HomeMy WebLinkAboutC-2463 - Riverside Avenue Relief Storm Drain Phase 1CITY OF NEWPORT BEACH
July 18, 1986
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
Nick Tomovich & Son, Inc.
926 Durfee Avenue
So. E1 Monte, CA 91733
(714) 6443005
Subject: Surety: The Aetna Casualty & Surety Company
Bonds No.: SB100181520
Contract No.: C -2463
Project: Riverside Avenue Relief Storm Drain, Phase i
The City Council on June 23, 1986 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 July 2, 1986,
Reference No. 86- 284183. Please notify your surety company that the
bonds may be released 35 days after this date.
Sincerely,
wly
4 g yl�
Wanda E. Raggio
City Clerk
WER:pm
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
PLEASE RETURN TO:
City Clerk/-rG+t 7�
City Cf Newpggr Be ch
3300 Newport Blvd.
Newport Beach, CA 92663 -3884
NO CR IDE ION
86-284183 EXEMPT
EXEMPT RECORDING REQUEST PERIL—L'-2
GOVERNMENT CODE 6103
NOTICE OF COMPLETION
PUBLIC WAItKS
RECORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY CALIFORNIA
-2 ?§ PM JUL 2'86
COUNTY
I o All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on June 23, 1986
the Public Works project consisting of Riverside Avenue Relief Storm Drain, _
Phase 1 (C -2463)
on which Nick TDMayich &Son, Inc. 926 Durfee Avenue, So. E1 Monte, CA 91733
was the cont r The Aetna Casualty &Surety Company, 100 West Broadway,
was the su C`�as cgrnp e ed. Glendale, CA 91210
CITY OF NEWPORT BFACH
Public Works Director ^
cJ��N VERIFICATION
I, the undersigned, say:
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on June 27, _1986. at Newport Beach, California.
Pu lic 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 June 23, 1986 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 June 27, 1986 at Newport Beach, California.
City Clerk
.. .. �;<'
�.S TK'�F97•�' �} °ii
CITY OF NEWPORT BEACH
June 27, 1986
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
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 Riverside Avenue Relief Storm Drain, Phase 1,
Contract No. 2463 on which Nick Tomovich & Son, Inc. was the
Contractor and The Aetna Casualty & Surety Company was the Surety.
Please record and return to us.
Sincerely,
Wanda E. Raggio
City Clerk
WER:pm
Attachment
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
•
•
TO: CITY COUNCIL
FROM: Public Works Department
a
June 23, 1986
BY TK CITY COUNCIL CITY COUNCIL AGENDA
CITY OF NEWPORT BEACH ITEM NO. F -12
JUN 23 1996
APPROVED
SUBJECT: ACCEPTANCE OF RIVERSIDE AVENUE RELIEF STORM DRAIN (C -2463)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to
DISCUSSION:
The contract for the installation of pipe through the Dominis
Building for the subject project has been completed to the satisfaction of
the Public Works Department.
The bid price was $33,063.00
Amount of unit price items constructed 32,486.85
Amount of change orders 2,659.40
Total contract cost $35,146.25
Funds were budgeted in the General Fund, Account No. 02- 3497 -345.
The contractor for the building was delayed approximately 4 months
in completing the basement walls and slab. This in turn prevented the City's
storm drain contractor from starting his work and resulted in extra costs to
him. A change order in the amount of $3,284.40 was issued to cover these
costs. The City has been reimbursed by the building owner. A second change
order, in the amount of (- 625.00) provided for deletion of bearing pad
material and final connection, both of which were performed at a later date
by the building contractor.
The contractor is Nick Tomovich & Son, Inc. of South E1 Monte,
California.
• The ork was completed on February 28, 1986.
7 �
Benjamin B. Nolan
Public Works Director
GPD:jd
Y
a 0
TO: FINANCE DIRECTOR
Public Works
FROM: CITY CLERK
DATE: December 17, 1985
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
(714(640 -2251
SUBJECT: Contract No. C -2463
oA e�zCa�tG C
Description of Contract Riverside Avenue Relief Storm Drain,
Phase 1
Effective date of Contract December 16, 1985
Authorized by Minute Action, approved on September 23, 1985
Contract with Nick Tomovich & Son, Inc.
Address 926 Durfee Avenue
1733
Amount of Contract 33.063.00
Wanda E. Andersen
City Clerk
WEA:lr
attach.
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
CITY CLERK
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658 -8915
until 11:00 A.N. on the 12th day of September, 1985,
at which time such bids shall be opened and read for
Riverside Avenue Relief Storm Drain Phase 1 _
Title of Project
2463
Contract No.
$20,000
Engineer's Estimate
&A so \�' AV
41 IM
CO
Approved by the City Council
this 260 day of August , 1985.
Wanda E. Raggio
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,
P. 0. Box 1768, Newport Beach, CA 92658 -8915.
For further information, call Lloyd R. Dalton at 644 -3311.
Project Manager
(
N
Q1
w
N
(D
Z
N
d
m
b
(D
7
c
fD
A
(D
O
-h
w
C+
O
0
w
"D
S
w
In
(D
F-+
171
a
w
0 1 x 0 7
r+.
3 O = Z J.
-7 -• O s S e
w u O
J.
®
c+3 J.
= 0 S -3 c Z
N 1. (D
CT rt - -5
}
(D = (D O
O ID O
I
� 0 rD
�
. N
J
C+ a 0
-. O
7 7 O
f1 N 7 O N
J.
3OO(DO
0 ti Z ZJ
0
N
rt
S S 0 0 0
(D a -h
rtc v
L O (D N
(D n O. N
Z O (D J• CI
O (D rt N .rt..
(>
cn
w c o
d
F
�(D
rt
(nD w O
n
i
c
H -+(O O
O
N
�•O
-h £
0
3-+N rtrt
0
N G S
3
cl
J.
(-
sv (i cra
w
o�o
O
O
Q .J. J. •S
hF 7 rt
I. l< n
,.
r+ w O
.
c Z
n (
S
t!
171
a
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
RIVERSIDE AVENUE RELIEF STORM DRAIN
PHASE I
CONTRACT NO. 2463
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 do all the work
required to complete Contract No. 2463 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. -- Mobilization
Lump Sum @ Four Thousand Dollars
and
No Cents
2. 227 Install 36" M.L. &C. Steel
Lineal Feet Storm Drain
@ Sixty -nine Dollars
and
No Cents
3. 11 Furnish and Install Concrete
Each Pipe Support and Pipe Strap
@ One Thousand Dollars
and
$ 4,000.00
$ 15,663.00
No Cents $1,000.00 $ 11,000.00
0
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 3 Install 36" Flexible
Each Coupling
@ Eight Hundred Dollars
and
No Cents $ 800.00 $ 2 ,400.00
Total Price Written
Thirty -three Thousand Sixty -three Dollars
and
No Cents $ 33,063.00
Contractor's License No. 269337A Nick Tomovich & Son, Inc.
(Bidder's Name)
Date 9 -12 -85 S /Mitchell Tomovich, President
(Authorized Signature Title)
Bidder's Address 926 Durfee Avenue, So. E1 Monte, CA 91733
Bidder's Telephone No. 818- 443 -3627
0 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 pricgI
the correct multiplication will be computed and the bids will be compared withi
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.
269337A
Contr's Lic. No. & Classification
9-12 -85
Date
Nick Tomovich & Son, Inc.
Bidder
S /Mitchell Tomovich President
Authorized Signature /Title
Page 3
DESIGNATION OF SUBCONTRACTORS)
The undersigned certifies that he has used bid(s) of the following listed
subcontractor(s) in making up his bid,and that the subcontractor(s) listed
will be used for the work for which they bid, subject to the approval of the
Engineer and in accordance with the applicable provisions of the Specifications.
No change of subcontractor may be made except with the prior approval of the
Engineer.and as provided by State law.
Subcontract Work Subcontractor Address
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
r
Authorized Signature /Title
ORIGINAL SEE CITY CLERK'S FILOPY Page 4
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, NICK TOMOVICH & SON, INC. , as bidder,
and THE AETNA CASUALTY & SURETY COMPANY , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
TEN PERCENT OF THE 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
RIVERSIDE AVENUE RELIEF STORM DRAIN, PHASE 1
Title of Project
C -2463
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 12th day
of September , 1985.
(Attach acknowledgement of
Attorney -in -Fact)
rikpla M_ Carrillo
Notary Public
Commission expires June 9, 1989
NICK TOMOVICH & SON, INC.
Bidder
S /Mitchell Tomovich, President
Authorized Signature /Title
THE AETNA CASUALTY & SURETY CO.
Surety
By S /John Forest Monroe
Title Attorney -in -fact
• . Page 5
NON- COLLUSION AFFIDAVIT
The bidder, by its officers and agents or representatives present at the time
of filing this bid, being duly sworn on their oaths, say that neither they nor
any of them have, in any way, directly or indirectly, entered into any arrange-
ment or agreement with any other bidder, or with any public officer of such
CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has
paid or is to pay to such bidder or public officer any sum of money, or has
given or is to give to such other bidder or public officer anything of value
whatever; or such affiant or affiants or either of them has not directly or
indirectly, entered into any arrangement or agreement with any other bidder or
bidders, which tends to or does lessen or destroy free competition in the
letting of the contract sought for by the attached bids; that no bid has been
accepted from any subcontractor or materialman through any bid depository, the
bylaws, rules or regulations of which prohibit or prevent the bidder from con-
sidering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman
from submitting bids to a bidder who does not use the facilities of or accept
bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be sug-
gested, offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
any agreement or understanding of any kind whatsoever with any person whomso-
ever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
Nick Tomovich & Son, Inc.
Bidder
S /Mitchell Tomovich, President
Authorized Signature /Title
Subscribed and sworn to before me
this 12th day of September ,
1985 .
My commission expires:
,tune 17, 1989 S /John Forest Monroe
Notary Public
0
• Page 6
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,
Metro Water Dist. Tunnels
Los Angeles
1981
($4.000,000.00)
E. Slavin
Dept. of Water nd Power
(4,300,000.00)
Los Angeles
1980
Sylmar Tunnel
R. Benton
City of Los Angeles
Los Angeles
Los Angeles
1971
Berendo St. Sewer ($1,500.00)
Contract Admin.
Nick Tomovich & Son, Inc.
Bidder
S /Mitchell Tomovich PPPSidPnt
Authorized Signature /Title
• • Page 7
NOTICE
The following are contract documents which shall be completed
and executed by the successful bidder after he receives a letter of
Award from the City of Newport Beach:
PAYMENT BOND (pages 8 & 9)
FAITHFUL PERFORMANCE BOND (pages 10 & 11)
CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12, 13, 14)
CONTRACT (pages 15 & 16)
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 submission of bid.
BONDING COMPANIES shall be acceptable as sureties in accordance
with the latest revision of Federal Register Circular 570.
INSURANCE COMPANIES shall be (1) licensed to conduct business in
California, and (2) assigned Policyholders' Rating B+ (or higher) and
Financial Size Category Class x (or larger) in accordance with the
latest edition of Best's Key Rating Guide: Property - Casualty.
Coverages shall be provided for all TYPES 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 edition
adopted for use in the City of Newport Beach), except as supplemented
or modified by the Special Provisions for this project.
a �ID# SB100181520
'PRIIIIUM $ 396.00
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted September 23, 1985
has awarded to Nick Tomovich & Son. Inc.
hereinafter designated as the "Principal ", a contract for
Riverside Avenue Relief Storm Drain, Phase 1 C -2463
Page 8
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, or other supplies used in, upon, for, or about the performance 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 NICK TCMOVICH & SON. INC.
as Principal, and THE AMM CASUALTY & SURETY M4PANY
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
THIRTY -THREE THOUSAND SIXTY -THREE AND N01100 Dollars ($33.063,00----4,
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, or other supplies,
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 Unemploy-
ment 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.
The 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
L.
• • Page 9
Payment Bond (Continued)
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 30th day of September , 19 85 .
NICK To Aj o tc.►4 4 �oN tAic ". (Seal )
Name of Contractor (Principal)=
Authorized Signature an- d Title ;-
Mitchell Twovich - President
Authorized Signaturi and Title
THE AE7N1 CASUALTY & SUFM COMPANY ZSeal)
Name of Surety
100 West Broadway Glendale, CA 91210
;Add ss of Surety
W re and Tit a of ut orized ent
Forest Monroe Attorney -i 3acl
911 Wilshire Blvd. Los Angeles, CA 90017 Ste 970
ddress of Agent
213 624 -2055
Telephone No. of Agent
-;� :.
_ _ ., - -_
l N
-_ / - ___
- �. � - _
�' -_ '.
... ..�
%n
�/.
r
..�^' "�
v.' `-..
.I
-r�
THFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
# SB100181520 Page 10
PIEMIW $ Incl.
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted September 23, 1985
has awarded to Nick Tomovich & Son, Inc.
hereinafter designated as the "Principal ", a contract for
ide Avenue Relief Storm Drain, Phase 1 C -2463
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, NICK TCMOVICH & SON, IW.
as Principal, and THE A nM CASUALTY & SURETY CaVANY
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
u. :�� WdDI f. •. d U• .YY 4.� ; +?� � It • • � 1 � 1 . � �
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
• Page 11
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 30th day of September , 19 85
NLGI< `r'0Ati0QIr— ` -Ca. C (Seal)
Name of Contractor (Principal)
Authorized Signature and Title
Mitchell Ttmovich — President
Authorized Signature and Title
THE AMA CASUALTY & SURETY CaMPANY
Name of Surety
100 West Broadway Glendale, CA 91210
Address of Surety
Signature and Title of Authorized Agei
John Forest Monroe Attorney -in -Fact
911 Wilshire Blvd. los Angeles, CA 90017 Ste 970
Address of Agent
213 624 -2055
Telephone No. of Agent
0 •
_ r
�
/2)§
»mn
�
(�
} >OH
|43\
.;o M
, /a:
.0 \
/
&
))a\
#
{ .
(((!E
�0
2.
K CT
} < -0
®
R
[§?
!
\ ®:E/-
[
0
AMID
�3
2»n
k
2{v
0
]7B /&
\M
0(\(
\
ƒ}\
+_ ,
2
/\q2
n$_£
>Zw0
) >r2
>
>
-a
\\\\
nie ,Frew CASUAk AM St1NETY CO PANY
"mom Hartfor ifptt O61 is
I II I ACA4: w IY
POKIER OF ATTORNEY AND CERTMATE OF AUTHORITY OF ATTORNEYISHN -FACT
RNOWALLMENIFY TICESEPRESENIS. THAT THE&ETYCCASUA&TVANDSURMODMPANY, e Fppmwiondulyppenirmlurdwthelevnof Me
$&MalCOMSMk 4 and haying mp ndpai olfio, b dwCMya Heldoal. Couay of HatldrA Stsb ol ClnxwgWn, here mode. foaa)tumd ere
appo:rya,anddoslgthe waset deer, osrMibas a,d appsis Gerald J. Sullivan, William R. Curtis,
John W. Ifirschtnann, John Forest Monroe or Natty Scheirer - -
of Los Angeles, California wwsad MwHUlAnansylal mFaa.wsbb dpowradaureo tyre abym dare
b sign, execute end atlrewHadpa, a cry gam wash M United Saes, w, d the feawdng xne be need M. wet in the area sad designated
the toieln+v insm nw"w:
bylit wIh ersaesionatueemclad.myareenbards, remgtiyalrma.mamas ollMSmMw, and othermiangeq tayto reenatureofe bond,
recognition". or conIXtlonN undwaNng. and a" and he mnle nw incident macro
are b bbd THE .ETNA CASUALTY AND SURETY COMPANY, thereby as bey and no the same adent n N Una pane was signed by sm duty
wd.auedofRmm ol THE &ETNACASW LTV ANDSURETV COMPANY. and all the acb of Said AnomayWinFate, Piv hwmto see authorry herein
O.M. ere hereby W*W and confine.
The appointment w madn.mda end by authority of the following Stapling A ..h1jom of "Id Company which Itaasdtom ere hew in Ica lam
and efecf:
VOTED: Thaeach fth.logowino officers: Chainrnern,Km Ckwin n. Prnident AM ErcutivaVice President. Any Swoor Vim President. AM Vice
Pradtere, A" Attlee" Vice President, Arty Sebaay, Any Are W n Secret". may front tine h, I~ appoint Resident Vice PrwitlmM, Resident
Awaamn Srna Tenths, Allateys in Fact eel Amman bee la and on lvaoH of In. Canpeny odd.nay give my wth aoleimeeauch, O HIV as hie
mriscae of aulhwify may pesocrobe w aign wide he Con"Ws name and sue with the Compeny'O "at bonds, racooniances, mntraaw of
indwmnry, mU mho wiling, ohlipaary in ten retumola boat hw:gpninince, a conditions uwenNinp, end at, at sod ofieaaw Me goad at
Diradav Prey :d .,V fine ,comrs my such sppoirnlea and ran ire the poorer and mdnan n, given hen.
VOTED: The mYbond. ra: ognumoe. OOnaar ?afihdem.iry.wwritirgadigaory in M emneeofa bard.raoogMbnm. wmmgdorrl urdataUrq
sham be vehd are binding upon resCOmpaw swein W signsdby ree Chairman, tk Vim Chnmen, ten prssidaA m ExautwOVNO Presidenta
Sador Vice President a Vice Prsldant. ea Assistant VIM Prsdent ce by a ReadmF Vim President Weuml to the Power prescribed in tee
mni8cels of suthc6tvof stichRosidan VictPnritlan. and holy altsed mdsawed wHh Me COmbarn•a seal by a Saaretnrrut ArMmt SeenMen
see), U meuiredl by onew ewe AdcrnvywA Fect puraent b tae power prescribe in his a Owr carificaut
authority.
The PO of Atromey end Continue* ofAuthatry is sigtedaM satall by femimge wda hd by authority of the f flowing Stawq Resolution
vomd by the Scant of Diroctw a of THE RTNA CASUALTY AND SURETY COMPANY which Rer)a)on is dew in hit two, and eftac:
VOTED: Then the signature ol each of tefolloWng olfisn: Clu atin Vim Chainnm. President Any Exeeud"Vke Prridmt Any Settler Vim
PraxMmt. AnyVbsPrsitlsnt AdwAtxermtYbsPratlaa ,MwSaaatay.MyArwtant5rrtary. are HMaWOimeCmMmymay W eRgMby
Incomings w my Power of stoma/ in b art consists feiaMA thereat appoLleng ResMwd Vim Presidents. Rodent Arhwnt SOMUON or
AKhjunt-i ofmmin, wersoMywmngsch I MMatllgaaW eddul0ataaHga andadarwdandeodingup in d1,narts"and OW
othean raofatoms/ wctified y bear fitemiiIsmNhWsipWaea /ao,imilarat seen W and and binding upon tMCany In Oendalty such
power r my bon and mninad try ash famimis signenaa ad feesimtla dal shay M vagd wild binding upon the Campmy a tea futwe wire
respect to my hoe w undenaaing ro whin e b altedled
IN WITNESS WHEREOF, THE ETNA CASUALTY AND SURETY COMPANY Iwo cth'"d mix in"n"n'" t at be fined by s Assistant
Vice President .ac he wdponm sW roMnerwo emxe mw 28th
d" of March •Is 84
{ +,,..„,�, TIIE &EII CIUSU Tr AND IRefETY COMPANY
State of Connecticut J. T. DU
Illy �A
Cowrry of Hartbrd
} sNarowd Aaaiatant ice Prea ant
On" 28th &ley of March •1984 . befws nth personally cams J. T. DUFFY
no pre enawtt.wt.. being by is duly wea,(Ed daposa and say: the ha/she is Assistant Vice President of
THE RTNA CASUALTY AND SURETY COMPANY. duoappalmdraibad send whkh erwanetMSbrm blarhtrnsra; ehM hafsireMwe ire
ssiolrd corporator: Olatl1,ssal afiaW title sidiMeunrdiawaoarparata sasi: tldtlat M /aMexamrwdtl1,asid alabtrnhntn hallat
a am mepw by aul hear of bia/ha alum Oder ere st wares Resolutions mason.
s �i'mdwrwera aT, is 86 Nagy wee
CERTIFICATE George A. Perry, Jr.
Lersuhdasignad, Secretary of THE&ETNACISUALTVANO SURFTYCDMPANV. aattAt Mpwabr olfM
sM ofcwmsakut DOHTSI®YCERTI dw blofareeaslpwdelwtlwlPOwarolAtlarnay "CwtMpauolAUMiryronW intdgf aOld
hesnot been ravoted: hd lunbe vemeUwttleSwdwigRaaoMAiaeoldw gwtdoldrOCrM• s wiath in d1,CarNgwl otAWleq.Mnoe,
I. force.
Signed and Sealed a the Hone Oalm of the COMPOW, in 111, C1ly of /lerllord Sete ConrosuM1 Dote tIIO 30th day of
September .19 85
s�
John W. Welch, Secretary
.la'taatFT"}Tg `/ PFA MMUSA
• CERTIFICATE OF INSURANCE .
Page 12
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).
INSURANCE
COMPANIES AFFORDING COVERAGES
City of Newport Beach
Company
COMPANY
TYPES OF INSURANCE
3300 Newport Boulevard
Letter
A
ROYAL INSURANCE COMPANY
Newport Beach, CA 92663
Company
B
Date
Each
NAME AND ADDRESS OF INSURED
Letter
AETNA CASUALTY & SURETY
Company
C
Operations
GENERAL LIABILITY
x Comprehensive Form
x Premises - Operations
Letter
BEAVER INSURANCE
$
$
Company
D
x Explosion & Collapse Hazard
Letter
Company
E
sn__F1 Mexte. CA 01733
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.
10
entative
Date
Agency: GERALD J. SULLIVAN & ASSOC., INC
Telephone
21.3 624 -2055
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:
Riversi @e A,verwe Relief Stern Drain. Phase I C -2463
Project Title and Contract Number
finis certificate or veritication or insurance is not an insurance policy ano Goes 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.
Policy
LIMITS OF LIABILITY IN THOUSAND
COMPANY
TYPES OF INSURANCE
Policy
Exp.
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
x Products /Completed Operations
Bodily Injury
A
Hazard
x Contractual Insurance
LUG7124
12/10/06
and Property
Damage Combined
$1,000,
$1,000,
x Broad Form Property Damage
x Independent Contractors
x Personal Injury
Marine
Personal Injury
$
Aviation
AUTOMOTIVE LIABILITY
B
❑x Comprehensive Form
❑x Owned
Bodily Injury
(Each Person
$
$
Bodily Injury
(Each Occurrence
❑x Hired
Pro ert Dama e
x Non -owned
❑
3FJ
68874
8/15/86
Bodily Injury and
Property Damage
Combined
$ 500,
EXCESS LIABILITY
❑ Umbrella Form
Bodily Injury
❑ Other than Umbrella Form
and Property
Damage Combined
$
$
WORKERS' COMPENSATION
Statutor
C
and
EMPLOYER'S LIABILITY
0
59180
1/21/86
V11111ffA
100,
ac
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.
10
entative
Date
Agency: GERALD J. SULLIVAN & ASSOC., INC
Telephone
21.3 624 -2055
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:
Riversi @e A,verwe Relief Stern Drain. Phase I C -2463
Project Title and Contract Number
finis certificate or veritication or insurance is not an insurance policy ano Goes not
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusions and conditions of such policies, including attached endorsements.
• • Page 13
CITY OF NEWPORT BEACH
AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for Bodily Injury and
Property Damage Liability, the City of Newport Beach, its officers and employees are
additional insureds but only with respect to liability for damages arising out of
the ownership, maintenance or use of automobiles (or autos) used by or on behalf of
the named insured in connection with the contract designated below. The insurance
extended by this endorsement to said additional insured does not apply to bodily
injury or property damage arising out of automobiles (1) owned by or registered in
the name of an additional insured, or (2) leased or rented by an additional insured,
or (3) operated by an additional insured. The insurance afforded the additional
named insured(s) shall apply as primary insurance and no other insurance maintained
by the City of Newport Beach will be called upon to contribute with insurance
provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured
who is seeking coverage or against whom a claim is made or suit is brought,
except with respect to the limits of the Insurance Company's liability."
3. The limits of liability under this endorsement for the additional insureds named in
paragraph 1 of this endorsement shall be the limits indicated below for either Multi-
ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate
box.
( ) Multiple Limits
Bodily Injury Liability
Property Damage Liability
$
$
each occurrence
each occurrence
( X3 Single Limit
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.
5. Designated Contract: Riverside Avenue Relief Storm Drain, Phase 1 C -2463
Project Title and Contract No.).
This endorsement is effective 8/15/85 at 12:01 A.M. and forms a part of
Policy No. 83FJ568874CCA
Named Insured NICK TOMOVICH & SONz INC. Endorsement No. SPECIAL
Name of Insurance Company AETNA CASUALTY & SUREPY
uthorized R r°esE tative
Page 14
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 nold 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 accUr�enco -
Property Damage Liability $ each occurrence
()oj Single Limit
Bodily Injury Liability $ 1.000.000 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 Contract: . 1 -2463
Project Title and Contract No
This endorsement is effective 12/10/85 at 12 :01 A.M. and forms a part of
Policy No. PLUG71245
Named Insured NICK zemovlcH s soN, INC. Endorsement No. SPECIAL A
Name of Insurance Company ROYAL INSURANCE By f .'�c-,��rJC Q
Ai thorized R ese ative
• • Page 15
CONTRACT ,,rrte� /�)�
THIS AGREEMENT, entered into this �C�L aay of 46� 19 s�,
by and between the CITY OF NEWPORT BEACH, hereinafter "City," and
, hereinafter "Contractor, "is made with
reference to the following facts:
(a) City has heretofore advertised for bids for the following
described public work:
Riverside Avenue Relief Storm Drain, Phase 1 C -2463
Title of Project Contract No.
(b) Contractor has been determined by City to be the lowest responsi-
ble bidder on said public work, and Contractor's bid, and the compensation set
forth in this contract, is based upon a careful examination of all plans and
specifications by Contractor,
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall furnish all materials and perform all of the work
for the construction of the following described public work:
Riverside Avenue Relief Storm Drain, Phase 1 C -2463
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 - ----- - - - - --
---- Thirty -three Thousand Sixty -three Dollars and 00 /100-- - - - - --
This compensation includes (1) any loss or damage arising from the nature of the
work; (2) any loss or damage arising from any unforeseen difficulties or obstruc-
tions in the performance of the work; (3) any expense incurred as a result of any
suspension or discontinuance of the work; but excludes any loss resulting from
earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves,
and which loss or expense occurs prior to acceptance of the work by City.
3. All of the respective rights and obligations of City and Contractor
are set forth in the contract documents. The contract documents are incorporated
herein by reference as though set out in full and include the following:
(a) Notice Inviting Bids
(b) Instruction to Bidders and documents referenced therein
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and endorsement(s)
• • Page 16
(f) Plans and Special Provisions for "
Riverside Avenue Relief Storm Drain, Phase 1 C -2463
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 Clerk
AS TO FORM:
CITY
Nick Tomovich & Son, Inc.
Name of Contractor (Principal)
.'1N► --�- --ate '�i�.� A ,,;� � _
Authorized Signature and Title
Authorized Signature and Title
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
RIVERSIDE AVENUE RELIEF STORM DRAIN
PHASE I
CONTRACT NO. 2463
I. SCOPE OF WORK
The work to be done under this contract consists of installing
mortar lined and coated steel storm drain pipe, concrete pier
supports, access manholes and appurtenances through an under-
ground parking garage in the Dominis Building from Pacific Coast
Highway to the Newport Bay as shown on the Plans.
The City has purchased the pipe materials and couplings. The
pipe is 36 -inch diameter mortar lined and coated steel and has
been manufactured in 20 -foot lengths. These materials will be
available to the Contractor from the pipe supplier by October 11,
1985. All other materials required to complete the work shall be
the responsibility of the Contractor. The Contractor shall be
responsible for scheduling the delivery of the pipe materials and
couplings to the site and for unloading the materials at the
site. Compensation for this work shall be included in the con-
tract unit price for installation of the respective materials and
no additional compensation will be allowed.
The Contractor shall connect to the 36 -inch diameter mortar lined
and coated steel pipe wall penetrations which are to be installed
by others at the time the walls of the Dominis Building are con-
structed. The Contractor shall construct the concrete pipe sup-
ports at the location of the reinforcing dowels which are to be
installed by others at the time the slab of the Dominis Building
is constructed.
The Contractor shall coordinate the work described herein with
the construction of the Dominis Building being done by others.
The pipe is to be installed prior to the construction of the
first floor slab as shown on the plans.
The contract requires completion of all work in accordance with
these Special Provisions, the Plans (Drawing No. D- 5166 -S), the
Citv's Standard Special Provisions and Standard Drawings for
, 1985 Edition, and the Standard Speci-
`ications for Public Works Construction.
1985 Edition and supplements), copies of which are available at
Building News, Inc., 3055 Overland Avenue, Los Angeles, Calif-
ornia 90034, (213)870 -9871. Copies of the City's Standard
Special Provisions and Drawings may be purchased at the Public
Works Department.
SP -1
II. TIME
The Contractor shall complete all work on the contract within
sixty (60) consecutive calendar days after award of contract by
the City.
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 preparation of his work schedule and in
the prosecution of his work.
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
thereafter.
Payment for incidental items of work, not separately provided for
in the proposal, shall be included in the price bid for other
related items of work.
IV. TRAFFIC CONTROL AND ACCESS
A. General
Traffic and access shall comply with Section 7 -10 of the
"Standard Specifications for Public Works Construction" and the
requirements set forth herein.
Work in or around Pacific Coast Highway is not part of
this contract and at no time shall the Contractor delay or block
traffic on Pacific Coast Highway.
V. CONSTRUCTION SURVEY STARING
Field surveys for control of construction shall be the respon-
sibility of the Contractor.
Prior to performing construction work, the Contractor shall
request each utility company to locate its facilities. Con-
struction 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.
SP -2
Existing buildings and structures abutting proposed improvements
are indicated on the Plans. Prior to construction, the Contrac-
tor shall verify the location of existing buildings and struc-
tures 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. MOBILIZATION
This work shall be performed in accordance with the applicable
requirements of Subsection 9 -3.4 of the Standard Specifications.
VII. SHOP DRAWINGS
The Contractor shall furnish to the Engineer such working draw-
ings, material certifications, data or materials, and equipment
and samples as are required for the proper control of the work
including, but not limited to, the following: steel pipe straps,
connection bolts, coatings, expansion joint material and pipe
support lubrication material. All working drawings, data, and
samples shall be subject to review by the Engineer for conformity
with the drawings and specifications.
VIII. CONCRETE
Concrete shall conform to Section 201 of the Standard Specifica-
tions and shall be placed in conformance with Section 303 -1.8 of
the Standard Specifications. The reinforced concrete pier sup-
ports shall be constructed of Class 560 -C -3250 concrete.
IX. REINFORCEMENT STEEL
Reinforcement steel shall conform to Section 201 -2 of the Stan-
dard Specifictions and shall be placed in conformance with Sec-
tion 303 -1.7 of the Standard Specifications.
X. INSTALLATION OF PIPE
The pipe shall be installed above the finished floor slab on con-
crete pipe supports. The Contractor shall exercise due caution
when installing pipe in existing 48" wall penetrations located
between piers 3.and 4, 9 and 10. Prior to placement of the
expansion material, the pipe must be supported in place to
achieve the desired flow line elevation. The temporary supports
are to remain until all expansion material is applied.
1. Field Welded Joints: Field welding of pipe joints
shall conform to the requirements of the "AWWA Standard for Field
Welding of Steel Water Pipe Joints" (AWWA C206). The weld shall
be continuous and shall be inspected and approved by the Engineer
before any protective coating is- placed around the outside of the
joint. The Contractor shall notify the Engineer 24 hours in
advance of when joints will be welded in order to permit inspec-
tion to be scheduled.
SP -3
Both the interior and exterior surfaces of the
welded joints shall be given a mortar coating equal to the fac-
tory applied coating of the adjoining pipe sections. Mortar
coating shall be reinforced with a wire mesh. Handholes in the
pipe shall not be permitted.
Welding shall be done by skilled welders who have
had adequate experience in the method and materials to be used.
All welding operators shall be qualified under the standard
qualification procedure of the latest edition of the ASME Boiler
and Pressure Vessel Code, Section IX, Welding Qualifications.
Any welder or welding operator performing work under this
contract shall have been qualified for the process involved
within the past 3 years.
The Engineer may call for additional test plates as
the work progresses and may demand the removal of any welder from
the work under the contract whose work on the pipe is not satis-
factory, regardless of the quality of the test welds. The Con-
tractor shall furnish all materials and bear all expense of
qualifying welders.
2. Closure Pieces: Where a butt -strap or closure piece
is used, both the interior and exterior surfaces of the butt -
strap or closure piece shall be given a coating equivalent to the
factory - applied coating of the adjoining pipe sections. Mortar
coating shall be reinforced with wire mesh. The mortar lining
shall be similarly reinforced where the exposed length of the
butt -strap or closure piece, as measured between the ends of the
connected pipe section, exceeds 4 inches.
3. Handling of Pipe: Pipe shall be lifted by means of
belt slings in such a manner as to minimize bending of the pipe
section and prevent damage to the coating. Slings shall be
equipped with spreader bars for pipe lengths of 20 feet. When
being transported, pipe shall be supported in a manner that will
prevent distortion or damage to the lining or coating. When not
being handled, pipe shall be stockpiled on timber cradles or pro-
perly prepared ground with all rock points eliminated. Any pipe
section that becomes damaged as a result of improper handling or
stockpiling shall be repaired to the satisfaction of the Engineer
or shall be replaced with a new unit.
XI. FLEXIBLE COUPLINGS
Flexible couplings shall be Dresser, Style 38, Rockwell Style
411, or approved equivalent with long length sleeves. Couplings
shall be of steel without pipe stop, and shall be of sizes to fit
the pipe and fittings shown. The middle ring shall be not less
than 1/4 -inch thick and shall be 16 inches in length. Couplings
shall be-epoxy-coated at the factory as specified in "Protective
Coating" of these Special Provisions. A 1 -inch gap shall be pro-
vided between the pipe ends. Couplings shall be purchased by the
City.
SP =4
XII. MISCELLANEOUS METAL WORK
A. General
Miscellaneous metal work is defined as all items
required to be fabricated from structural steel shapes, plates,
bars, and their products. All structural steel shapes, plates,
bars, and their products shall conform to the "Standard Speci-
fications for Structural Steel" (ASTM Designation A36). Unless
otherwise shown, all miscellaneous metal work of fabricated steel
shall be galvanized after fabrication as provided in "Galvaniz-
ing" of the Special Provisions. Shop drawings of all miscella-
neous metal work shall be submitted.
B. Galvanizing
All structural steel plates, shapes, bars and fabricated
assemblies required to be galvanized shall, after the steel has
been thoroughly cleaned of rust and scale, be hot - dipped galva-
nized in accordance with the "Specification for Zinc (Hot -
Galvanized) Coatings on Products Fabricated from Rolled, Pressed
and Forged Steel Shapes, Plates, Bars and Strip" (ASTM A123).
Any galvanized part that becomes warped during the galvanizing
operation shall be straightened. Bolts, anchor bolts, nuts, and
similar threaded fasteners, after being properly cleaned, shall
be galvanized in accorance with the "Specifications for Zinc
Coating (Hot Dip) on Iron and Steel Hardware" (ASTM A153). Field
repairs to galvanizing shall be made using "Galvinox ", "Galvo-
Weld", or approved equivalent.
C. Bolts
1. Except where otherwise shown or specified, all
bolts, anchor bolts, nuts and washers shall be steel, galvanized
after fabrication as provided in "Galvanizing" of these Special
Provisions.
2. Except as otherwise provided herein, steel for
bolts, anchor bolts and cap screws shall be in accordance with
"Specifications for Low Carbon Steel Externally and Internally
Threaded Standard Fasteners," Grade B (ASTM Designation A307), or
" Specifictions for Carbon Steel Bars Subject to Mechanical
Property Requirements" (ASTM Designation A306), or threaded parts
of ASTM A36 and shall meet the following additional requirements:
(a) The nut material shall be free - cutting steel, and (b) the
nuts shall be capable of developing the full strength of the
bolts. Threads shall be Coarse Thread Series conforming to the
requirements of the American Standard for Screw Thread. All
bolts and cap screws shall have hexagon heads and nuts shall be
Heavy Hexagon Series.
3. Threads on galvanized bolts and nuts shall be
chased with suitable taps and dies such that they retain the nor-
mal clearance after hot -dip galvanizing.
SP -5
XIII. PROTECTIVE COATING
A. General
The interior and exterior
posed or bare edges of piping and
coated as specified herein.
B. Material
of flexible couplings and ex-
appurtenances shall be epoxy
1. Except as otherwise provided herein, epoxy coating
shall have a minimum thickness of 16 mils and shall conform to
the "Fusecoat Fused Epoxy Coating Process" (Fusecote Company,
Inc., (213) 443- 6760), or as approved by the Engineer.
2. Where, in the Engineer's opinion, because of the
nature of the item being coated, it would be impossible to use
the Fuse Coat method without causing damage to the item, the use
of a liquid epoxy will be permitted. Said liquid epoxy shall be
Minnesota Mining and Manufacturing Company, No. 302 (SOC -CO
Plastic Coating Company, Reysite 740), or as approved by the
Engineer.
C. Surface Preparation
For surfaces to be epoxy- coated, the surface shall be
blast - cleaned in accordance with SSPC -SP -5 (White Blast Clean-
ing). The grit size used shall be as recommended by the epoxy
manufacturer.
D. Application
Application of the epoxy coating shall be in accordance
with the manufacturer's instructions; provided that, if liquid
epoxy is permitted, it shall be applied in not less than 3 spray
coats to give the required total thicknesses.
E. Thickness of Coating
The minimun dry coating thickness shall typically be 16
mils.
F. Inspection
Coating thickness shall be checked with a non-
destructive magnetic type thickness gauge. Coating integrity
shall be tested with a wet sponge testing unit operating at
approximately 60 volts. All pinholes shall be marked, repaired,
and retested. No pinholes or other irregularities will be per-
mitted on the final coating.
SP -6
• f
G. Field Repairs
If small local repairs are necessary, they shall be made
using a liquid epoxy recommended by the manufacturer of the epoxy
with which the item was initally coated. The surface shall first
be hand tool cleaned in accordance with SSPC -SP -2 (Hand Tool
Cleaning). The repair epoxy material shall be applied in accor-
dance with the manufacturer's instructions.
XIV. TESTING
The Contractor shall test
Engineer. All joints shall
the test which shall consist
end of each test section at
be permitted in the building,
XV. ITEMS OF WORK
1. Mobilization
all pipe in the presence of the
be exposed over the entire length of
of maintaining pressure at the lower
30 psi for 4 hours. No leakage will
Work under this item includes all work necessary to move
onto and off of the construction site. Work also includes esti-
mating, coordination, bonds, insurance and any other work items
necessary to administer the work. Payment for this work will be
made at the contract lump sum price.
2. Install 36" Mortar Lined and Coated Steel Storm Drain
Work under this item is for the construction of a por-
tion of the storm drain as shown on the project drawings from the
Pacific Coast Highway to the Newport Bay, and shall include
installing all pipes, fittings, specials, and appurtenances,
including access manholes, including blocking, temporary test
bulkheads, butt straps, coatings, connection to existing pipes,
backfilling, compacting, and expansion joint materials. Payment
for this work will be made at the contract price per lineal foot
of 36 -inch mortar lined and coated steel pipe actually installed.
3. Furnish and Install Concrete Pipe Support and Pipe Strap
Work under this item is for the construction of the con-
crete pipe cradles and shall include furnishing and installing
all reinforcing, concrete, steel straps, surface treatment and
appurtenances as shown on the plans. Payment for this work will
be made at the contract price per each concrete cradle pipe sup-
port installed.
4. Install 36" Flexible Coupling
Work under this item includes installing the flexible
couplings, complete with all bolts, nuts, gaskets, coatings and
appurtenances required as shown on the plans. Payment for this
work will be made at the contract price per each flexible coup-
ling installed.
SP -7
September 23, 1985
CITY COUNCIL AGENDA
BY THE CITY COUNCIL ITEM NO. F-3(b)
CITY OF NEWPORT BERGH
SEP 23 1°B'
TO: CITY COUNCIL APPROVED
FROM: Public Works Department
SUBJECT: RIVERSIDE AVENUE RELIEF STORM DRAIN, PHASE 1 (C -2463)
RECOMMENDATIONS:
1. Waive the irregularity in the bid documents of Nick Tomovich &
Son, Inc.
2. Award Contract No. 2463 Age. for the total
price of $33,063 and authorize the Mayor and the City Clerk to
execute the contract.
DISCUSSION:
• At 11:00 A.M. on September 12, 1985, the City Clerk opened and read
the following bids for this project:
Bidder Total Price
Low Nick Tomovich & Son, Inc. $33,063
2. Macco Constructors, Inc. $34,005
3. Wilson's Equipment Rentals, Inc. $34,660
The low bid is 65% above the Engineer's estimate of $20,000. It
appears that the design consultant underestimated the construction costs asso-
ciated with tough working conditions and the Contractor's need to coordinate his
work on the worksite of another contractor. (The storm drain is to be installed
through the basement of the John Dominis building under construction at the old
Rosan site just westerly of Riverside Avenue -- see attached sketch.)
The low bidder, Nick Tomovich & Son, Inc. has not performed previous
contract work for the City; however, a check with their experience referents and
with the State Contractor's License Board has indicated that Tomovich (1) has
successfully performed a wide variety of difficult public works projects in
• Southern California, and (2) has no actions pending against his contractor's
license, respectively.
Tomivich's bid documents included an unsigned Technical Ability and
Experience References sheet and an unnotarized Non - Collusion Affidavit.
Tomovich claimed that the lack of signatures was an oversight, and submitted
September 23, 1985 • 0
Subject: Riverside Avenue Relief Storm Drain, Phase 1 (C -2463)
Page 2
properly executed documents the day after the bid opening. Inasmuch as the
• documents are now fully executed and the competitive bid process has not been
violated, staff recommends that the irregularities be waived as immaterial. The
City Attorney concurs in this opinion.
Contract No. 2463 requires the City's contractor to coordinate
materials delivery to the site, unload, install and pressure test pipe at the
appropriate time in the sequence of construction of the Dominis Building. It
appears that the work will occur before the end of November 1985
Funding for award is proposed from Account No. 02- 3497 -345, Construct
Riverside Avenue Storm Drain.
The plans and specifications were prepared by ASL Consulting
Engineers. ASL is presently completing plans and specifications for a Phase 2
contract to construct the City's storm drain across Pacific Coast Highway. Such
construction may be desirable next spring upon completion of the Dominis
Building.
• Benjamin B. Nolan
Public Works Director
LRD:jd
Att.
•
� G
I
l o
s It
• r O
c
CY
t4 r
rr
efaco,v Sr
µ
F
E
a�{
2
CA
• Y
% N
1
o !
rP
Iz n h a
_ Is is ? � v QEOCaA/
$
pe.rfJ • s
Ep c
of .• "e..a '"° �` 4
T �
i''P A�E IT
i4loqWAY
POO
1 - ,1 11 111 1 1 11 1
r QSr . nd' ...n:e., 1 r 11 111 111 Ili 111 ,', 919
✓, 11 11 1a II 11 11 �, 11 ,
LINE
rf CI R M s 1 � � gULKNEAO
1� occ / 38.39 L�N
53� P E.rao•, �1 �" u•S. GIER H EAO
ion' �o
l ,
RIVERSIDE AVE. RELIEF STORM DRAIN
SCAL- E; 1 = 20,0 0
f
Authoraed to Publish Advertisements of alt'fi,nds including public
notices by Decree of the Superior Court of Orange County,
California. Number A -6214, dated 29 September. 1961, and
A- 24631. dated 11 June. 1963.
STATE OF CALIFORNIA
County of Orange PvWK Not" Add ,Ynt cu r•p
0, tho •Mdb.l n W m 7 DOlpt
win to P cdumn wGth
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 below
entitled matter. I am a principal clerk of the Orange
Coast DAILY PILOT, with which is combined the
NEWS - PRESS, a newspaper of general circulation,
printed and published in the City of Costa Mesa,
County of Orange, State of California, and that a
Notice of Inviting Bids
of which copy attached hereto is a true and complete
copy, was printed and published in the Costa Mesa,
Newport Beach, Huntington Beach, Fountain Valley,
Irvine, the South Coast communities and Laguna
Beach issues of said newspaper for 1 time
sssmiifxsxESl�do wit the issue(s) of
August 29 5
198—
198_
198_
, 198_
198_
I declare, under penalty of perjury, that the
foregoing is true and correct.
Executed on August 30 1198 5
at Cost�sa, California.
Signature
0
t1NwltlAa
m D[sln,
* Remhday m
1H6..
L two, City
Box
ten,
R o4
August 26, 1985
CITY COUNCIL AGENDA
ITEM NO. F -15
TO: CITY COUNCIL
FROM: Public Works Department BY THE CITY COUNCIL
SUBJECT: RIVERSIDE AVENUE RELIEF STORM DRAIN, PHASE 1, (C -2463) CITY OF NEWPORT BEACH
AUG 2 G 1985
RECOMMENDATIONS:
1. Approve the plans and specifications. APPROVED
Authorize the City Clerk to tdvertiss-.i'or,bi,da to be opened at
11:00 A.M. on September 12, 1985.
DISCUSSION:
The current budget contains an appropriation for the construction of
a new storm drain between Pacific Coast Highway and Newport Bay to relieve.
flooding problems at the intersection of Pacific Coast Highway and Riverside
Avenue. Phase 1 of the new storm drain is to be placed through the basement of
the John Dominis building under construction at the old Rosan site just
• westerly of Riverside Avenue. (See attached sketch and Council item dated
February 11, 1985.)
Bids to provide the materials for Phase 1 were opened in the
Purchasing Agent's office on August 16, 1985. The materials purchase will be
through Ameron Pipe Group whose $37,817.70 bid was 64% lower than United
Concrete Pipe's bid of $62,010. The purchase is in accordance with a resolu-
tion authorized pursuant to the attached Council item dated Augsut 12, 1985.
Contract No.2463 provides for a firm under contract to the City to
install the City's pipe materials in the Dominis building only. Our contractor
is to coordinate Ameron's delivery to the site, unload, install and pressure
test the pipe at the appropriate time in the sequence of construction of the
Dominis building. It appears that the installation will occur before the end
of November, 1985.
ASL Consulting Engineers has prepared plans and specifications for
the materials supply and the materials installation contracts. ASL's estimate
for the materials installation contract is $20,000. Sufficient funds are avail-
able in the Riverside Avenue Relief Storm Drain account to award this amount.
• ASL is presently completing plans and specifications for the Phase
contract to construct the storm drain across Pacific Coast Highway. Such
construction is anticipated to occur upon completion of the Dominis building
ne t year.
Beni min B. Nolan
Public Works Director
LRD:jw
Att.
16 > ,o ', W I -� el�/r• 17 /7 :E 4
Ste`
20 00
s I9 d E� c I/ i �r A� • °�. e
:> 3 I/ .i / I :i' ♦. S 40� Wr pLEpR ,.e •r °R: `''4L S
` h .p ay {goy° Jj• '. C )9
�l T�
CVFF
eEacvn/ Sr t r" WEµ,
iX 1 u 1
55
� I b ► 9 < L� • o O • 3f � •
.°; iQ
sits /L s v. - �tit t 5e ° ; .3e i. 1 •:
>f
i
v
GO fl,
p
d` t�
a,
1 h e «Y)y LM.
ycvN tilo
43, It
lT ~b p W
d0 ,ro
s1
HIGHNAY'
j,". ,� 90 ye y "CpHQ ,Z 4 �U� D
rEr+GT M i J��U. S .
a rl AHEAD LI
1R� 'c` / A 38.39 ' i till �S oI�
qa P.M
RIVERSIDE AVE. RELIEF STORM DRAIN
sc,c1L- E; 4" = 2 oof
E
I
' � I
s;
LINE
N�
� I
•
0 •
February 11, 1985
CITY COUNCIL AGENDA
ITEM NO. F -22
BA -068
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: BUDGET AMENDMENT -- RIVERSIDE AVENUE RELIEF STORM DRAIN (C -2463)
RECOMMENDATION:
Approve a $155,000 budget amendment for a drainage project to
construct a storm drain crossing Coast Highway 350 feet westerly
of Riverside Avenue.
DISCUSSION:
A Mariners Mile drainage study was budgeted.for the current fiscal
year, and has now been substantially completed. The study, among other items,
• evaluated flooding problems at the Riverside Avenue /Coast Highway intersection
and the areas tributary to it. The existing storm drain crossing Coast Highway
at Riverside Avenue does not have sufficient capacity to accept all the storm
water runoff reaching the intersection. The study concludes that additional
storm drain crossings of Coast Highway are necessary to accommodate the runoff
from the tributary drainage area.
New storm drain crossings of Coast Highway must be coordinated with
the ability to obtain storm drain easements between the highway and the bay.
When the redevelopment of the Rosan property by Senator Anderson was approved
by the City, he was required to dedicate a storm drain easement and allow the
construction of a storm drain through the structure, if one was needed. The
drainage study indicates that a 42 -inch storm drain installation through his
site in conjunction with upstream improvements will relieve the flooding problem
at Riverside Avenue.
The installation of a storm drain crossing of Coast Highway anywhere
in the Mariners Mile area is complicated by the presence of at least nine uti-
lity lines, ranging in size from 24 -inch sewer lines to an 8 -inch water line.
Some of these facilities cannot be either raised or lowered to accommodate the
• storm drain crossing. As a result the storm drain must be placed below the
existing facilities. Due to the traffic on Coast Highway and the lack of
available detours, the pipe will most likely have to be jacked under the road-
way, with any surface work in the roadway being done at night. A jacking opera-
tion will require a sizable excavation outside of the street right of way.
rol
0
Febuary 11, 1985
Subject: Budget Amendment -- Riverside Avenue Relief Storm Drain (C -2463)
Page 2
Senator Anderson's project is currently being processed through the
Building Department to obtain building permits. His architect has indicated
that they hope to begin construction in February. If the City is to install a
storm drain through or under the structure, it will need to be done in late
March. It is assumed that the storm drain jacking pit can be accommodated on
site during the building constuction process. The City's consultant has esti-
mated that it will cost $155,000 to install a 42 -inch storm drain under Coast
Highway and through the Anderson property to the bay. The current appropria-
tions for drainage projects did not include the installation of this storm drain
and a budget amendment is necessary to fund the project.
In the past, the City has not had the opportunity to install new storm
drains crossing Coast Highway in the Mariners Mile area. It is recommended that
the funds be budgeted so that the City can construct a needed facility in con-
junction with the Anderson project.
Benjamin B. Nolan
Public Works Director
DW:jd
•
N
August 12, 1985
CITY COUNCIL AGENDA
ITEM NO. F -2(f)
0 TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: RIVERSIDE AVENUE STORM BRAIN BYPASS THROUGH THE JOHN DOMINIS BUILDING
RECOMMENDATION:
Adopt a resolution authorizing the Purchasing Agent to award an infor-
mal contract exceeding $12,000 to purchase material for the storm
drain installation through the John Dominis building site.
DISCUSSION:
The John Dominis Building.is now under construction on the old Rosans
site on Coast Highway just westerly of Riverside Avenue. The developer is
required to provide space in his structure to allow for the installation of a
36 -inch- diameter storm drain running along the westerly side of the property
• between Coast Highway and the bay.
The City's consultant has been working with the developer's architect
to coordinate the design of the drain to fit within the structure. Due to
changes in the structure design, the storm drain design was unable to be
completed until the last of July. The storm drain pipe will need to be
installed in the building before the parking garage roof is constructed sometime
in early November.
L
The City's consultant has checked with pipe suppliers and has found
that storm drain pipe of the type needed for this installation has an eight- to
ten -week delivery time. It has also been estimated that the storm drain pipe
and appurtenances will cost $36,000. This figure is for materials only, and does
not include installation costs.
Section 1110 of the Charter prescribes formal bidding process for
purchases and contracts in excess of $12,000. This section also provides that
the City Council without advertising for bids may declare and determine that in
its opinion, based on estimates approved by the City Manager, the materials may
be purchased more economically on the open market and after the adoption of a
resolution to this effect by at least five affirmative votes of the Council, may
proceed to have said materials purchased.
To meet the developer's schedule of early November, there is not suf-
ficient time to go through the formal bid process to acquire the storm drain
pipe. This process would add four to six weeks to the schedule and delay the
developer by that amount of time.
August 12, 1985
Subject: Riverside Avenue Storm Drain Bypass Through the John Dominis Building
Page 2
The pipe suppliers are currently so busy that they will not commit to
supplying the pipe in less than eight to ten weeks. If the garage roof is
constructed prior to the storm drain installation, it is estimated that
installation costs will be increased by a minimum of $10,000.
It is recommended that the Council adopt a resolution authorizing the
Purchasing Agent to purchase materials on the open market utilizing an informal
sealed bid procedure. There are only two pipe manufacturers in the Southern
California area that can supply the storm drain pipe to the City, and both have
expressed an interest in bidding on the pipe. The informal bid procedure should
result in the same material price to the City, without the added costs for
installation due to the delays of the formal bid process.
There is sufficient time to process a formal contract for the
installation of the pipe and that will be done in September.
The current budget provides funds for the cost of the pipe and its
instal�l,at]ioonn in Account No. 02- 3497 -345.
0Ol e C—
Don Webb •
City Engineer
DW:jd
is
• r
February 11, 1985
BY THE CITY COUNCIL CITY COUNCIL AGENDA
• CITY OF NEWPORT BEACH ITEM NO. BA ?068
FEB 111985
TO: CITY COUNCIL
l� 1.1n wR ♦ ���
FROM: Public Works Department
SUBJECT: BUDGET AMENDMENT -- RIVERSIDE AVENUE RELIEF STORM DRAIN
RECOMMENDATION:
Approve a $155,000 budget amendment for a drainage project to
construct a storm drain crossing Coast Highway 350 feet westerly
of Riverside Avenue.
DISCUSSION:
A Mariners Mile drainage study was budgeted for the current fiscal
• year, and has now been substantially completed. The study, among other items,
evaluated flooding problems at the Riverside Avenue /Coast Highway intersection
and the areas tributary to it. The existing storm drain crossing Coast Highway
at Riverside Avenue does not have sufficient capacity to accept all the storm
water runoff reaching the intersection. The study concludes that additional
storm drain crossings of Coast Highway are necessary to accommodate the runoff
from the tributary drainage area.
New storm drain crossings of Coast Highway must be coordinated with
the ability to obtain storm drain easements between the highway and the bay.
When the redevelopment of the Rosan property by Senator Anderson was approved
by the City, he was required to dedicate a storm drain easement and allow the
construction of a storm drain through the structure, if one was needed. The
drainage study indicates that a 42 -inch storm drain installation through his
site in conjunction with upstream improvements will relieve the flooding problem
at Riverside Avenue.
The installation of a storm drain crossing of Coast Highway anywhere
in the Mariners Mile area is complicated by the presence of at least nine uti-
lity lines, ranging in size from 24 -inch sewer lines to an 8 -inch water line.
Some of these facilities cannot be either raised or lowered to accommodate the
• storm drain crossing. As a result the storm drain must be placed below the
existing facilities. Due to the traffic on Coast Highway and the lack of
available detours, the pipe will most likely have to be jacked under the road-
way, with any surface work in the roadway being done at night. A jacking opera-
tion will require a sizable excavation outside of the street right of way.
C3 ,0>
M •
Febuary 11, 1985
Subject: Budget Amendment -- Riverside Avenue Relief Storm Drain (C -2463)
Page 2
Senator Anderson's project is currently being processed through the
Building Department to obtain building permits. His architect has indicated
that they hope to begin construction in February. If the City is to install a
storm drain through or under the structure, it will need to be done in late
March. It is assumed that the storm drain jacking pit can be accommodated on
site during the building constuction process. The City's consultant has esti-
mated that it will cost $155,000 to install a 42 -inch storm drain under Coast
Highway and through the Anderson property to the bay. The current appropria-
tions for drainage projects did not include the installation of this storm drain
and a budget amendment is necessary to fund the project.
In the past, the City has not had the opportunity to install new storm
drains crossing Coast Highway in the Mariners Mile area. It is recommended that
the funds be budgeted so that the City can construct a needed facility in con-
junction with the Anderson project.
Benjamin B. Nolan
Public Works Director
DW:jd
is
•