /\ � � ..:.. • J)OWCT` of at #nap 2I7 Rnom all men by tbege 3pregentg: That the INDUSTRIAL INDEMNITY COMPANY, a corporation fornis, and having its principal office in the City of San Francisco, Sts HOME OFFICE -SAN FRANCISCO 7anized and existing under the laws of the State of Cali. of California, does hereby make, constitute and appoint ----------------------- - - - - -- WILLIAM E. SPICER ori0. M. its true and lawful attorney for it and in its name, place and stead to a tions, consents and ail contracts of suretyship and to attach its corporate OBLI provided that the liability of the Company as surety under his thousand dollars, and reserving to itself full power of substitution and This Power of Attorney is made and executed in accordance with thl TRIAL INDEMNITY COMPANY, at a meeting held on the 29th day of March, "RESOLVED, that K. K. Bechtel, Chairman of the Board, or Fred D company, when attested by the Secretary or an assistant secretary, be and fying the attorney selected to act under such Power of Attorney to exec takings, stipulations, consents and all contracts of suretyship, and to attacl In witness whereof, the INDUSTRIAL INDEMNITY COMPANY has cal affixed Iry itspropet 1 icers, at the City of San Francisco, California, this I40VBMBER-- -__ /i 1969 I. SEA = - - _ - B Attest: CI,1RENCB`�Q._ JOHNSON ( CLARENCE- G:_: X100 SON) Secretary STATE OF CALIFORNIA t CITY AND COUNTY OF SAN FRANCISCO s On this 18th day of NOVEMBER , 19 65 a notary public in and for the City and County of San Francisco, State of J. W. PEDERSEN and known to me to be the VICE PRESIDENT and which executed the within instrument, and acknowledged to we that such of to in the preceding instrument is a true and Correct copy of the resolution I 29, 1968, and that the same is in full force and effect. In witness whereof, I have hereto set my hand and affixed my official SEAL My Commission expires.. ...... JULY ..............14...., ..... . 19......7.1 ....................... e on its behalf as surety, bonds, undertakings, stipula- to such obligations in favor of no one instance shall exceed the sum of Resolution adopted by the Board of Directors of the INDUS - 1968, reading as follows: mler, President, or J. W. Pedersen, Vice President, of this e hereby is authorized to execute Powers of Attorney quali• to on behalf of Industrial Indemnity Company bonds, under. the corporate seal thereto." red these presents to be signed and its Corporate Seal to be 18th day of INDEMNITY COMPANY ......:.......J W.... PEDERSEN_ .............. (J. W. PEDERSEN) VICE PRESIDENT , before me MARY MUELLER difornia, personally appeared CLARENCE G. JOIPT SON Secretary of the Corporation oration executed the same, and that the resolution referred y passed at a meeting of the Board of Directors on Met. seal the day and year in this certificate fast above written. .................. MARY.. HUELLER...................... ............................... Notary Public in and for the City and County of San Francisco, State of California. 1, L. E. MULRYAN i SECRETARY of the INDUSTRIAL INDEMNITY COMPANY, do hereby certify that I have compared they power of attorney granted herein and the resolution recited herein with the originals now on file in the principal office of said Company, and that the same a correct transcripts therefrom and of the whole of the said originals, and that said power of attorney has no re ; been revoked but is still in full force and effect. In witness whereof, I have hereunto subscribed my name as such off car and �t�'Beal of the INDUSTRIAL INDEMNITY co COMPANY at the City of San Francis, California this da � / /, 'r , 19 XXX SEAL R 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BID SUMMARY CONTRACT NO. Z437 CONTRACTOR 0 LOCATION: City Clerk's Office TIME # r/ AM W 11 oil r� 01 ?)gq 1 -J5 -� 5 0 BY THE CITY COUNCIL CITY OF NEWPORT BEACH AUG 211984 TO: CITY COUNCIL APPROVED FROM: Public Works Department 0 c -x431 August 27, 1984 ( 3g) CITY COUNCIL AGENDA ITEM NO. F -3(c) SUBJECT: FERNLEAF AVENUE STORM DRAIN AND DAHLIA AVENUE SEWER REPLACEMENT (C -2431) RECOMMENDATION: Award Contract No. 2431 to Thibodo Construction of Vista in the amount of $282,470; and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 a.m. on August 16, 1984, the City Clerk opened and read the following bids for this project: Bidder Total Price Bid Low Thibodo Construction $282,470 2. Dakovich & Son $379,535 3. Clarke Contractor Corp. $406,344 The low bid is 20.2% higher than the Engineer's estimate of $235,000 It is felt the difference in cost is primarily due to the estimate being too low, and to contractors being relatively busy at this time. How- ever, it is not felt that rejecting the bids and readvertising at a later date would result in sufficient savings to justify delaying the work. Award of the contract as bid is recommended. The low bidder has satisfactorily performed contract work for the City in the past. The project provides for construction of approximately 840 feet of 42- inch - diameter storm drain and 1,000 feet of 8 -inch- diameter sanitary sewer in Corona del Mar in the locations shown on the attached sketch. Most of the work is in extremely deep trenches, thus accounting for high unit costs. The deep trenches will also necessitate closing the streets to traffic for much of the construction period. Advance notice of closures will be provided to affected residents. Two existing bottlenecks in the Fernleaf drainage system will be relieved by the new drains, and portions of the existing system will be re- moved from alignments diagonally crossing private property. The new sanitary sewer lines will improve system capacity, and also will enable removal of portions of the existing sanitary sewer system from alignments diagonally crossing private property. 0 0 August 27, 1984 Subject: Fernleaf Avenue Storm Drain and Dahlia Avenue Sewer Replacement (C -2431) Page 2 A portion of the sanitary sewer work is to be funded by the Gfeller Development Company in conjunction with the development of the former Corona del Mar Elementary School site. A budget amendment appropriating Gfeller's $10,000 share of the cost has been prepared for Council consideration. The project funding is as follows: Description Account No. Amount Fernleaf Avenue Storm Drain 02- 3497 -304 $165,000 Sewer Main Replacement Program 02- 5584 -102 107,470 Gfeller Development Co. 25- 5583 -013 10,000 Total $282,470 A Negative Declaration of Environmental Impact has been prepared, and was approved by the Environmental Affairs Committee. The Notice of Determination has been filed with the County Clerk, and published. The plans and specifications were prepared by ASL Consulting Engineers, with funding provided in F.Y. 1983 -84. The estimated date of completion is December 28, 1984. J'1' � (, , a "' 4 Benjamin B. Nolan Public Works Director ::ql Att. At E17 _4,v J30 [Ad it Ic oo, ttr B II II II li ti II II tl it iI I 4p C-1v w on , if ----------- A# 17 7 14 - it AO A: TORM DRAIN '-[ hi i i- -- L-Ti A-- Ao. SANITARY SEWER --- -- ------- 44 Y51,0,- 5rcolvD 17 -V -m .... 7i- —A 17 $so Fl.es r A, 1.4 15 L -1 At E17 _4,v J30 [Ad it Ic oo, ttr B II II II li ti II II tl it iI I 4p C-1v w on , if ----------- A# 17 7 14 - it AO A: TORM DRAIN '-[ hi i i- -- L-Ti A-- Ao. SANITARY SEWER --- -- ------- 44 Y51,0,- 5rcolvD 17 -V -m .... 7i- Fl.es r At E17 _4,v J30 [Ad it Ic oo, ttr B II II II li ti II II tl it iI I 4p C-1v w on , if ----------- A# 17 7 14 - it AO A: TORM DRAIN '-[ hi i i- -- L-Ti A-- Ao. SANITARY SEWER --- -- ------- p ! -- CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FERNLEAF AVENUE STORMDRAIN AND DAHLIA AVENUE SEWER MAIN REPLACEMENT APPROVED DATE C -2431 PUBLIC WORKS DIRECTOR R.E. NO. DRAWING NO. 44 Y51,0,- 17 Ae p ! -- CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FERNLEAF AVENUE STORMDRAIN AND DAHLIA AVENUE SEWER MAIN REPLACEMENT APPROVED DATE C -2431 PUBLIC WORKS DIRECTOR R.E. NO. DRAWING NO. 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: �%o%J .... I certify (or declare) under penalty of perjury that the foregoing is true and correct. Dated at Newport Beach, California, this'. day of [ J &J4 19 o0/1! Signature THE NEWPORT ENSIGN C -aq3) This9ce is for the County Clerk's Filing Stamp FA Proof of Publication of NOTICE INV1TINO BIDS SwLd hlde>mr be received at the al lim of the Car Clerk, 9900 Nw- pat Boubead, Newpoei Beoo, CA,OM oaW II=d a, ea Ite liph dW of August, 1901, at which time each hide shalt M opined and :sad in FERNLEAF AVENDE STORM DRAIN AND DANIM AMM SEWER MARK REPLACEMENT Title of Proleat - '. Sol Cantraet No. . RN6 000 Engines Eeamab Cmutall .. this dar of 1 *, 1291 Wanda B. Andenen - Cq Clerk Pragwdrs bWdmsm oldeia ace wt of Wd dooameeY d no ocd at the d9a of." PWAC Wales Deparenat 7900 Nwrpod BsoLiand, Newpat Bemh, CA 90999. - - Pa father lnfama9aa; mB LIo7d.It. Dalbn, Project E at NO - .2201. ,_ NEWI9 PROOF OF PUBLICATION • JULY 23, 1984 BY THE CITY COUNCIL CI fY COUNCIL AGENDA C3g� CITY OF NEWPORT BEACH ITEM NO. —E -16 TO: CITY COUNCIL JUL 231984 FROM: Public Works Department APYitUVEU SUBJECT: FERNLEAF AVENUE STORM DRAIN AND DALHIA AVENUE SEWER MAIN REPLACE- MENT (C -2431) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 11:00 A.M. on August 16, 1984. DISCUSSION: This contract provides for the construction of (1) approximately 800 linear feet of storm drain in First, Dahlia, and Fernleaf Avenues and (2) approximately 1,100 linear feet of sewer main in First and Dahlia Avenues and in Begonia Park (see attached sketch). The storm drains are needed to relieve two drainage bottlenecks from the Fernleaf drainage system. The contract work also removes the re- maining portions of the system from private property easements, thus facili- tating storm drain maintenance by City crews. The sewer mains are needed to provide adequate flow capacity in the area, and also to bypass the easement system through private property. Sewer mains and storm drains to be abandoned through private prop- erty will be plugged and backfilled by the Contractor upon completion of the new systems. The work is to be performed within a 60 -day period between Labor Day and December 28. During the construction, portions of First, Dahlia and Fernleaf Avenues will be closed to traffic because of work space require- ments for trenches, excavated soil, and materials and equipment storage in this congested area. Residents will be provided with notices in advance of the work so that they can plan alternative locations for residence access and parking. Plans and specifications for the work have been prepared by ASL Consulting Engineers. Their Engineer's estimate is $235,000. Sufficient funds are available to award this amount in the following accounts: Fernleaf Avenue Storm Drain Improvement 02- 3497 -304 at��O_ Sewer Main�RepQ/lacement Program 02- 5584 -102 Benjamin B. Nolan Public Works Director LD:jd Att. M� _ fOUPTH / rPUr. Pr .,r rl a { /rWwlN ✓ rrr /! m.! ;WH r a.N _ rw Y • - _ � eG;fy ► /I /f J Q I I _ j ra ♦ t • .. I y v J TNi�O At r! t/ S�flB /lpiNfP.:Y SJ /, 1 5fc0lvo ,..... ...., ► _ w a y_ r .a --- -- t._..f..i e I 1 7`I�I�tl JV O Y'• I �r OOr`� ;,. :1., -14 f; °a,rdmii I ..d�1. � P r I I -�.ro ue.• . .��:nl ,, .7 rte• I I ;—fit ifilf r - f✓x.ar.; .- �--- V~_ - -�- 1!t(I}' ✓X rol frr Xpl .2� J ..- -- � Nl.lpr � N:.t PK PV!! //. Nf•J � / _Ij wl_r_._ ____._. ___.. ..__.... Af cWr dr J•I fw. Vl _i... -u- _I /. --�. 'j /I 1: t. Pc.urwlia._ I { /a ArI L.fll�i.y STORM DRA N y -- — -- . f •r•- r�r Lu .✓ i re �• a n i ie 1 {. ilk A6 15 14 4 �s 1.4 L1.I J i ! ie. rn ..w -R r j In /9 t r { .M Yee —+ rr •' ie — - `I 17 If : - -` %J`J. SANITARY SEWER __ ,•; if "I GA V91DE i 14 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FERNLEAF AVENUE STORMDRAIN AND DAHLIA AVENUE SEWER MAIN REPLACEMENT .arw•r✓ ws /u/ rPUr. Pr .,r /rWwlN ✓ rrr /! m.! ;WH r a.N _ rw Y • - _ � eG;fy li wro q , _. Q I I I j ra ..d�1. � P r I I -�.ro ue.• . .��:nl ,, .7 rte• I I ;—fit ifilf r - f✓x.ar.; .- �--- V~_ - -�- 1!t(I}' ✓X rol frr Xpl .2� J ..- -- � Nl.lpr � N:.t PK PV!! //. Nf•J � / _Ij wl_r_._ ____._. ___.. ..__.... Af cWr dr J•I fw. Vl _i... -u- _I /. --�. 'j /I 1: t. Pc.urwlia._ I { /a ArI L.fll�i.y STORM DRA N y -- — -- . f •r•- r�r Lu .✓ i re �• a n i ie 1 {. ilk A6 15 14 4 �s 1.4 L1.I J i ! ie. rn ..w -R r j In /9 t r { .M Yee —+ rr •' ie — - `I 17 If : - -` %J`J. SANITARY SEWER __ ,•; if "I GA V91DE i 14 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT FERNLEAF AVENUE STORMDRAIN AND DAHLIA AVENUE SEWER MAIN REPLACEMENT .arw•r✓ ws /u/ rPUr. Pr .,r /rWwlN ✓ rrr /! m.! ;WH r a.N _ rw Y • - _ � eG;fy li wro q , _. lr � n ! j ra ♦ t • .. I !;1 ' 1 � 1 C -2431 DRAWN M•B•R DATE 7.16.84 APPROVED PUBLIC WORKS DIRECTOR R.E. NO. DRAWING NO.