Loading...
HomeMy WebLinkAboutC-2613 - Sewer Main Replacement in Alley0 E CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 May 22, 1987 Fleming Engineering, Inc. 8281 Coamonwealth Avenue Buena Park, CA 90621 Subject: Surety: Insurance Company of the West Bonds No. 13 65 07 Contract No.: C -2613 Project: Sewer Main Replacement in Alley 343 The City Council of Newport Beach on April 27, 1987 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 in accordance with applicable sections of the Civil Cade. The Notice was recorded by the Orange County Recorder on May 6, 1987, Reference No. 87- 254324. Sincerely, �J z 2-1c Wanda E. Raggio City Clerk cc: Public Works Department 3300 Newport Boulevard, Newport Beach v: RECORDING RW By PLEA�� SE RETURN TO: City Clerk City of Newp(5rt Beach 3300 Newport Blvd. Newport Beach, CA 92663 -3884 EXEMPT RECORDING REQUEST PER 8777-254324 GOVERNMENT CODE 6103 NOTICE OF COMPLET C PUBLIC WORKS } LIU till tag(.}' ly }k to All Laborers and Material Men and to Every Other Person Inteq�§ted: YOU WILL PLEASE TAKE NOTICE that on April 27, 1987 the Public Works project consisting of Sewer ruin Replacement in Alley 343 (C -2613 on which Fleming Engineering, Inc., 8281 Commonwealth Avenue, Buena Park, CA 90621 was the contractor, and Insurance Company of the West. P.O. Box 2039, Tustin, CA 92681 was the surety, was completed. VERIFICATION I, the undersigned, say: CI OF NEWP%O%RT BFACH 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 29, 1987 at Newport Beach, California. ` 4d44 Public N'orks D.i.rector VERIFICATION OF CITY CLERK I, the undersigned, say: 1 am the City Clerk of the City of Newport Beach; the City Council of said City on April 27, 1987 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 29, 1987 at Newport Beach, California. City Clerk RECORDED W OFFICIAL RECORDS OF ORANGE COIINTV. CALIFORNIA -49T PM MAY 6'87 I Cam.. <,3a, �_o CITy#t)F NEWPORT BEACH OFFICE OF THE C' -AC, CLER 92658 8915 P.O. BOX 1768, NEWPORT BEACH, CA (714) 644 -3005 p,pril 30, 1987 0Dunty peCorder is Office p�O� 238 8_ifornia 92702 'the following docent for recordation and return Enclosed �� d office: to 2615. Notice of Completion for C -2478, C -2538, C -2613 and C- sincerely, A!�f& Wanda E• Pacg91O • City Clerk 0- .0.1dard. Newport Beach '� • April 27, 1987 ?`ea CITY COUNCIL AGENDA ITEM NO. F -15 TO: CITY COUNCIL APR 2 7 19d7 FROM: Public Works Department _APPROVED SUBJECT: ACCEPTANCE OF SEWER REPLACEMENT IN ALLEY 343 (C -2613) 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 recorded in accordance with applicable sections of the Civil Code. DISCUSSION: The contract for the replacement of the sewer in Alley 343 (in the block bounded by Newport Boulevard, Villa Way, 29th Street and 30th Street has been completed to the satisfaction of the Public Works Department. • The bid price was $ 82,888.00 Amount of unit price items constructed 79,358.00 Amount of change orders 34,389.55 Total contract cost $133,747.55 Funds were budgeted in the General Fund, Account No. 02- 5586 -102 and in the Water Fund, Account No. 50- 9286 -001. During construction of the sewer it was found that for much of its length the water main was over the sewer. A change order in the amount of $25,521 was issued to replace the water main. Two other change orders were issued. The first, in the amount of $4,887.67, provided for potholing to locate the existing water main and extra work involved in laying the sewer under major telephone and power conduit structures. The second, in the amount of $3,980.88, provided for additional blocking required to test the water main and connection to the system. Concrete paving of the alley will be accomplished under a separate contractor. The contractor is Fleming Engineering, Inc. of Buena Park. • The contract date of completion was November 15, 1986. Due to the time required to perform the work shown on the change orders, the project was not completed until January 6, 1987. J4�' Benjamin B. Nolan Public Works Director GPD:jd CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 TO: FINANCE DIRECTOR Public Works Department FROM: CITY CLERK DATE: October 9, 1986 SUBJECT: Contract No. C -2613 Description of Contract Sewer Main Replacement in Alley 343 Effective date of Contract October 9, 1986 Authorized by Minute Action, approved on September 8, 1986 Contract with Fleming Engineering, Inc. Address 8281 Commonwealth Avenue Buena Park, CA 90621 Amount of Contract $82,888.00 "We2�4' 6e ' Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach 0 TO: CITY MANAGER October 7, 1986 FROM: Public Works Director SUBJECT: SEWER REPLACEMENT IN ALLEY 343 (C -2613) RECOMMENDATION: Award Contract No. 2613 to Fleming Engineering, Inc. for the total price bid of $82,888, and execute the contract on behalf of the City. DISCUSSION: At 11:00 A.M. on September 22, 1986, the City Clerk opened and read the following bids for this project: Bidders Total Price Bid Fleming Engineering, Inc. $ 82,888.00 Gillespie Construction $ 87,440.00 J. T. Malloy $104,520.00 George Dakovich & Son $114,110.00 The low bid is 8% lower than the Engineer's estimate of $90,000. The low bidder, Fleming Engineering, is a well - qualified general contractor who has satisfactorily performed previous contracts for the City. Don Webb City Engineer GPD :jd Att: Contract Documents (to be forwarded to City Clerk) • • 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 AM on the 22nd day of September, 1986, at which time such bids shall be opened and read for Sewer Main lacement in Alley 343 Title —f Pro ect C -2613 Contract No. $90,000 Engineer's Estimate • is IS � V Approved by the City Council this loth day of September, 1986. 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 Pat Dunigan at 644 -3311. Project Manager 0 , CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL SEWER MAIN REPLACEMENT IN ALLEY 343 CONTRACT NO. 2613 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, CA 92658 -8915 Gentlemen: 0 PR 1 of 2 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 this Contract No. 261.3 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM QUANTITY ITEM' DESCRIPTION - UNIT - TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 446 Remove existing 8 -inch sanitary sewer Lineal Feet and construct new 8 -inch sanitary sewer, main including trench patch @ One Hundred Eighteen Dollars ------ _-- -- --- -------- - - - - -- and No Cents $ 118.00 g 52,628.00 Per Lineal Foot 2. 12U Remove existing house connection and Lineal Feet construct new 6 -inch house connection including trench patch @ One Hundred Thirteen Dollars and No Cents g 113.00 S 13,560.00 Per Lineal • • NK C of ; ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. 16 Construct house connection cleanout Each Four Hundred Dollars No Canis $ 400.00 $ 6,400.00 Per Each 4. Lump Sum Guard Underground Construction Ten Thousand Three Hundred Dollars and 00 /100 10,300.00 Per Lump Sum $ TOTAL PRICE WRITTEN IN WORDS Eighty -two Thousand Eight Hundred Eight -eight Dollars an No Cents $ 82,888.00 September 22, 1986 Date (714) 994 -3501 Bidder's Telephone Number 327629 A Contractor's License No. & Classification Fleming Engineering, Inc. Bidder S /David A. Garrett, Vice Pres. /Secty. Authorized Signature /Title 8281 Commonwealth Avenue Buena Park, CA 90621 Bidder's Address • • 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 SUBCONTRACTORS) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. 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. The City of Newport Beach will not permit a substitute format for the contract documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of 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. 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 discrepancy 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 respon- sible for bidder errors and 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 a corporate officer or an individual authorized by the corporation. For part- nerships, 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 contract. 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 inclusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. 327629 A Fleming Engineering, Inc. Contr's Lic. No. & Classification Bid e—d r� September 22, 1986 A S /David A. Garrett, Vice Pres. /Secty. Authorized Signature /Title DESIGNATION OF SUBCONTRACTORS • Page 3 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 0 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Fleming Engineering, Inc. Bidder S /David A. Garrett, Vice Pres. /Secty. Authorized Signature /Title FOWIGINAL SEE CITY CLERK'S FILE•PY Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, Fleming Engineering, Inc. , as bidder, and Insurance Company of the West , as Surety, are held and firmly bound unto the City of Newport Beach, Calfornia, in the sum of Bid Ten Percent of Amount Bid * * * * * * * * * * * * * * * * * * * * * * * * * * * ** *Dollars ($10% of Amount-), 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 Sewer Main Re lacement i Alley 343 Tit e 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 to said City 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 contract documents for execution to the above bounden bidder by and from said City, 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 individual, 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 29na day of September , 19 86. (Attach acknowledgement of Attorney -in -Fact) Charlsie O'Berry Notary Public Commission Expires: July 1, 1988 Fleming Engineering, Inc. _ Bidder S /David A. Garrett, Vice Pres. /Secty. Authorized Signature /Title Insurance Company of the West Surety By Ted E. Adamson Title Attorney -in -Fact 0 0 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. Fleming Engineering, Inc. Bidder S /David A. Garrett, Vice Pres. /Secty Authorized Signature /Title Subscribed and sworn to before me this 22nd day of September , 1986 . My commission expires: August 5, 1988 S /Ted E. Adamson Notary Public Page 5 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. storm Drain 1985 Swinerton & Walberg 213 - 338 -3900 9300 Flair Dr. 1985 Kellogg Co. El Monte, CA 633 E. Broadway 1985 City of Glendale Glendale. CA Storm Drain 303 W. Commonwealth Ave. 1985 City of Fullerton Fullerton CA Block Wa �rvine l P.O. Box 19575 1985 City of Irvine CA Grading 20 Civic Center Dr. 1986 City of Santa Ana Santa Ana. CA Fleming Engineering, Inc. Bidder S /David A. Garrett, Vice Pres. /Secty. Authorized Signature /Title 0 NOTICE 0 Page 7 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 B & 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 A (or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Key Rating Guide: OF Property-Casualty. Coverages shall be provided for all YP TES 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 Standa Specifications for Public Works Construction (latest edition adopted rd for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. • Page 8 PAYMENT BOND Bond No. 13 65 07 Amount $82,888. KNOW ALL MEN BY THESE PRESENTS, That Premium $ 1,194. � WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted September 8, 1986 authorized the City Manager to award to Fleming Engineering Inc hereinafter designated as the "Principal ", a contract for Sewer Main Replacement In Alley 343 C -2513 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 Fleming Engineering, Inc. as Principal, and Insurance Company of the West I as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Eighty Two Thousand Eight Hundred Eighty Eight 00 /100 Dollars ($82, 888. ), 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 Y.• Payment Bond (Continued) • Page 9 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 , 1966 Fleming % ineerin , Inc. (Seal) Na of Contractor Principal o e gnature nd Title Authorized Signature and Title Insurance Company of the West (Seal) Name of Surety P. O. Box 2039, Tustin, California 92681 Address,@P Surety j Signature and Tithe of Authorized Agent. L Ted E. Adamson (Attorney -in- Fact).. 285 Imperial Hwy. Suite 104, Fullerton, Ca.92635 Address of Agent (714) 773 4084 Telephone No. of Agent 0 0 INSURANCE COMPANY OF THE WEST HOME OFFICE: SAN DIEGO, CALIFORNIA Certified Copy of POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the Insurance Company of the West, a Corporation duly authorized and existing under the laws of the State of California and having its principal office in the City of San Diego, California, does hereby nominate, constitute and appoint: TED E. ADAMSON HOWARD SMITH its true and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver any and all bonds, undertakings, recognizances or other written obligations in the nature thereof. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Insurance Company of the West at a meeting duly called and held on the Sixth day of February, 1973, which said Resolution has not been amended or rescinded and of which the following is a true, full, and complete copy: "RESOLVED: That the President or Secretary may from time to time appoint Attorneys -in -Fact to represent and act for and on behalf of the Company, and either the President or Secretary, the Board of Directors or Executive Committee may at any time remove such Attorneys -in -Fact and revoke the Power of Attorney given him or her; and be it further "RESOLVED: That the Attorney -in -fact may be given full power to execute for and in the name of and on behalf of the Company any and all bonds and undertakings as the business of the Company may require, and any Such bonds or undertakings executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Secretary." IN WITNESS WHEREOF, Insurance Company of the West has caused its official seal to be hereunto affixed and these presents to be signed by its duly authorized officers this 19TH DAY OF DECEMBER 1985 ��pMPANYOF INSURANCE COMPANY OF THE WEST i O 4�ggM 1. ryO r-f �41FOpNP President STATE OF CALIFORNIA SS: COUNTY OF SAN DIEGO On this 19TH DAY OF DECEMBER 16eRre the subscriber, a Notary Public of the State of California, in and for the County of San Diego, duly commissioned and qualified, came ERNEST RADY , President of INSURANCE COMPANY OF THE WEST, to me personally known to be the individual and officer described in and who executed the preceding instrument, and he acknow- ledged the execution of the same, and being by me duly sworn, deposeth and saith, that he is the said officer of the Corporation aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of the said Corporation, and that the said Corporate Seal and his signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of San Diego, the day and year first above written. r r �'r PO : Y PO%JF f.ALIFORkIF Notary Public i,'y :,r „raearn Es,. lsn. 3. 1988 j ,`ti�S{e"dif�'4'uy =la5, :! �, .,{yJ`a'N'v"cx!'d�r'1Pdi1i'S;i� STATE OF CALIFORNIA COUNTY OF SAN DIEGO SS: I, the undersigned, Richard S. King, Secretary of the Insurance Company of the West, do hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect, and has not been revoked. IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the Corporate Seal of the Corporation, this 30 day of September 1986- � � retary ICW CAL 37 (REV. 5/82) 0 } � 0 2 , ■� » . - :: � - \ ■ o & | ) ƒ t 22| ■ � ƒ\ «; ao 9 CD Q m `r /k (/ - : §2� \ nmr 0> \2 } } \" [D _ )} CD OD \` D - lb - 77} at f \ IVCD CL \ ( � & K @ E» (© } \ ` M0 [ \ \ f \ a \ � , \or � � k a } 0 ■ ; � ■ k • , Page 10 Bond No. 13 65 07 FAITHFUL PERFORMANCE BOND Amount $82,888. Premium Included in KNOW ALL MEN BY THESE PRESENTS, That Payment Bond WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted Vie, 8. Ig69 authorized the City Manager to award to Fleming Engineering, Inc hereinafter designated as the "Principal ", a contract for in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, Fleming Engineering, Inc. as Principal, and Insurance Company of the West as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Eighty Two Thousand.Eight Hundred Eighty Eight 00 /100 Dollars ($ 82,888. 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 sutcessors, 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 w . • 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 , 198_ Flemin En ineerin Inc. (Seal) Name of Contractor Principal) f, Authorized Signature and Title Insurance Company of the West (Seal) Name of Surety P. 0. Box 2039, Tustin. California 92681 Address of Surety Signs ure and Title of—Authorized Agen._ Ted E. Adamson (Attorney— in- Fztct) 285 Imperial Hwy. Suite 104 Fulferton, Ca: 926"x` Address of Agent (714) 773 4084 Telephone No. of Agent J� \ ' \ \� \ \ ./ n �ylo P-2 \ ƒ \} CL , \ >}0 ,5oo;\ }3 \ 0 X22 { { \0 \ /EZ( CL � \ r K ) | 0 % m , . . r ® ^ » \ z t � % ƒ m 0 g s k � CL fb \ f ®. CL CL 0 & \ § T , / 7 \ \ ® � \ co co ar } }� \ k \ k | I 7 s ■ ` i f, ;ems k\ {)) fk 7.} � $2)% C. Cm 0 } \ \\ |K2 }2o =s,£ \\ \j \ \ {( CL 0 CD 59�1 P6 2 ? k CD Z £ > x 0. ��■ \ / % } $ / a CL \ � E ( \ N 10 ti 1 IF 6 54 5 c m 0 in 0 cn cn m m w o CL C, CL Ow mo twy 3 CL CD co CL O I a INSURANCE COMPANY OF THE WEST HOME OFFICE: SAN DIEGO, CALIFORNIA Certified Copy of POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the Insurance Company of the West, a Corporation duly authorized and existing under the laws of the State of California and having its principal office in the City of San Diego, California, does hereby nominate, constitute and appoint: TED E. ADAMSON HOWARD SMITH its true and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver any and all bonds, undertakings, recognizances or other written obligations in the nature thereof. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Insurance Company of the West at a meeting duly called and held on the Sixth day of February, 1973, which said Resolution has not been amended or rescinded and of which the following is a true, full, and complete copy: "RESOLVED: That the President or Secretary may from time to time appoint Attorneys -in -Fact to represent and act for and on behalf of the Company, and either the President or Secretary, the Board of Directors or Executive Committee may at any time remove such Attorneys -in -Fact and revoke the Power of Attorney given him or her; and be it further "RESOLVED: That the Attorney -in -fact may be given full power to execute for and in the name of and on behalf of the Company any and all bonds and undertakings as the business of the Company may require, and any such bonds or undertakings executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Secretary." IN WITNESS WHEREOF, Insurance Company of the West has caused its official seal to be hereunto affixed and these presents to be signed by its duly authorized officers this 19TH DAY OF DECEMBER 1985 � IN-A !SU/iRAce NN 'C E COMPANV OF THE WEST 00 President STATE OF CALIFORNIA SS: COUNTY OF SAN DIEGO On this 19TH DAY OF DECEMBER 16e ;re the subscriber, a Notary Public of the State of California, in and for the County of San Diego, duly commissioned and qualified, came ERNEST RADY , President of INSURANCE COMPANY OF THE WEST, to me personally known to be the individual and officer described in and who executed the preceding instrument, and he acknow- ledged the execution of the same, and being by me duly sworn, deposeth and saith, that he is the said officer of the Corporation aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of the said Corporation, and that the said Corporate Seal and his signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of San Diego, the day and year first above written. ,D,,-�- Notary Public I, the undersigned, Richard S. King, Secretary of the Insurance Company of the West, do hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect, and has not been revoked. IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the Corporate Seal of the Corporation, this 30 day of September 19 8& 0Dt4j1F ?e retary ICW CAL 37 (REV. 5/82) t PORTr7 s < N ncn pa, -li. CALIFORNIA <'..•� -_ � f +ir,::pel CO .n Gan Diep Cwr '^tip tty :omsil;.non r' p Exa. lan. 8, 1982 h451ieF'AF�'i"JS= Is`Li�..i-�a ie"u't:'nr4R.'It5FY1'4 ice, STATE OF CALIFORNIA COUNTY OF SAN DIEGO SS: ,D,,-�- Notary Public I, the undersigned, Richard S. King, Secretary of the Insurance Company of the West, do hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect, and has not been revoked. IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the Corporate Seal of the Corporation, this 30 day of September 19 8& 0Dt4j1F ?e retary ICW CAL 37 (REV. 5/82) s Certificate of Insurance The Nationwide Mutual Insurance Company or the Nationwide Mutual Fire Insurance Company certifies that the insurance afforded by the policy or policies numbered and described below is in force as of the effective date of this certificate and that this Certificate of Insurance does not amend, extend or otherwise alter the terms and conditions of insurance coverage contained in any policy or policies numbered and described below. Certificate Holders Name and Address rCITY OF NEWPORT BEACH 3300 NEWPORT BLVD NEWPORT BEACH, CA 92663 K L J DESCRIPTIVE SCHEDULE 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 Insurance in force only lot hazards indicated by X "Should any of the above described policks be cancelled betote the eapuatlon date thereon the insmarce company will e"j XtXmail 30 days written notice to the above named CertAicate NOldei. "11" Yo"lis Xky4 l�jt)(gl�l()( iXaN )�r)piKt)(q(�pl)�gy gprygpgpJP7E R° 'Xa ' BY REGISTERED MAIL. .................... .--- _I_ ..... ..... _..._ the policy to which this certificate is attached it is executed by Nalfor wide Mutual Fire Inswance Company it said company has issued the policy to which this cemi"of Is attached. Insweds Name and Address' TERRY FLEMING, INDIVIDUALLY 6 f FLEMING ENGINEERING, INC. 8281 COMMONWEALTH AVENUE LENA PARK, CA 90621 J lU/ 1/tfb NATIONWIDE MUTUAL INSURANCE COMPANY NATIONWIDE MUTUAL FIRE INSURANCE COMPANY Columbus, Ohio Countersigned at.. Authorized Representative SANTA ANA, CA �271�%P�P -tee SANDRA ARCHER POLICY POLICY LIMITS OF LIABILITY IN THOUSANDS (000) EFFECTIVE EXPIRATION EACH TYPE OF INSURANCE POLICY NUMBER DATE DATE OCURRENCE AGGREGATE GENERAL LIABILITY d� Comprehensive Form Bodily Injury $ $ 6 Premises — Operations Property Damage $ $ M Explosion and Collapse Hazard X Underground Hazard Products /Completed Operations 73 SM 004 675 0002 6/30/86 6130187 Bodily Injury and 500 500 Hazard Property Damage $ , $ a Contractual Insurance Combined Broad Form Property Damage IN Independent Contractors It Personal Injury Personal Injury $ 5L a x M Broad Form Comprehensive G.L Endorsement AUTOMOBILE LIABILITY _ Bodily Injury d) Comprehensive Form (Each Person) $ i I It Owned In Hired 73 BA 004 575 0001 6/30/86 6/30/87 Bodily Injury enq $ Property Damage $ M Non -Owned Bodily Injury and Property Damage $ 500, Combined EXCESS LIABILITY �7 Umbrella Form 73 CU 004 675 0003 6/30/86 6/30/87 Bodily injury and Property Damage $1,000, $ 1,000, Combined WORKERS' COMPENSATION 73 WC 004 675 0004 6/30/86 6/30/87 Statutory AND Bodily Injury $ 500 Policy Limit EMPLOYERS' LIABILITY OTHER Additional Information: INSURANCE AFFORDED BY THE ABOVE POLICIES SHALL Description of Work ....... ............................... BE PRIMARY INSURANCE AS RESPECTS TO ANY CLAIM ARISING OUT OF THE ............................... NAMED INSUREDS OPERATIONS, AND ANY INSURANCE MAINTAINED BY THE ADDITIONAL INSURED SHALL BE EXCESS AND NON - CONTRIBUTING. ........................ of Work Location ofWork.SEWERMAINRERLACEMENTIN AL, LEY . SC.26.13........EPLA .EMEN .......... Insurance in force only lot hazards indicated by X "Should any of the above described policks be cancelled betote the eapuatlon date thereon the insmarce company will e"j XtXmail 30 days written notice to the above named CertAicate NOldei. "11" Yo"lis Xky4 l�jt)(gl�l()( iXaN )�r)piKt)(q(�pl)�gy gprygpgpJP7E R° 'Xa ' BY REGISTERED MAIL. .................... .--- _I_ ..... ..... _..._ the policy to which this certificate is attached it is executed by Nalfor wide Mutual Fire Inswance Company it said company has issued the policy to which this cemi"of Is attached. Insweds Name and Address' TERRY FLEMING, INDIVIDUALLY 6 f FLEMING ENGINEERING, INC. 8281 COMMONWEALTH AVENUE LENA PARK, CA 90621 J lU/ 1/tfb NATIONWIDE MUTUAL INSURANCE COMPANY NATIONWIDE MUTUAL FIRE INSURANCE COMPANY Columbus, Ohio Countersigned at.. Authorized Representative SANTA ANA, CA �271�%P�P -tee SANDRA ARCHER GL 20 10 (Ed. 01 73) • ,This endorsement forms apart of the policy to which attached, effective on the inception date of the policy unless otherwise stated herein. (The following information is required only when this endorsement is issued subsequent to preparation of policy.) Endorsement effective 10/ 1/86 Policy No. 73 SM 004 675 0002 Endorseme t No. /n �y Namedlnsured TERRY FLEMING, INDIVIDUALLY & Q� FLEMING ENGINEERING, INC. Countersigned by (Authorized Representative) SANDRA ARCHER This endorsement modifies such insurance as is afforded by the provisions of the policy relating to the following: COMPREHENSIVE GENERAL LIABILITY INSURANCE MANUFACTURERS AND CONTRACTORS LIABILITY INSURANCE ADDITIONAL INSURED (Owners or lessees) It is agreed that: ]. The "Persons Insured" provision is amended to include as an insured the person or organization named below but on!; with respect to liability arising out of operations performed for such insured by or on behalf of the named insured. 2. The applicable limit of the company's liability for the insurance afforded under the Contractual Liability Insurance Coverage Part forming a part of this policy shall be reduced by any amount paid as damages under this endorsement on behalf of the person or organization named below. • Name of Person or Organization (Additional Insured) CITY OF NEWPORT BEACH 3300 NEWPORT BLVD NEWPORT BEACH, CA 92663 • GL 20 10 01 73 0RTIFICATE OF INSURANCE . Page 12 LLKiIriLAIL HULULK INSURANCE COMPANIES AFFORDING COVERAGES City of Newport Beach Company COMPANY 3300 Newport Boulevard Letter A Newport Beach, CA 92663 Company COVERAGE REQUIRED NAME AND ADDRESS OF INSURED Letter B Company Letter C Fleming Engineering, Inc. Company D 8281 Commonwealth Avenue Letter Company E Buena Park, CA 90621 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). Policy LIMITS OF LIABILITY IN THOUSANDS 000 COMPANY TYPES OF INSURANCE Policy Exp. 9. 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 x Products /Completed Operations Bodily Injury Hazard and Property Contractual Insurance Damage Combined $ $ x Broad Form Property Damage x Independent Contractors x Personal Injury Marine Personal Injury $ Aviation AUTOMOTIVE LIABILITY Q Comprehensive Form Bodily Injury (Each Person $ Owned $ o i y Injury (Each Occurrence 0 Hired Pro eft Dama e Bo i y Injury and Non -owned Property Damage Combined $ EXCESS LIABILITY Umbrella Form Bodily Injury • . Page 13 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: I . With respect to such insurance as is afforded by the policy for Bodily Injury and Property Damage Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded the additional named insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this endorsement shall be the limits indicated below for either Multi- ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability $ ( ) Single Limit each occurrence each occurrence Bodily Injury Liability $ each occurrence and Property Damage Liability Combined r� LJ CITY OF NEWPORT BEACH iPage 14 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 occurrence Property Damage Liability $ each occurrence ( ) Single Limit I _ Bodily Injury Liability $ each occurrence •• Page 15 1 CONTRACT THIS AGREEMENT, entered into this X day of LIJK � 190/ by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Fleming Engineering, Inc. , hereinafter "Contractor, "is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: Sewer Main Replacement in Title of C -2613 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: Sewer Main Re acement in All Title of Pro. C -261 'N_ on tract o. 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 Eighty -two Fhousand Eight Hundred Eighty -eiqht Dollars and 00 /100 * * * * * * * * * * *(�82 1388�n* * * *)• This compensation includes (lj 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) 90 « Page 16 (f) Plans and Special Sewer Main Replacement Title of Pro.iect (g) This Contract. Provisions for in Allev 343 Contract No. 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 APPROVED AS TO FORM: .r r City Attorney CITY OF NEWPORT BEACH By City Manager Fleming Engineering, Inc. Name of Contractor (Principal) h i Sigrwture and Title Authorized Signature and Title } \ ) ! .., c , , « , ? \ 0 ` � \ ° / % e f »� }C� 9 \( k\ ' - )� }i ID - �\ ( � ° \ �� �\ !2 \\ 0 CL o CD & / cl CL ( cr — / \a :r \/ : > % :r \ \ f k» ID 0 ® � (\ E - ClT/ OF NEWPORT BEACH PUBLIC WORKS OEFARTMENl 6EWER REPLACEMENT IN ALLEY 343 CONTRACT NO. 2613 INDEX lO SPECIAL PROVISIONS ' SECllON PAGE ' ' I. SCOPE OF WORK ^....,............."...^........ 1 ' II. AWARD AND EXECUTION OF THE CONTRACT .."..""."" 1 / lI7. BEGINNING OF WORK AND TIME OF COMPLETION ..... 1 lV. PAYMENT .,....,...^...^....",..............,.. 2 ' V. STREET & ALLEY CLOSURE, ACCESS & TRAFFiu .^... 2 ' | UUNTROL V1. NOTICE TO BUSINESSES AND RESIDENTS ......^.... 3 / Vll. WATER .........................,......."...... .� / VlII. CONSTRUCTluN UETAii- A. CON6[RUC1ION sURVEY ...........^.^.....,. J 8. UTlLJlIES ........^.....^,.......,....^.. 3 . cl. GUARD UNDERGROUND CONSTRUCTION .....^,..., 3 . , U. lHSPECT1ON"...""""""...".,"^."^..."...^.. 4 E. SEWER CONNECTlVN.....,,....,...........,. 4 . F. o6ANDON FIPE...........^................. 6 | / ' | 0, N L, I.f..r OF NEWF'UHf 15EALH rlJBL1L WORKS DEPAR "fMENI' SPtC.(AL PROVISIONS SEWER* kEPLACEMENT IN ALLEY 343 CONTRACT NO. 2613 J. ;oCOF E OF WORK. the work: to be done under this contract consists of constructing sewer improvements. All work necessary for the proper completion o4 the contemplated improvements shall be done in accordance with (1) these Special Provisions, 2) the glans (Drawing No's. 5= 5111 -S; sheets 1 & 2) , ('.) the City s Standard Special Provisions and Standard Drawings for Public Works Construction (1985 edition), and Q) the Standard Specifications for Public Works Construction (198: edition), including supplements to date. Lopies of the City s Standard special Provisions and Standard Drawings may be purchased at the Public Works uepartment for five dollars bidders shall satisfy themselves by personal examination of the location of the proposed work: and by such other means as they may prefer as to the actual conditions and requirements of the work, and shall not at any time attar submission of� the yid dispute, complain, or assert that there was any misunderstanding in regard to the nature or amount of worm: to be done. Trench paving is to be included in the work. .11. AWARD AND L- .XECU1'ION OF THE CONTRACT the bidder s attention is directed to the provisions of Section 2-1, of the Standard Special Provisions and Standard Drawings for Public Works Construction for requirements and conditions concerning award and execution of the contract. 1.11. [ +EIS.iNNIN ; UP WO!~k.: ANI) TIME Or COMPLETION Me umnLractor small complete all work: within thirty (iii) colondar days toiiowinq the date of award of this contract. �,. +*7 111�:U\ *AI Lncioenta1 items ot wnrx not separately describeo in t^e proposai snail be included in the unit price hid tor the various items of work, and no additional compensation shai1 De wade. Me suostztutioo of securities tor any payment withheld in accorg=nce with bection I-J.z ot the Standard 6pecifications is permitted pursuant to Government Lode 6ectzons 459u and 144M,Y. � STREET & ALLEY CLOSURE, ACCESS & TRAFFIC CONTROL Lonstruction will require full or partial closure of the street and alley to vehicular traffic. To minimize inconvenience, disruption and interruption ot access to Lhe private businesses and residences when the alley is closed, contiguous and proximate streets/alleys shall remain open. Ixe contractor shall provide for the alley closure, traffic control and access in accordance with bectznn 7-10 of the standard Special Hrovisions and bcandaro urawings for Public Works Lonstruction and with the standards contained in the Work Area lraf+ic Control Handbook (WA|CH>, published by building News, inc. inz contractor shall furnish, install, and maintain in place 'NU PARKING" signs `even i+ streets have posted "NO PARKING'' signs/ Which ne shall post at least 40 hours in advance of the neeu for enforcement. In addition, it 5hai1 be the [ontractor s responsibility to notify the Lity s Police bepartment, Ara+fic Uivision, at (714) 644-3M, for verifi- cation o+ posting at least 40 hours in advance of the need +or enforcement. lhe signs shall (z/ be made of white card stock; kz) have minimum dimensions of 1z inches wide and 18 inches high; and Q/ be similar in design and color to sign number R-38 on the Gal[rans Uniform Sign Chart, lhe contractor shall print the hours, nay and date ot closure in 2-inch high letters and numbers. A sample of the completed sign shall oe approved by the Engineer prior to posting. `,'> 00 so �] NU71LE iU ���lnL3�E6 ANb CE6lDEN|5 ue�ween 46 unu b5 nours oe1ore closing the a1iey or restrzcting enicular access to driveways or parking spaces, che �ootractor shall distribute to each a+fected address a written notice stating when constroction opera- rions will start and approximately when vehicular accessLbi1/cy wi1i be restored. Twenty-tour vz4, hours oevore shuLr/ng o+i water service to any UusInoss or reMder.co, Lhe uont-ractnr shaL1 distrzbute a separate wrir- ieo noizre stating toe date and time the water will be snot o+-i ana approximate time the water will be turned back on. ihe written notices will be prepared by the Engineer. 1he nontractor shall insert the applicable dates at the time he distributes the notice. Errors in distribution, false starts, acLs of God, strikes or other alterationa ot the scheou1e will require Contractor renoti+icatzon using an explanarory letter furnished by the Engineer.. *v11� W*lEV� l+ the contractor e1ccts to use Lzty s water, he shali arrange tor a meter aro tentier a $&vo meter deposit wi LM the Lity. Upon return vii one meter in good condition to the Uity" the deposit Will oe returned to the contractor, less a quantity cnargc tor wscer usage� t.uN6|.[TUw DE|*1L, suppionenLa1 to thr 6tandarg hvcc3+LcaVIons Mr /uulzc w0113 Lnnstructzor/. ,,, CDmz� IRUK,\luw 'nUR "T_ t' Pie/d staking tor the control (it will ue prov10:e0 oy toe _ngineer. b� U[1Ll/I[-.:) Existing unuergrouno Lit IlztIes are shuwn per avaiIedle records. rho Uontractor shall be responsible +or veri+ying the actual location and elevation in the +leid prLor to beginning construcrzon ot the new laczllczes. C. 61A�'i"k t iN8l: k6ROUND CONSrKUL|lO$ ihe conk-t actor shall obtain a per wit to perform excava- rion or trench work rrom the ncate o+ nali+ornia, xapartmen, 01 industrial xelatzons Mal -UM14>, pr/or to anv conscr,rtior`. toe nontract-air spal1 also submit M,uwings to tie Lng/neer In accoruance wito inections /-lx," ano V-5.w or t»o standard specz/icatzons. "11 � costs incurred to obtain toe permit, to compiy with the provisions at sucn permzz, and to obtain the Engineer s sna// oe included in tne iu*p sum pr1re u1d to, g�`^ruzo4 uouergrnunu constructzon. u. ,y�t Ej,[lUN contractor small request inspection from Puhzic WorKs *a nourc in advance u+ pertor*ing any work �. � TlON We sewer main, 1atera1s and fittings shall be PVC `pol/vzny/ chloride; gravity sewer pipe rnniurtring to the perTormanre requirements of fi6)M SDR 3�, and small nave gasketed joints. 6ectzon lengths shall be to feet wnere possible. Lateral connections shail be with W-degree , s, not short F-like , s. , fittings sha1A be tabricaced or molded full fittings with double tema)p gaskeLed ends., Loupiings, r s, izttings, connections to existing pipes and mannoies, pavement removal ann replacement, gewacerznq, s^eetzog, bracing, trartic control, iesrzng, *no all utner tabor and material necessary to conszruct sewer mains and /awra\s sna/, be included in tne un/c pi lce old for the related icer'� I rcp1acement anal] oe 3` oU on compacted native saru in ioe a/jey and E~ ik-(- in Nexp�rt yl/d ueod/ng maceria1 Irom oot.iow at trench to spring line oi pipe snaL/ meet We gradational limits listed be/ow and shall be oeosz+ieo to Y5A relative compaction- Siev e nzzas --------`-- 4 rasszno ------------- L-1/Z Mc»es - i /ncn I x 514 1ncn Io-ioo 0/u Inch +:-Ivo wo. o_/ *o, "vv o-1 U � |ne aoove gradation conrorms to Laitrans Llass � permeao/e material. A1 tern at. 3.veiv the meddzng mat�ria/ may meet the gradvatinnal limits o+ comajzned aggrega1p )ype r,. oer aecticn 4xx-4.J at the &tandarcl J, i ica- c: Ions, xs a tnzro alternative tno native sand may be usea as the beading material, cmmirting the gravel, it w It 1% Judged to oe acceptan\e material my Engineer it is expected Lobe), and (1) it zs carefulLy densified to its relative compaction. Lonpactznn wust he accomplished without a++ecting pipe grads. mechanical compaction shall not be used witozri Z above the top at the pipe. As sheeting is removed the resulting void shall be Uackfilled and hano-tamped in b" maximum lifts within the zone 12" above the top of the pipe. A1/ trenches snail be dewacered so that there is no tree water visib!e when the first oegding material is deposited nor any time LnereafLer, aria so that there is no uplift at the pipe. |he requirements of Lunne1 gewaterzng met torth in 6ection 3oco-J-1 cot tne btandaru OPeczTications Shall apply to th3s operation. \he water shaij be uesz1ted berore discharging it into the stnrm OVain" `ne Log3neer s experience with excavations in this area inuzcaceo cxac »yorogen su,izde and/or other crenica/s may be presenc in the groundwater. it so, Lne water May nor oe 01sposed 01 as allowed by Mertion 3oO-1.3 but shall me either discharged into the existing sewer or treateU and disposed ol as directed by the t-nOineer. small quantities may be u3scharged znLo the existing sewer it approved by the onqineer. uuantitzes in excess ot We Cow accepteo by the bL60 snail be treated and discharged into a street or storm drain. *ny such treat- ment cneynno desiltzng will be paid for as 'Extra Work.'' New later-Is shall be connected to existing cleanouts, omircznq the new c1eanout, It the exzstIng cleanout zs 1,31110n Z" ot the right of way line and is in good conui- 030n as determaned by the Engineer. utnerwzse connection shall be at the right at way line. The 1acerais snail be iazg perpendzcu}ar to the cen1er1ine or the alley. A , snail he used or each double r s snali not he used. / s snail enter the main a1igneci at 45 uegrees norznrnca|1y ,rom the main and at a slope? oi 45 degrees ,ertzrai/v e:cept where they must oe +1atcened to clear rostryccions in which rase they may be 'ald at 2, 1/.,! oeqreas or ,/at as appro^wo vv the Unmneer. ' A /ne pupe to mannoie connection shali ue mane . with a ruooer Wring on the pipe. Pipe jenguhs are measureo trom/to z a edge W aaohows / �1PE ihe exzsUng concrete pipe shall be completely removeu at, tne o/anvoles t.o facz1ztate Lhe znsertion/�oln 01 Lne new �V� pipe to the exIsting marmo1e. �/ o COUN {IL AGENDA NO. RESOLUTION NO. 86 -82 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH DECLARING THE IMMEDIATE REPAIR OF A COLLAPSED CONCRETE SEWER TO BE OF URGENT NECESSITY AND AUTHORIZING THE WORK WITHOUT ADVERTISING FOR BIDS. WHEREAS, the City Council may, pursuant to the provisions of Section 1110 of the City Charter, authorize public works without advertising for bids if necessary for the immediate preservation of life, health or property; and WHEREAS, the concrete sewer line beneath the alley just southerly of 30th Street, and between Villa Way and Newport Boulevard has collapsed and is in need of immediate repair; and WHEREAS, the collapsed sewer line if not promptly repaired could result in the leakage of small amounts of sewage which, in turn, could jeopardize the health of any person that came into contact with the sewage; and WHEREAS, the collapsed sewer line if not promptly repaired could lead to the subsidence of earth overlaying the structure, jeopardizing the safety of persons and the integrity of structures in the area; and WHEREAS, the Utilities Director has prepared, and submitted, an estimate of the cost of repairs. NOW, THEREFORE, the City Council of the City of Newport Beach hereby resolves as follows: 1. The City Council finds and declares that the immediate repair of the concrete sewer line beneath the alley southerly of 30th Street, between Newport Boulevard and Villa Way, is of urgent necessity for the preservation and protection of the health and property of persons who live or work in the area. 2. The City Manager is hereby authorized to let a contract for the repair of the concrete sewer line without first advertising for bids or otherwise complying with the bid requirements specified in Section 1110 of the City Charter of the City of Newport Beach. ADOPTED this 8th day o ATTEST: City Clerk eo y ie W 'tVP ( E I r 1t SEP 8 i986 APPROVED ov)