HomeMy WebLinkAboutC-2850 - Corona del Mar Water and Alley Replacement0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768
November 20, 1992
(714) 6443005
Mike Masanovich Construction Co., Inc.
63 Alta St.
Arcadia, CA 91006
Subject: Surety: Safeco Insurance Company of America
Bond No.: 5720365
Contract No.: C -2850
Project: Corona del Mar Water and Alley
Replacement
The City Council of Newport Beach on October 26, 1992 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 of Completion has been recorded in accordance with
applicable portions of the Civil Code.
The Notice was recorded by the Orange County Recorder on October
30, 1992, Reference No. 92- 740571.
Sincerely,
Irene Bu er
Assistant City Clerk
IB:pm
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
J
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
C }ty Clerk'
Cit ofwpNewr�pSSSr Beach
Newport Beach, C Boulevard 663
92- 74C57T
RECORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY. CALIFORNIA
3:30
P.M. OCT 3 0 1992
°u` Q2-c � Recorder
"Exempt from recording fees pursuant
to Government Code Section 6103"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport
Boulevard, Newport Beach, California, 92663, as Owner, and
Mike Masanovich Construction Co., Inc., 63 Alta St., Arcadia, CA 91006 as
Contractor, entered into a Contract on February 6, 1992
Said Contract set forth certain improvements, as follows:
Corona del Mar Water and Alley Replacement (C -2850) - located in the City of
Newport Beach, County of Orange
Work on said Contract was completed on August 18, 1992 ,
and was found to be acceptable on October 26, 1992
by the City Council. Title to said property is vested in the
Owner, and the Surety for said Contract is Safeco Insurance Company
of America. 17570 Brookhurst Avenue, Fountain Valley, CA 92708
BY
Fujo is ors Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury,
correct to the best of my knowledge.
Executed on �y'�.asV/�� aQ
Newpor Beach, California.
BY Ci
City Clerk
that the foregoing is true and
bat
BY THE CITY CGJ.. _
CITY OF NEWPORT BEl;CH
October 26, 1992
OCT Z 6 W2 CITY COUNCIL AGENDA
ITEM NO. 20
eaaQnvrn
TO: Mayor and Members of the City Council
FROM: Public Works Department
SUBJECT: ACCEPTANCE OF CORONA DEL MAR WATER MAIN AND ALLEY
REPLACEMENT PROGRAM (C -2850)
1. Accept the work.
2. Authorize the City Clerk to file a motice of,
CoWletion.
3. Authorize the City Clerk to release the bonds 35
days after the Notice of Completion has been
recorded in accordance with applicable portions of
the Civil Code.
DISCUSSION:
The contract for the construction of the subject
project has been completed to the satisfaction of the Public
Works Department.
The bid price was $584,015.00
Amount of unit price items constructed 610,505.50
Amount of change orders 29,577.85
Total contract cost $640,083.35
The increase in the amount of the unit price items
constructed was due primarily to errors in the estimated
quantities for alley paving and replacement water services.
Three Change Orders were issued. The first, in the
amount of $4,805.51, provided for the construction of block
retaining walls around the manholes adjacent to Bayside Drive and
the use of slurry trench backfill on the adjacent slopes. The
second, in the amount of $12,501.94, provided for exploratory
• excavation to locate the existing sewer laterals at property line
in order to install the new cleanouts. The third, in the amount
of $12,270.40, provided for removal and replacement of alley
pavement to facilitate garage access, the cutting of a
longitudinal control joint and revisions to the design grades to
accommodate the adjacent garages.
f'
Subject: Acceptance of Corona del Mar Water Main and Alley
Replacement Program (C -2850)
• October 26, 1992
Page 2
Funds for the project were budgeted in the General
Fund, Account Nos. 7013 - 3130011 and 3130001, the Water Fund,
Account Nos. 7053- 5000003 and 5000002 and the Sewer Fund, Account
No. 7533 - 5300001.
•
40
The contractor is Mike Masonivich Construction of
Arcadia.
The contract date of completion was June 10, 1992. The
Contractor's progress was slowed by the City forces excavating
for the sewer laterals and the extra work. The work was
substantially completed and the alleys opened to traffic by
August 18, 1992. Final clean -up was completed on August 26,
1992.
Benjamin B. `Nolan
Public Works Director
PD: so
TO:
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658-8915
(714) 6443005
FINANCE DIRECTOR
FROM, CITY CLERK
DATE: February 6, 1992
SUBJECT: Contract No. C-2850
Description of Contract Corona del Mar Water and Alley
Replacement
Effective date of Contract February 6 1992
Authorized by Minute Action, approved on January 13, 1992
Contract with Mike Masanovich Construction Co., Inc.
Address 63 Alta Street
Arcadia, CA 91006
Amount of Contract $584.015.00
bt/ 6e 4e
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3,30.0 Newport Boulevard, Newport Beach
Gay Ck.k
a
� r
Yv
=^>if
P H
� h
y
�c
9 Lh
s
nO .�
F '
Y
P H
� h
q
�c
s
nO .�
PR 1.1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
4 �143'I6F-i-a M
CORONA DEL MAR WATER MAIN AND ALLEY REPLACEMENT PROGRAM
CONTRACT NO. 2850
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
P.O. Box 1768
Newport Beach, CA 92659 -1768
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 the Contract Documents, and hereby
proposes to furnish all materials and do all work required to
complete this Contract No. 2850 in accordance with the Plans and
Contract Documents, and will take in full payment therefore the
following unit price for the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION IINIT TOTAL
NO. AND IINIT IINIT PRICE WRITTEN IN WORDS PRICE PRICE
1. Lump Sum Mobilization and traffic control
@ Thirty Thousand Dollars
and
00 /100 Cents $tea
Per Lump Sum
2. 450 Install 6 -inch A.C.P. water
Linear Feet main with trench resurfacing
@ Fifty Dollars
and
00 /100 Cents $ so-no $92,snn no
Per Linear Foot
3. 215 Install 6 -inch D.I.P. water
Linear Feet main with trench resurfacing
@ Fifty Dollars
and
00 /100 Cents $ 50.00 $10,750.00
Per Linear Foot
PR 1.2
ITEM QUANTITY ITEM DESCRIPTION IINIT TOTAL
NO. AND IINIT IINIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 3,325 Install 6 -inch D.I.P._.water
Linear Feet main
@ Forty Five Dollars
and
00 /100 Cents $ 45.00 $ 149,625.00
Per Linear Foot
5. 16 Install 6 -inch butterfly valve
Each
@ Four Hundred Dollars
and
00 /100 Cents $ 400.00 $ 6,4nn_nn
Per Each
6. 7 Remove existing and replace
Each with new fire hydrant assembly
including trench resurfacing
@ Two Thousand Dollars
and
00 /100 Cents $ 2,000.00 $ ^14mm 0
Per Each
7. 118 Install 1 -inch water service
Each
@ Two Hundred Fifty Dollars
and
00 /100 Cents $ 250.00 $ 29,5no nn
Per Each
8. 12 Install 2 -inch water service
Each
@ Four Hundred Dollars
and
00 /100 Cents $ 400.00 $ 4 Q 0,]J 0.0
Per Each
9. Lump Sum Temporary bypass water system
@ Ten Thousand Dollars
and
Cents $ 10.000.00
Per Lump Sum
' 0
PR 1.3
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
10. Lump Sum Pressure testing and disinfection
@ Five Thousand Dollars
and
00 /100 Cents $ 5,000.00
Per Lump Sum
11. Lump Sum Abandon existing water mains
@ Two Thousand Dollars
and
,00 /100 Cents $ 2.000.00
Per Lump Sum
12. 32,890 Remove existing alley pavement
Square Feet and construct P.C.C. pavement
@ Five Dollars
and
00/100 Cents $ 5.00 $ 164,4Sn_nn
Per Square Foot
13. 2,340 Remove existing alley approach
Square Feet and construct new alley approach
@ Five Dollars
and
00 /100 Cents $ 5.00 $11,7n0.nn
Per Square Foot
14. 20 Remove existing sidewalk
Square Feet and construct new sidewalk
@Three Dollars
and
00 /100 Cents
Per Square Foot
15. 50 Remove existing brick
Square Feet pavement and construct
brick pavement patch
back
@ Three. Dollars
and
00/100 Cents.
Per Square Foot
Lino
$ 3.00 $ 150.00
0
PR 1.4
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
16. 5,225 Remove existing pavement and
Square Feet construct P.C.C. pavement patch
back
@ Three Dollars
and P
00 /100 Cents $ 3.00 $ 15,675.00
Per Square Foot
17. 1,065 Remove existing pavement and
Square Feet construct A.C. pavement patch
back
@ Three Dollars
and
00 /100 Cents $ 3.00 $ 3,195.00
Per Square Foot
18. 25 Construct Type "A" P.C.C. curb
Linear Feet and gutter per CNB Std. -182 -L
@ Thirty Dollars
and
00 /100 Cents $ 30.00 $ 750.00
Per Linear Foot
19. 40 Construct Type "B" P.C.C.
Linear Feet curb per CNB Std. -182 -L
@Twenty Dollars
and
00 /100 Cents $ 20.00 $ 800.00
Per Linear Foot
20. 4 Construct P.C.C. curb inlet
Each
@Three Thousand Dollars
and
00 /100 Cents $3,000.00 $ 12,000.00
Per Each
21. 130 Remove and replace exist.
Each water meter box
@Thirty Dollars
and
00 /100 Cents $ 30.00 $ 3,900.00
Per Each
@ Two Thousand Dollars
and
00 /100 Cents $2.000.00 $14-000.00
Per Each
27. 175 Install S.D.R. 35 P.V.C.
Linear Feet Sanitary Sewer Main
@ Sixty Dollars
and
00 /100 Cents
Per Linear Foot
PR 1.5
ITEM
QUANTITY ITEM DESCRIPTION
UNIT
TOTAL
NO.
AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE
PRICE
22.
17
Remove and replace exist.
Each
water valve box
@ Thirty Dollars
and
00 /100 Cents '
$ 30.00
$ sin-on
Per Each
23.
3
Install alley end guardrail.
Each
@ Fifteen Hundred Dollars
and
00 /100 Cents
$ 1.500.00
$ 4,500.00
Per Each
24.
150
Install sanitary sewer lateral
Each
connection cleanout.
@ Two Hundred Dollars
and
00 /100 Cents
$ 2nn_nn
$.;n,nnn_nn
Per Each
25.
1
Install sanitary sewer main
Each
terminal cleanout.
@ Four Hundred Dollars
and
00 /100 Cents
$ 400.00
$ 400.00
Per Each
26.
7
Install sanitary sewer
Each
manhole
@ Two Thousand Dollars
and
00 /100 Cents $2.000.00 $14-000.00
Per Each
27. 175 Install S.D.R. 35 P.V.C.
Linear Feet Sanitary Sewer Main
@ Sixty Dollars
and
00 /100 Cents
Per Linear Foot
• • PR 1.6
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
28. 75 Install P.V.C. storm drain
Linear Feet
@ Seventy Dollars
and
00 /100 Cents $ 7n nn $ 5,250.00
Per Linear Foot
29. 2 Construct parkway culvert
Each Type "A" per CNB std.- 317 -L.
@ Twenty Five Hundred Dollars
and
00 /100 Cents $ 2,500.00 $5,000.00
Per Each
30. 80 Remove and Replace with
Linear Feet variable height curb and
gutter.
@ Twenty Dollars
and.
00 /100 Cents $ 20.00 $ 1.600.00
Per Lump Sum
31. Lump Sum Reconstruct hillside and
hydroseed. (Total for both
locations)
@ Fifteen Thousand Dollars
and
00 /100 Cents $15_000_p0
Per Lump Sum
Five Hundred Eighty Four Thousand and Fifteen Dollars
and
Cents $ 584.015.00
TOTAL BID PRICE (WORDS) TOTAL BID PRICE
(FIGURES)
Mike Masanovich Construction Co., Inc. 250743A
Bidder State Contractor's License
fin., L M oy�M1dn� Dec. 19. 1991
Authorized Signature /Title Date
Mike Masanovich, President
63 Alta Street, Arcadia, CA 91006 (818) 447 -7518
Bidder's Address Bidder's Telephone
0 0
Page 2
INSTRUCTIONS TO BIDDERS
The following documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
PROPOSAL (Page 1)
INSTRUCTIONS TO BIDDERS (Page 2)
DESIGNATION OF SUBCONTRACTORS (Page 3),
BIDDER'S BOND (Page 4)
NON - COLLUSION AFFIDAVIT (Page 5)
TECHNICAL ABILITY AND EXPERIENCE REFERENCES (Page 6)
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 documents.
The City of Newport Beach will not permit a substitute format
for the documents listed above. Bidders are advised to review
their content with bonding and legal agents prior to submission of
bid.
BIDDER'S BOND shall be issued by an insurance organization or
surety (1) currently authorized by the Insurance Commissioner to
transact business of insurance in the State of California, and (2)
listed as an acceptable surety in the latest revision of the
Federal Register Circular 570.
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 responsible for bidder errors and omissions in the PROPOSAL.
The City of Newport Beach reserves the right to reject any or
all bids and to waive any minor irregularity or informality in such
bids. Pursuant to Public Contract Code Section 22300, at the
request and expense of the Contractor, securities shall be
permitted in substitution of money withheld by the City to ensure
performance under the contract. The securities shall be deposited
in a state or federal chartered bank in California, as the escrow
agent.
5/91
0 0
Page 2A
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). I
The Contractor shall be responsible for insuring compliance
with provisions of Section 1777.5 of the Labor Code Apprenticeship
requirements and Section 4100 et seq. of the Public Contracts Code,
"Subletting and Subcontracting Fair Practices Act."
All documents shall bear
authorized to sign on behalf of
signatures shall be of a col
authorized by the corporation.
shall be of a general partner.
shall be of the owner.
signatures and titles of persons
the bidder. For corporations, the
.porate officer or an individual
For partnerships, the signatures
For sole ownership, the signature
250743A
Contractor's License No. & Classification
Mike Masanovich Construction Co., Inc.
Bidder
December 19, 1991
Date
5/91
Mike Masanovich, President
Page 3
DESIGNATION OF SUBCONTRACTOR(S1
State law requires the listing of all subcontractors who will
perform work in an amount in excess of one -half of one percent of
the Contractor's total bid. If a subcontractor is not listed, the
Contractor will be responsible for performing that portion of the
work. Substitution of subcontractors shall be made only in
accordance with State law and /or the Standard Specifications for
Public Works Construction, as applicable. ,
The Bidder, by signing this designation, certifies that bids
from the following subcontractors have been used in formulating the
bid for the project and that these subcontractors will be used
subject to the approval of the Engineer and in accordance with
State law. No changes may be made in these subcontractors except
with prior approval of the City of Newport Beach.
Subcontract Work Subcontractor Address
1.
2. NONE
3.
4.
5.
6.
7.
a.
9.
10.
11.
12.
Mike Masanovich Constr. Co., Inc..
Bidder
5/91
l /� /•M� President
Authorized Signature /Title
MIKE MASANOVICH
Construction Co., Inc.
63 ALTA STREET
ARCADIA, CALIFORNIA 91006
(818) 447 -7518 • (213) 681 -8093
FAX NO. (818) 445 -2232
The following is a list of our most recent projects:
i
Los Angeles County Flood Control District
P.O. Box 1460
Alhambra, Calif. 91802
1988 - Rosewood Avenue Drain S Catch Basins $774,557.00
City of Fontana
P.O. Box 518
Fontana, Calif. 92335
1988 - Southridge Village Phase III 1,403,170.00
Apple Valley Water District
P.O. Box 429
Apple Valley, Calif. 92307
1989 - West Apple Valley Trunk Sewer Project 825,776.00
City of Rosemead
8838 E. Valley Blvd.
Rosemead, Calif. 91770
1989 - Storm Drain Improvement in Jackson Avenue 257,298.00
Koll Construction Co.
818 W. 7th Street, Suite 700
Los Angeles, Calif. 90017
1989 - Koll Business Center - La Verne Tract A 46918 557,151.00
Security Paving Co.
P.O. Box 1489
Sun Valley, Calif. 91353 -1489
1989 - Produce Market Perimeter Streets 461,000.00
County Sanitation Districts
of Los Angeles County
1955 Workman Mill Road
Whittier, Calif. 90607
1991 - Joint Outfall "H" 254,450.00
1991 - District 2 Intercepter Trunk Sewer Section 4 1,621,750.00
t
i
x,
A
PA
Page 4
BIDDER'S AOND
XNOW ALL WN BY THM PRBSENTS,
That we, Mike McLcannvich C %Mj tion Co.. Inc. as
bidder, and Pa&cg TL , as
Surety, are hold ! Irsiv bouncy u e of N rt Beach,
California, in the sun of Cent ° amount. Dollars
($ }r ) ,lawful money of States or the payment
of wnicn sum well and truly to be made, Me bind ourselves, jointly
and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCdf,
That if the proposal of the above bounden bidder for the
construction of Mar Wa and Al t Contract t
(Title of Project a Contract Na, n the C ty o 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 ton (19) days (not including Saturday,
Sunday, and Federal holidays) after the date Of the mailing Notice
of Award to the above bounden bidder by and from said City, then
this obligation shall become null and void;-otherwise it 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 obligation under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this
17th day of December , 19 91.
ich Construction Co., Inc Mjs
H er Attach AcknowIW4ggn
Of Attorney -In -Fact)
Notary Pu lic
Commission Expires:
SM
I
.1
Authorized 8 gnature T t e
Mike Masanovich, President
C -2850
SURETY ' Safeco Insurance . Ompany of
Bye C . �c<e
E.S. Albrecht, Jx-
Attorney In F
1 STATE Of CAISFORNIA
COUNTY OF Los Angeles
}ss.
On this 19th day of December in the year 19 91
befpre me, the undersiAAred, a NUtayry Public i for aid State, p so II a r
Mike Masanovic6— President of e Masanovic�i �0 s�r� �o.
Inc. sad
CRXK SEAL
NU HUYNH personally known to me
NOOAPmuc- Cll.rwa (or proved to me on the basis of satisfactory evidence) to be the persons who executed the
U1SANGELESS within instrument as President and Secretary,
AyCCmm 5Vms CdaE 1419% respectively, of the Corporation therein named, and acknowledged to me that the Corporatton
I
executed it pursuant to its by -laws or a resolution of its board of directors.
1 WITNESS my hand and official
ACxNDKEBGMENT —CoV ftm. & Sac —ft c & Fw. Z22GA —P r. 1183
m
ar .
M
State of California
i County of Los Angeles } S&
On this 17th doy,of Decenber , In the year 1991 before me a
Notary Public personally appeared E.S. Mbrecht, Jr. , personally
known to me (or proved to me on the basis,of satisfactory evidence) to be the person
whose name is subscribed to this instrument cis the Attomey -in -Fact of
Safeco Insurance Company of America and acknowledge
to me that he (she) subscribed the name of Safeco Insurance Company of America
,XAValgal and his (her) own name as Attorney -in -Fact.
OFFICIAL SEALI
cuizicE LEE
NOTARY PUBLIC - CALIFORNIA
PRINCIPAL OFFICE IN
LOS ANGELES COUNTY
Nv Commission Expires Mar.13,18
(daez I I �- -
NiStary Public in and for sold County
KNOW ALL BY THESE PRESENTS:
0
POWER
OF ATTORNEY
gAFECO INSURANCE COMPANY OF AMERICA
HOME OFFICE: SAFECO PLAZA
SEATTLE, WASHINGTON 98185
No.
That SAFECO INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint
E. S. ALBRECHT, JR., Pasadena, California-------------- - - - - --
its true and lawful attorney(s) -in -fact, with full authority to execute on behalf of the company fidelity and surety bonds or
undertakings and other documents of a similar character issued by the company in the course of its business, and to bind
SAFECO INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its
regularly elected officers at its home office.
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA has executed and attested these presents
25th day of May 19 B9 .
CERTIFICATE
Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA:
"Article V, Section 13. — FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any
Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority
to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the
company fidelity and surety bonds and other documents of similar character issued by the company in the course of its
business ... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any
instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be
impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the
validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of
SAFECO INSURANCE COMPANY OF AMERICA adopted July 28, 1970.
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(i) The provisions of Article V, Section 13 of the By -Laws, and
(ii) A copy of the power -of- attorney appointment, executed pursuant thereto, and
(iii) Certifying that said power -of- attorney appointment is in full force and effect,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
1, Boh A. Dickey, Secretary of SAFECO INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing
extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued
pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full
force and effect. -
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
this 17th day of December _19 91
NON — COLLUSION AFFIDAVIT
State of California )
) ss.
County of Los Angeles )
n
Page 5
Mike Masanovich , being first duly sworn, deposes and
says that he or she is President of Mike. Masanovich Constr. coo., Inc.
the party making the foregoing bid; that the b d is not made in the
interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is
genuine and not collusive or sham; that the bidder has not directly
or indirectly induced or solicited any other bidder to put in a
false or sham bid, and has not directly or indirectly colluded,
conspired, connived, or agreed with any bidder or anyone else to
put in a sham bid, or that anyone shall refrain from bidding; that
the bidder has not in any manner, directly or indirectly, south by
agreement, communication, or conference with anyone to fix the bid
price of the bidder or any other bidder, or to fix any overhead,
profit, or cost element of the bid price, or of that of any other
bidder, or to secure any advantage against the public body awarding
the contract of anyone interested in the proposed contract; that
all statements contained in the bid are true; and, further, that
the bidder has not, directly or indirectly, submitted his or her
bid price or any breakdown thereof, or the contents thereof, or
divulged information or data relative thereto, or paid, and will
not pay, any fee to any corporation, partnership, company
association, organization, bid depository, or to any member or
agent thereof to effectuate a collusive or sham bid.
I declare under penalty of perjury that the foregoing is true
and correct.
Mike Masanovich Constr. Co., Inc.
Bidder
(President
Authorized Signature /Title
Subscribed and sworn to before me this 19th day of December
Su ,
-� [SEAL]
Notary'-Public
My Commission Exp' es: 3 -13 -95
tt IAOYfP,IR11C- CNi010011
IOSAH686C�UMY
Ay Qoian etas Ma,3,,ss5
5/9,
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 For Whom Person Telephone
Completed Performed (Detail) To Contact Number
Mike Masanovich Construction Co., Inc.
Bidder
5/91
Authorized Signature /Title
Mike Masanovich, President
Page 7
'1 . Cal 4W -f0 ! :i 1 M r r
The following contract documents shall be executed and
delivered to the Engineer within ten (10) days (not including
Saturday, Sunday and Federal holidays) after the date of mailing
Notice of Award to the successful,, bidder:
PAYMENT BOND (Page 8)
FAITHFUL PERFORMANCE BOND (Page
CERTIFICATE OF INSURANCE (Page
GENERAL LIABILITY INSURANCE
AUTOMOBILE LIABILITY INSURANCE
WORKERS' COMPENSATION INSURANC E
CONTRACT (Page 14)
9)
10)
ENDORSEMENT (Page 11)
ENDORSEMENT (Page 12)
CERTIFICATION (Page 13)
The City of Newport Beach will not permit a substitute format
for these contrast documents. Bidders are advised to review their
content with bonding, insuring and legal agents prior to submission
of bid.
Payment and faithful performance bonds shall be issued by an
insurance organization or surety (1) currently authorized by the
Insurance Commissioner to transact business of insurance in the
State of California, and (2) listed as an acceptable surety in the
latest revision of the Federal Register Circular 570.
Insurance companies affording coverage shall be (1) currently
authorized by the Insurance Commissioner to transact business of
insurance in the State of 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: Property - Casualty. Coverages shall be
proviaea as specixiea in cne
Works Construction, except as
by the
The Workers' Compensation Insurance Certification shall be
executed and delivered to the Engineer along with a Certificate Of
Insurance for workers' compensation prior to City's execution of
the Contract.
s/9:
0
0
+^. J] {.. �. »- 3. -mc4a <e.... �: ._.. ...�..vr ..: ' {:e_ .. ��:: ?aie ..a ..�:_t �...__ �__ �..._�...; ..._� -: . -�_� '%s. nnc v.= •. .t-- ...::.wild:
Mmutad in 4 counterparts
0
Page 8
PAYMENT BOND iond Not 5720365
Is 0 I> quib d in PerfTmaaee
Bond
KNOW ALL MEN BY THESE PRESENTS, that
WHEREAS, the City Council of the City of Newport Beach, State
of California, by motion adopted Janurary 13, 1992 has
awarded to Mike Masanovich Construction Co. Inc. hereinafter
designated as the "Principal ", a contract for Corona UeTMar Water and
Alley Replacement (Contract No. C-2850 ) in
the City of Newport Beach, in strict conformity with the Dr wia ngs
and Specifications and other contract documents in the office of
the City Clerk of the City of Newport Beach, and all of which are
incorporated herein_by this reference;
WHEREAS, said Principal has executed or is about to execute
Contract No. C -2850 and the terms thereof require the furnishing
of a bond, prow d ng that if Principal or any of Principal's
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, !tike Massaw
as Principal, and 84feao Insusaace Ce
as Surety, are held.f t rmly bound i
the sum of : L=V* Rmdred Ukhty Pau
Dollars ( 015.0 ), said
estimated amount payable by the
terms of the contract; for whic h
bind ourselves, our heirs,
successors, or assigns, jointly
presents.
Ina*
SUM being equal to 100% of the
City of Newport Beach under the
payment well and truly made, we
executors and administrators,
and severally, firmly by these
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above
bounden Principal or his /her 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 Unemployment Insurance Code with respect to such work or labor,
or for any amounts required to be deducted, withheld and paid over
to the Employment Development Department from the wages of
employees of the Principal and subcontractors .pursuant to Section
13020 of the Unemployment Insurance Code with respect to such work
and 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.
5/91
i i
e�
Page 8A
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 to them or
their assigns in any suit brought upon this bond, as required by
and in accordance with 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 above named Principal and Surety, on the dad of
Jaauatf , 19 l2 _ - � ,•
Mike Masanovich Construction, Co. Inc. M ,
Name of Contractor (Principal) Author zed SignatuYe /T'ktle(
Mike Masanovich, President '
sake* laaraaaa Car..a. of A..rie. Auorized Name of Surety Ag S gnature
lose Albruhte Attas*" IrF*t
17370 is*kbasst Awe
Vemtala YaUey, CA 92708 714 -465 -4576 _
Address of Surety - Telephone
NOTARY ACKNOWLEDGMENTS OF CON TRACTOR AND SURETY NUST BE ATTACHED
siv1
. ,:
�j
- .. �'n .
�j
� C
tr-
r
,�
�.
..
f ..�..:.��. ' ;...:. ...vaL.;..r�.._.,.�:�:r__�a.� =_ �._. :5iES�i.: ..:- � __,...,..,...;...o,.a . a'.'. ,F, ,,....K K3 g.. __. ,,. ,_., .�,.i.S.:)➢
STATE OF CALIFORNIA
COUNTY OF
Los Angeles
)SS.
On this 24th day of January , in the year 199? ,
before me, the undersigned, a Notary Public in and for said State, personally appeared
Mike Masanovich
and
personally known to me
oFncw.sF,u (or proved to me on the basis of satisfactory evidence) to be the persons who executed the
NU HUYNH within instrument as the President and Secretar
• �- NOTARY %IBLIC•CAL601WIA Y,
,> LOS ANGELESCOUNIY respectively, of the Corporation therein named, and acknowledged to me that the Corporation
ti7vCOmm.FxpiresMar13,1995 executed it pursuant to its by -laws or a resolution of its board of directors.
r
WITNESS my hand and official. seal.
ACKNOWLEDGMENT— Carp. —Prts. d Sec.— Wolcolts Form 222CA —Rev 11 83
BRIE L SEAL
w ACKNOWLEDGMENT BY SURETY i N ^R!ET AMBELL
- ,f.ary Public -California
STATE OF CALIFORNIA F LOS ANGELES COUNTY
County of Los Angeles ss My Comm Exp. May 30 IM2
on this 22nd day of January in the year 1992 , before me
Harriet Lambell Notary Public
personally appeared E.S. A Tec t, T.
personally known tome (or proved tome on the basis of satisfactory evidence) to be the person whose name is subscribed to this
instrument as the Attorney -in -Fact and acknowledged to me that he (she) subscribed the name of Safeco
Insurance Company of America thereto as Surety and his (her) own name as Attorney -in -Fact.
�..a
IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed f�l Seal, at my of ' in the aforesaid County, the day and
year in this certificate first above written.
Notary Public
8.1157 R2 12/85
-.Executed : n 1 Counterparts
Page" 9
FAITHFUL PERFORMANCE BOND Bmd Not 3720365
Frou Ants #6942g 4
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State
of California, by motion adopted, " 1Z lgg9 has awarded
to hereinafter designated as t e Principal", a' contract for
Corona del Mar Water and Alley Replacement, C -2850 in the City of
Newport Beach, in str ct conform ty with the Fontract, Drawings and
Specifications and other contract documents in the office of the
City Clerk of the City of Newport Beach, all of which are
incorporated herein by this reference;
WHEREAS, Principal has executed or is about to execute
Contract No. C -2850 and `the terms thereof require the
furnishing of a bond for the faithful performance of the Contract;
NOW, THEREFORE, we,
as Principal, and •9
as Surety; are he a i y of Newport Beach, in
the sum of Viva NuftAred X4
Dollars ( s"601-S -nn ) , sad sum eing equa o 1008 of the
estimated amount of the contract, to be paid to the City or its
certain attorney, its successors, and assigns; for, which payment
well and truly 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, its heirs, executors, administrators,
successors, or assigns, shall in all things stand to and abide by,
and well keep truly and perform the covenants, conditions, and
agreements in the Contract and any alteration thereof made as
therein provided on its part, to be kept and performed at the time
and in the manner therein specified, and in all respects according
to its true intent and meaning, and shall indemnify and save
harmless the City of Newport Beach, its officers, employees and
agents, as therein stipulated, then this obligation shall become
null and void; otherwise it shall remain in full force and effect.
As a part of the obligation secured hereby, and in addition to
the fact amount specified in this Performance Bond, there shall be
included costs and reasonable expenses and fees, including
reasonable attorneys fees, incurred by the City, in the event it is
required by bringing any action in law or equity to enforce the
obligations of this Bond.
Surety, for value received, 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
5/91
0 r
Y'
Page 9A
obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions of the
contract or to the work or to the specifications.
This Faithful Performance Bond shall be extended and
maintained by the Principal in full force and effect for six (6)
months following the date of formal acceptance of the Project by
the City.
In the event that the principal 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.
the
J
Mike
Name
IN WITNESS WHEREOF, this instrument has been duly executectby :
Principal and Surety above named, on the Z7ai da of:_
�t7 1�=
Masan C.
of Contractor (Pr ncipal) Authorized S gnature( tle
Mi a Masanovich, President
Sate" luouran" 080"my of Motion Name of Surety 'Authorized Age 3 gnature
17370 Drookbesst Avosoo E66. Alktoris. Js. toss Ir9aot
9oenta" Vann, CA 92706 _ 714096! -6376
Address of Surety
Telephone
NOTARY ACEIOWLEDfi1[WS OF CONTRACTOR AID SURETY KUST BE ATTACKED
5/91
6.
�i J
• 0 . :,
r
r
t T
STATE OF CALIFORNIA
• COUNTY OF Los Angeles
i
ly . - %e.�1 r .. E.. r•i f
ACKNOWLEDGMENT— Corp. —Pros. B sec. —MIOUS Form 222CA —Rw, 11 -87
Iss.
On this24th day of January , in the year 112
before me, the undersigned, a Notary Public in and for said State, personally appeared
Mike Masanovich
and
personally known to me
(or proved to me on the basis of satisfactory evidence) to be the persons who executed the
within instrument as the President and Secretary,
respectively, of the Corporation therein named, and acknowledged to me that the Corporation
executed it pursuant to its by -laws or a resolution of its board of directors.
WITNESS my hand and official seal.
r
L
OFFICIAL SEAL
HARRIET LAMBELL
n' aublic- Ca,i_ -mia
ACKNOWLEDGMENT BY SURETY 1 LOS ANGELES CC;l1NTY
My Conen, Exp. Ma 30, 11902
STATE OF CALIFORNIA - ss -�• -�-
County of Los Angeles
on this 22nd dayy of January n the year 1992 before me
Harriet Lambel1 Notary Public
personally appeared E.S. Albrecht, Jr.
personally known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to this
instrument as the Attorney -in -Fact and acknowledged to me that he (she) subscribed the name of Safeco _
Insurance Company of America theTetp as Surety and his (her) own name as Attorney -in -Fact.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Offieial Seal, at my a in the aforesaid County, the day and
year in this certificate first above written. � —' _ - ! -
S-1157112 12/85 .
Notary Public
0)
SAFECO
OPOWER
OF ATTORNEY
0AFEC0 INSURANCE COMPANY OF AMERICA
HOME OFFICE: SAFECO PLAZA
SEATTLE, WASHINGTON 98185
No.
6843
KNOW ALL BY THERE PRESENTS:
That SAFECO INSURANCE COMPANY OF AMERICA
;p:Washington corporation, does hereby appoint
. S. ALBRECHT, JR., Pasadena, California-------------- - - - - --
its true and lawful attorney(s) -in -fact, with full authority to execute on behalf of the company fidelity and surety bonds or
undertakings and other documents of a similar character issued by the company in the course of its business, and to bind
SAFECO INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its
regularly elected officers at its home office.
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA has executed and attested these presents
25th day of May , 19 89 .
CERTIFICATE
Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA:
"Article V, Section 13. — FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any
Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority
to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the
company fidelity and surety bonds and other documents of similar character issued by the company in the course of its
business ... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any
instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, maybe
impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the
validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of
SAFECO INSURANCE COMPANY OF AMERICA adopted July 28, 1970.
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(i) The provisions of Article V, Section 13 of the By -Laws, and
(ii) A copy of the power -of- attorney appointment, executed pursuant thereto, and
(iii) Certifying that said power -of- attorney appointment is in full force and effect,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
I, Boh A. Dickey, Secretary of SAFECO INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing
extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued
pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full
force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
22nd January 92
... this day of , 19
a
Page lu
17 CATEmd Ft.NS(R11C
PRODUCER
Willis Corroon Corporation of Los
Angeles
70 South Lake Avenue
COMPANIES AFFORDING COVERAGE
COMPANY �
LETTER A EWployers . Insurance 99- Wausau, A
Kutual Company
Pasadena, Ca. 91101 (818)7,96-3888
COMPANY g
LETTER
INSURED
Mike Masanovich Construction Co.
,.
63 Alta Street
Arcadia, Ca. 91006
COMPANY C
LETTER
Kingwis-6 T6 TO THE 10
vacw m NDIVmmANDINO ANY RECD emm. Tm OR CONDITION OF ANY ODNTRW OR DINER cocuMENT wRH RESPECT TO wNICH THIS
CERTIFICATE MAY BE MUM OR MAY PERTAIN, THE INSURANCE AFFORD® BY THE PONCES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERNS,
COLUSIO S, AND CMVMONS OF SUCH POLICIES AND IS NW AME DEn E(TENDED OR ALTERM BY THIS CERTIFICATE.
00
TYPE OF INSURANCE
POLICY
EFFECTIVE
CATE
EXPIRATION
ALL LAMS N THOUSANDS
GENERAL LLLBILITY
(OCLYmmm BASIS ONLY)
GENERAL AGGREGATE
$ 1,000,
A
COMMERCIAL
OohprXIIINSNE
2022 -02-
041066
6/1/91
6/1/92
PRomwmmompLem
OPERATIONS A04MOATE
s 1,000,
❑ rvE6 CTS
❑ CONTRACTUAL FOR SPECIFIC
PERSONA INJURY
S 1,000,
EACH OCCURENCE
s 1,000,
CONTRACT
❑ PROOUCIS/COMPL OPER
® XCU WARDS
❑ BROAD FORM PROP. DMIAGE
❑ sEVERASMITY OF INTEREST
CLAUSE
� o M CAGE
$ 50,
❑ PERSoNAL INJURY RrtTH
EMPLOYER 00CLUSION
REMOVED
MARINE
MEMCAL EXPENSES
V" ONE PERSON)
S 5.
A
AUTOMOBILE � uaeILln
C"m
2022 -0.3 -.
041066
6/1/91
6/1/92
SINGE LIMIT
s 1 >000,
�
s
BODNLYV0.AJRV
M ACCIDENT)
S
IORED
DAMAGE
S
NONUNJED
Exam UA ILM
UMBRELLA FORM
EACH
CURRENCE
01HER THAN UMBRELLA FORM
.
S
WORKERS• COMPENSATION
AND
2012-03-
041066
/1191
6/1/92
bTATUTORY
q " ^ :'=
s,
$ 500
EACH ACcmENT
$ 1,000,
DISEASE-POLICY LIMIT
EMPLOYERS' LIABILITY
S 00,
DISEASE, EACH EMPLOYEE
WNGSIIORf7AEN"S ANDNARBO
WOPoCFRS' COMPENSATION
STATUTORY
.�,»dR✓i
DEMO OF REMs: ALL oPEPATDNS PERFORMED FOR THE CITY OF NEWPORT
BEACH BY OR CN BEHALF OF THE NAMED NSUR®IN CONNECTION %" THE FOLLONING CONTRACT:
Corona del Mar Water and Alley Replacement, C -2850
PROJECT TITLE AND CONTRACT NUMBER
CERTIF(CQ OI Efl' A
ATIO, W
C NCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICES BE NON - RENEWED,
CITY OF NEWPORT BEACH
CANCELLED OR COVERAGE REDUCED BEFORE THE EXPNRAnON DATE THE
P.O. BOX 1766
3300 NEWPORT BLVD,
NEWPORT BEACK CA 92659 -1768
COMPANY AFFORDING COVERAGE SHALL PROVIDE 30 DAYS MIN. ADVANCE
NOTICE TO THE CITY OF NEWPORT BEACH BY REGSTERED MAIL
ATTENTION: l' cry
� �s
i
y�
r
•
Page it
GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. with respect to such insurance as is afforded by the policy
for General Liability, the City of Newport Beach, its officers
and employees are additional insureds, but only with respect
to liability arising out of operationip performed by or on
behalf of the named insureds in connection with the contract
designated below or„ acts and omissions of the additional
insureds in connection with its general supervision of such
operations. The insurance afforded said additional insured(s)
shall apply as primary insurance and no other insurance
maintained by the City of Newport Beach shall 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 liability of the
company affording coverage.
3. The insurance afforded by the policy for Contractual Liability
Insurance (subject to the terms, conditions and exclusions
applicable to such insurance) includes liability assumed by
the named insured under the indemnification or hold harmless
provision contained in the written contract designated below,
between the named insured and the City of Costa Mesa or the
City of Newport Beach.
4. With respect to such insurance as is afforded by this policy,
the exclusions, if any, pertaining Lo 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(s) named in Paragraph 1 of this endorsement
shall be the limits indicated below written on an "Occurrence"
basis:
()9 Commercial ( ) Comprehensive
General Liability $ 1,000,000. each occurrence
$ 1,000,000. aggregate
The applicable limit of Contractual Liability for the company
affording coverage shall be reduced by any amount paid as
damages under this endorsement in behalf of the additional
insured(s).
5 /91
:_ ..:.:.:.. ....._�.a. •• _,._._:,_� '.:s.... i�r_y.:bc. .tip,
—�- e.._ �...... t.:::. ..s_. .. �_ .....mow..
Page ilA
The limits of liability as stated in this endorsement shall
not increase the total liability of the company affording
coverage for all damages as the result of any one occurrence
in excess of the limits of liability stated in the policy as
applicable to General Liability Insurance.
6. Should the policy be non - renewed, canceled or coverage reduced
before the expiration date thereof, the issuing Company shall
provide 30 days' advance notice to the City of Newport Beach
by registered mail, Attention: Public Works Department.
7. Designated Contract: Corona del Mar Water and All
This endorsement ' is effective Tannar,. ri 6yg9 at 12:01 a.m.
and forms a part of Policy No.202202o41o(,F of Emplovgrg. insurance of Wausau, A
(Company Affording Coverage). 'kItl l company
Insured: Nike .Nasaaw ich Construction cq.
ISSUING COMPANY
By:
Authorized Representative
sim
Endorsement No.:
Cl
x
11
Page 12
AIT0140BILLF LIABILITY IN- 5-MNCE ENDORSEMENT
It is agreed that:
1. With respect to such insurapce as is afforded by the policy
for Automobile 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 said additional
insured(&) shall apply as primary insurance and no other
insurance maintained by the City of Newport Beach shall 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 liability of the company affording
coverage."
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 Multiple Limits
or Single Limit:
( ) Multiple limits
s/m
Bodily Injury Liability $ per person
Bodily Injury Liability $ per accident
Property Damage Liability $
(x) Combined Single Limit
Bodily Injury Liability &
Property Damage Liability $ 1,000,000.
The limits of liability as stated in this endorsement shall
not increase the total liability of the company affording
coverage 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.
• � j .
Page 12A
4. Should the policy be non - renewed, canceled or coverage reduced
before the expiration date thereof, the Issuing Company shall
provide 30 days' advance notice to the City of Newport Beach
by registered mail, Attent4on: Public Works Department.
5. Designated Contract: Corona del _
Pro ect T tie and Contract No
This endorsement is effective ragi,�; 74, roa9 at 12:01 a.m.
and forms a part of Policy No.'�n��n,-incTn�f of y p�ra r..e..,-a....e of Y4---Rau, A
(Company Affording Coverage). Nutuai'company
Insured: Mika Xasannxi0i, construct-ion G_ Endorsement No.:
ISSUING COMPANY
By:
Authorized Representative
5/91
i
Page 13
.•14;i N.C_ lie;I ?N J;Yily I# to) M ._ ) 0.1 Z144 M44 A11. �
"I an aware of the provisions of, Section 3700 of the Labor Code
which require every employer to be insured against liability for
workers' compensation or to undertake self - insurance in accordance
with the provisions of that code, and I wtil comply with such
provisions before commencing the performance of -the work of this
contract."
1 -24 -92
Date
C -2850
Contract Number
sit
Corona del
Mike Masanovich Constructionn ��-• Tnr_
Name of Contractor (Principal)
Authorized Signature and T tle
Mike Masanovich, President
i
Page la
CONTRACT
THIS AGREEMENT, entered into this AW day of ,
1992, by and between the CITY OF NEWPORT BEACH, here Wafter " ty,"
and Mike Masano hereinafter
"Contractor," s mdw th reference
to the follow in facts:
A. City has heretofore advertised for bids for the following
described public work:
Replacement
Title of Pro EjjgPr and Al ley .. on act No.
Affl
B. Contractor has determined by City to be the lowest
responsible 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:
Corona del Mar Water and Ailey Replacement C -2850
Title of Pro ect 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.
5/91
2. As full compensation for the performance and completion
of this work as prescribed above, City shall pay to
Contractor the sum of Five Hundred Eighty Four Thousand & Fifteen dollars
Dollars ($ SnlS_nn ). This compensation
includes:
(a) Any loss or damage arising from the nature of the
work,
(b) Any loss or damage arising from any unforeseen
difficulties or obstructions in the performance of
the work,
(c) 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.
•
11
Page 14A
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) Instructions to Bidders and documents referenced
therein ,
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and Endorsement(s)
(f) Plans and Special Provisions for rnrnna a,l Mar water
and Alle Re lacement C -2850
T tle of Pro ect Contract No.
(g) This Contract
(h) Standard Specifications of Public Works
Construction (current Edition) and all supplements
4. Contractor shall assume the defense of, pay all expenses
of defense and hold harmless, City and its officers,
employees and representatives from all claims, loss or
damage, injury and liability of every kind, nature and
description by reason of or arising out of the negligent
or willful conduct of the Contractor, his /her employees,
agents and subcontractors in the performance of the
Project, except such loss or damage caused solely by the
active 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 written above.
CITY OF NEWPORT BEACH
A Municipal Corporation
7 /. -M lam/ �r
bi• /
sro+
Mike Masanovich Construction, Co., Inc.
Name of Contractor
Authorized signature and Title
Mike Masanovich, President
0
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
CORONA DEL MAR WATER MAIN AND ALLEY REPLACEMENT PROGRAM
CONTRACT NO. 2850
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . .
. . 1
II.
CONTRACTOR'S LICENSES . . . . . . . . . . . . . .
. . 1
III.
HOURS OF WORK . . . . . . . . . . . . . . . . . .
. . 1
IV.
COMPLETION, SCHEDULE AND PROSECUTION OF WORK . .
. . 2
V.
PAYMENT . . . . . . . . . . . . . . . . . . . . .
. . 4
VI.
LIQUIDATED DAMAGES . . . . . . . . . . . . . . .
. . 4
VII.
NOTICE TO RESIDENTS AND "NO PARKING" SIGNS . . .
. . 4
A. Notice to Residents . . . . . . . . . .
. . 4
B. "NO PARKING -TOW AWAY" Signs . . . . . . . . .
. . 5
C. Street Sweeping Signs . . . . . . . . . . . .
. . 5
VIII.
CONSTRUCTION SURVEY STAKING . . . . . . . . . . .
. . 5
IX.
WATER . . . . . . . . . . . . . . . . . . . . . .
. . 5
X.
STEEL PLATES . . . . . . . . . . . . . . . . . .
. . 5
XI.
SURFACE AND GROUNDWATER CONTROL . . . . . . . . .
. . 6
XII.
WATER SERVICE . . . . . . . . . . . . . . . . . .
. . 6
XIII.
TEMPORARY BYPASS WATER SYSTEM . . . . . . . . . .
. . 6
XIV.
CONSTRUCTION DETAILS . . . . . . . . . . . .
. . 6
A. Street and Alley Construction . . . . . . . .
. . 6
B. Water Main Replacement . . . . . . . . . . .
. . 7
C. Storm Drain Replacement . . . . . . . . . . .
. . .9
D. Soil- Cement Placement . . . . . . . . . . . .
. . .9
E. Hydroseeding . . . . . . . . . . . . . . . .
. . 11
XV.
TEMPORARY RESURFACING . . . . . . . . . . . . .
. . 11
I.
II
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
CORONA DEL MAR WATER MAIN AND ALLEY
CONTRACT NO. 2650
SCOPE OF WORK
SP 1
No. 19111
The work to be done under this contract consists of
removing and replacing existing water mains and alley
improvements; adjusting existing City -owned utility
frames and covers to finished grade; and other
incidental items of work.
All work necessary for the completion of this contract
shall be done in accordance with (1) these Special
Provisions, (2) the Plans (Drawing No. W- 5200 -S and A-
5135-S), (3) the City's Standard Special Provisions and
Standard Drawings for Public Works Construction, (1991
Edition); and (4) the Standard Specifications for
Public Works Construction, (1991 Edition). Copies of
the Standard Special Provisions and Standard Drawings
may be purchased at the Public Works Department for
Five Dollars ($5.00). Copies of the Standard
Specifications may be purchased from Building News,
Inc., 3055 Overland Avenue, Los Angeles, California
90034, telephone (213) 202 -7775.
CONTRACTOR'S LICENSES
At the time of the bid opening and
work, the Contractor shall possess
Engineering Contractor "A" License
Specialty Contractor C -34 License.
work and until completion of work,
possess a Business License issued
Newport Beach.
III. HOURS OF WORK
7:00 AM - 6;30 PM weekdays
8:00 AM - 6:30 PM Saturdays
until completion of
a General
or a Pipeline
At the start of
the Contractor shall
by the City of
No work will be permitted on Sundays and holidays which
disturbs, or could disturb, a person of normal
sensitivity who works or resides in the vicinity.
"Holiday" shall be defined as January 1st, the third
Monday if February (President's Day), the last Monday
in May (Memorial Day), July 4th, the first Monday in
September (Labor Day), November 11th (Veterans Day),
the fourth thursday in November (Thanksgiving), and
December 25th (Christmas). If January 1st, July 4th,
November 11th or December 25th falls on a Sunday, the
following Monday is a holiday.
9 ! SP 2 of 11
IV. COMPLETION. SCHEDULE AND PROSECUTION OF WORK
A. The Contractor shall complete all work within one
hundred twenty (120) consecutive calendar days,
but no later than June 10, 1992.
B. The Contractor shall complete all work on each
alley or street within thirty (30) consecutive
calendar days after beginning work on that alley
or street. The term "work" as used herein shall
include all removals, adjustments, and
replacements; construction of water mains; and
construction of P.C.C. alley approaches, curbs,
gutters, driveways, and sidewalk. Also included
within the specified period is curing time for new
P.C.C. improvements.
In summary, this means that each alley and every
garage approach with access within that alley must
be returned to normal vehicular use within thirty
(30) consecutive calendar days from the day it is
first closed to such use. The Contractor must
employ sufficient men and equipment to meet this
schedule. If it becomes apparent during the
course of the work that Contractor will not be
able to meet this schedule, he will be prohibited
from starting additional work in additional alleys
until he has exerted extra effort to meet his
original schedule and has demonstrated that he
will be able to maintain his approved schedule in
the future. Such stoppages of work shall in no
way relieve the Contractor from his overall time
of completion requirement, nor shall it be
construed as the basis for payment of extra work
because additional men and equipment were required
on the job.
The Contractor will be assessed $350.00 per day
(including Saturdays, Sundays and holidays)
liquidated damages for each day in excess of the
thirty (30) consecutive days allowed for 100%
completion of the construction work at each alley
or street. Additional liquidated damages shall be
assessed for failure to complete the project as
specified under Section VI, Liquidated Damages.
The intent of this section of the Special
Provisions is to emphasize to the Contractor the
importance of prosecuting the work in an orderly,
preplanned, continuous sequence so as to minimize
the time an alley or street is closed to vehicular
traffic.
SP 3 of 11
C. The Contractor's schedule shall consider the
phasing of water main construction, testing,
disinfection, and connection to the existing
system. The Contractor shall use the following
guidelines in establishing this schedule:
1. No connections to existing water mains will
be permitted until the new main has
satisfactorily passed the hydrostatic test
and has been disinfected and has
satisfactorily passed bacteriological
testing.
2. Hydrostatic pressure testing will be
permitted against new valves. The test
pressure shall be 225 PSI. Any temporary
bulkheads for thrust resistance will be the
responsibility of the Contractor.
3. Cutting -in of new water mains shall be done
at times resulting in the least disruption of
water service. Shutdowns to residences of up
to four hours during the day will be
permitted and will not require a temporary
by -pass. Operations requiring a longer
shutdown period will require a temporary by-
pass.
The Contractor shall notify the City's Utilities
Superintendent, Mr. Peter Antista, (714) 644 -3011,
at least 48 hours in advance of the need to shut
down or connect to any existing water mains. No
shutdown will be allowed on Fridays, Saturdays,
Sundays, holidays or after 12:00 noon.
The Contractor shall not operate existing water
valves except in cases of extreme emergency.
D. It will be the Contractor's responsibility to
ensure the availability of all material prior to
the start of work. Unavailability of materials
will not be sufficient reason to grant the
Contractor an extension of time for 100%
completion of work at each alley or street.
E. No work shall begin until a schedule of work has
been approved by the Engineer.
SP 4 of 11
V. PAYMENT
The unit or lump sum price bid for each item of work
shown in the proposal shall be considered as full
compensation for all labor, equipment, materials and
all other things necessary to complete the work in
place, and no additional allowance will be made
therefor.
Payment for incidental items of work not separately
provided for in the proposal shall be included in the
unit price bid for each item of work.
Partial payments for mobilization and traffic control
shall be made in accordance with Section 10264 of the
California Public Contract Code.
VI. LIQUIDATED DAMAGES
Commencing on the 121st consecutive calendar day after
the start of work or on June 11, 1992, whichever comes
first, the Contractor shall pay to the City, or have
withheld from monies due the Contractor, the daily sum
of $350.00 in lieu of the daily sum of $250.00
specified in Section 6 -9 of the Standard
Specifications.
VII. NOTICE TO RESIDENTS AND "NO PARKING" SIGNS
A. Notice to Residents
Forty -eight (48) hours before restricting
vehicular access to garages or parking spaces, the
Contractor shall distribute to each affected
address a written notice stating when construction
operations will start and approximately when
vehicular accessibility will be restored. Twenty -
four (24) hours before shutting off water service,
the Contractor shall distribute to each affected
address, as determined by the Engineer, a separate
written notice stating the date and time the water
will be shut off and approximate time the water
will be turned back on. The written notices will
be prepared by the Engineer. The Contractor shall
insert the applicable dates and time at the time
he distributes the notices. Errors in
distribution, false starts, acts of God, strikes
or other alterations of the schedule will require
Contractor renotification using an explanatory
letter furnished by the Engineer.
LJ
V. PAYMENT
0 SP 4 of 11
The unit or lump sum price bid for each item of work
shown in the proposal shall be considered as full
compensation for all labor, equipment, materials and
all other things necessary to complete the work in
place, and no additional allowance will be made
therefor.
Payment for incidental items of work not separately
provided for in the proposal shall be included in the
unit price bid for each item of work.
Partial payments for mobilization and traffic control
shall be made in accordance with Section 10264 of the
California Public Contract Code.
VI. LIQUIDATED DAMAGES
Commencing on the 121st consecutive calendar day after
the start of work or on June 11, 1992, whichever comes
first, the Contractor shall pay to the City, or have
withheld from monies due the Contractor, the daily sum
of $350.00 in lieu of the daily sum of $250.00
specified in Section 6 -9 of the Standard
Specifications.
VII. NOTICE TO RESIDENTS AND "NO PARKING" SIGNS
A. Notice to Residents
Forty -eight (48) hours before restricting
vehicular access to garages or parking spaces, the
Contractor shall distribute to each affected
address a written notice stating when construction
operations will start and approximately when
vehicular accessibility will be restored. Twenty -
four (24) hours before shutting off water service,
the Contractor shall distribute to each affected
address, as determined by the Engineer, a separate
written notice stating the date and time the water
will be shut off and approximate time the water
will be turned back on. The written notices will
be prepared by the Engineer. The Contractor shall
insert the applicable dates and time at the time
he distributes the notices. Errors in
distribution, false starts, acts of God, strikes
or other alterations of the schedule will require
Contractor renotification using an explanatory
letter furnished by the Engineer.
r�
B. "NO PARKING -TOW AWAY" Signs
Is SP 5 of 11
The Contractor shall furnish, install, and
maintain in place "NO PARKING -TOW AWAY" signs
(even if streets have posted "NO PARKING" signs)
on the two streets adjacent to an alley to be
closed for construction. He shall post at least
40 hours in advance of the need for enforcement.
In addition, it shall be the Contractor's
responsibility to notify the City's Police
Department, Traffic Division at (714) 644 -3740,
for verification of posting at least 40 hours in
advance of the need for enforcement.
The signs shall (1) be made of white card stock;
(2) have minimum dimension of 12 inches wide and
18 inches high; and (3) be similar in design and
color to sign R -38 on the Caltrans Uniform Sign
Chart.
The Contractor shall print the hours and dates of
parking restrictions on the "NO PARKING -TOW AWAY"
signs in 2- inch -high letters and numbers. A
sample of the completed sign shall be approved by
the Engineer prior to posting.
C. Street Sweeping Signs
After posting "NO PARKING -TOW AWAY" signs, the
Contractor shall bag or cover street sweeping
signs on the two streets adjacent to an alley to
be closed for construction in a manner approved by
the Engineer. Immediately after completion of
alley work and upon removal of the "NO PARKING -TOW
AWAY" signs, the Contractor shall uncover street
sweeping signs on those streets which are not
adjacent to an alley to be closed for
construction.
VIII. CONSTRUCTION SURVEY STAKING
Field staking control of construction will be provided
by the Engineer.
IX. WATER
If the Contractor desires to use City's water, he shall
arrange for a meter and tender a $500 meter deposit
with the City. Upon return of the meter in good
condition to City, the deposit will be returned to the
Contractor, less a quantity charge for water usage.
X. STEEL PLATES
The City can provide, free of charge, a limited
quantity of 1" thick, 5' x 10' steel plates. These
plates may be obtained from and shall be returned to
the City's Utilities Yard at 949 West 16th Street. To
0 i SP 6 of 11
determine the number of plates available and to reserve
the plates, the Contractor must call the City's
Utilities Superintendent, Mr. Peter Antista, at (714)
644 -3011.
XI. SURFACE WATER CONTROL
Surface runoff water containing mud, silt or other
deleterious material due to the construction of this
project shall be treated by filtration or retention in
settling basin(s) sufficient to prevent such material
from migrating into the bay.
XII. WATER SERVICE
Water service shall be maintained at all times to
residences except as permitted in Section IV. The
Contractor's methods of providing such continuous
service shall be approved by the Engineer prior to
construction.
XIII. TEMPORARY BYPASS WATER SYSTEM
The Contractor shall provide a temporary bypass water
system for use on this project. The Contractor shall
make arrangements to certify the bacteriological safety
of the bypass system with Mr. Peter Antista, Utilities
Superintendent, at (714) 644 -3011. The Contractor
shall be responsible for all aspects of installing and
maintaining the temporary system.
XIV. CONSTRUCTION DETAILS
A. Alley Construction
1. Removals and Excavation
The work shall be done in accordance with
Section 300 - 1.3.2. of the Standard
Specifications except as modified and
supplemented herein. Final removal at the
sawcut lines may be accomplished by the use
of jackhammers or sledgehammers. Pavement
breakers or stompers will not be permitted on
the job. Final removal accomplished by other
means must be approved by the Engineer.
Existing Utilities
The Contractor shall adjust to finish grade
all sewer manholes, sewer cleanouts, water
meter boxes, water valve covers, and
monuments prior to the placement of pavement.
The Contractor shall be responsible for any
damages to existing utilities resulting from
his operations.
• SP 7 of 11
3. P.C.C. Curb and Sidewalk
The cost of removing and constructing curb,
gutter and sidewalk adjacent to new alley
approaches within the curb radius.shall be
included in the cost of constructing P.C.C.
alley approaches.
4. Encroaching Improvements
The Contractor shall salvage any brick
encroaching in the alley right of way, in
conflict with the work, and stack it neatly
on the property adjacent to the alley.
5. Patch Backs
The Contractor shall patch back A.C., P.C.C.
and brick within private property at
locations shown on the plans in a manner that
matches the adjoining existing private
property improvements in structural section,
texture and color.
6. Water Meter and Water Valve Boxes
Prior to the removal of the alley the
Contractor shall meet with the Engineer and a
representative of the Utilities Department to
determine which of the existing water meter
or valve boxes may be substandard or
broken. If a water meter or valve box is
determined to be substandard or broken the
City shall furnish a new box to the
Contractor for installation. Boxes provided
by the City shall be picked up by the
Contractor at the City's Utilities Yard at
949 West 16th Street. Boxes broken during
the course of construction shall be replaced
by the Contractor, from a Vendor, at his sole
expense.
B. Water Main Replacement
Materials
The Contractor shall provide and install pipe
materials which conform to section 207 -7 and
207 -9 of the Standard Specifications.
2. Installation
A.C.P. laying shall be performed in
accord with the recommendations of the
manufacturer as described in the most recent
publication of "Installation Guide for
Asbestos Cement Distribution and Transmission
Pipe," published by CAPCO Pipe Company, Inc.
3
• • SP 8 of 11
Care shall be used to prevent damage in
handling, moving and placing the pipe. It
shall not be dropped, dragged, nor handled in
such a manner as to cause scratches, bruises,
cracks, or chips.
Power driven saws with abrasive discs shall
not be used for dry cutting or beveling
asbestos cement pipe. Asbestos cement chips
and cuttings from the field operations shall
be disposed of in a manner that will not
contribute airborne asbestos dust to the
atmosphere.
Loose material shall never be dry swept.
Water or other dust suppressants shall be
applied in those circumstances where sweeping
is unavoidable.
Ductile iron pipe shall be a minimum of class
52 and shall be encased in minimum 8 -mil.
polyethylene. D.I.P. laying shall be
performed in accord with the recommendations
of the manufacturer and as described in the
most recent publication of AWWA C600
Installation Guide. Care shall be used to
prevent damage in handling, moving, and
placing the pipe. It shall not be dropped,
dragged, nor handled in such a manner as to
cause scratches, bruises, cracks, or chips.
All flange pipe connections shall be made
utilizing Type 316 stainless steel nuts and
bolts. All flex and transition coupling
hardware shall be stainless steel.
Closures
The Contractor shall use PVC pipe conforming
to AWWA Standard C -900 for all closures equal
to or less than 3 feet 3 inches. Where
closures are connected to existing or new
A.C. pipe, closure pieces shall have A.C.
pipe M.O.A. outside diameter.
4. Water Main Abandonment
Water main abandonment shall include the
following:
a. Removal and disposal of existing water
valve frames and covers, back filling
and compacting all voids with sand.
b. Abandoned pipe openings shall be plugged
with 4 inches minimum Class E mortar.
C. All water valves to be abandoned shall
be left with the valve set in the open
position, unless otherwise indicated.
• • SP 9 of 11
5. Water Meter Boxes
See "Construction Details," Section XIV, A.6.
C. Storm Drain Replacement
1. Materials
The Contractor shall provide and install
storm drain pipe materials of polyvinyl
chloride (PVC) SDR 35 which conform to the
requirements of ASTM D1784 and 3034. The PVC
pipe shall have a nominal diameter of 12
inches and shall have integral bell and
spigot connections with elastomeric gaskets.
2. Installation
a. Waterstop in various forms (e.g.,
flexible boot or sleeve O -ring or
gasket) produced from elastomeric
compound may be grouted or locked into
the curb inlet or curb drain. Pipe
inserts into waterstop.
b. Grouted connections directly to the PVC
pipe may be effective if the pipe at the
connection is first softened with
solvent and covered with sand.
C. Grout, proportioned by volume, shall be
1 part portland cement and 2 1/2 to 3
parts sand to which 1 /10 part lime may
be added.
D. Soil- Cement Placement
1. General
Soil- Cement shall consist of soil, portland
cement and water which conforms to the
requirements of Section 301 -3 of the Standard
Specifications except as modified by these
special provisions. Areas to be graded shall
be cleared of all vegetation, including roots
and root structures and other material
unsuitable for structural fill.
2. Onsite soil
The Contractor may include most soils
obtained from the excavation in the soil -
cement mixture. There is an inadequate
volume of onsite soil excavation to provide
for the soil- cement mixture. The Engineer
will be the sole judge as to the suitability
of excavated and imported soil for the soil
cement mixture.
s
• . SP 10 of 11
3. Cement
Cement shall be Type I /II low alkali portland
cement added to the suitable onsite or
imported soil at the rate of 240 pounds per
cubic yard for soil- cement.
4. Water
Fresh water shall be added to the soil- cement
mixture as necessary to attain maximum
compacted density. Optimum moisture content
shall be determined by the Engineer during
construction.
5. Mixing
Mixing may be performed in a central plant or
onsite.
6. Bonding
The surface of each compacted layer of soil -
cement shall be kept moist and clean until it
is covered with the next layer. Where a
layer will become dry such as overnight, the
Contractor shall scarify the layer to 1/2
inch minimum depth, then moisten the surface
and dust the scarified surface with
approximately 1 pound per square yard of dry
cement immediately prior to the placement of
the succeeding layer.
7. Keying and Benching
The base of the soil- cement hillside
restoration shall be keyed into the existing
hillside. The key shall be a 8 -foot wide
horizontal cut into the hillside at the back
of curb adjacent to Bayside Drive.
The remainder of the hillside shall be
benched into the hillside. The bench shall
be a 3 -foot wide horizontal cut into the
hillside beginning at the top of the key.
The contact between the soil- cement and the
existing hillside, including the key and the
benches, shall be moistened and dusted with
approximately 1 pound per square yard of dry
cement immediately prior to placement of
soil- cement against the bluff. Soil- cement
shall be spread in lifts not exceeding 6-
inches in compacted thickness.
• A •SP 11 of 11
Compacting
Soil- cement shall be compacted to 90% minimum
relative compaction.
9. Finishing
The surface of the hillside restoration shall
be compacted, shaped trimmed and finished to
a uniform surface which blends smoothly into
the existing hillside.
E. Hydroseeding
Hydroseeding is to take place as soon as possible
after the placement of the soil- cement. The
Hydroseed mix will be used strictly as a temporary
erosion control measure, and shall consist of
Zorro Fescue (Festuca Melgalura), to be applied at
the rate of 30 lbs /acre. The Contractor shall
submit a seed vendor's certification of seed
mixture, indicating percentage by weight of
purity, germination, and weed seed. The
Contractor shall maintain, water and reseed with
specified materials until all areas have uniform
plant growth.
XV. TEMPORARY RESURFACING
Paragraph 4, Section 306 - 1.5.1, "Temporary Resurfacing"
of the Standard Specifications shall be deleted and the
following added:
The cost of furnishing, placing, maintaining, removing
and disposing of temporary resurfacing shall be
included in the unit costs to install water mains and
laterals with trench resurfacing. Temporary
resurfacing shall be 2" in thickness, and is required
over all excavated pavement areas except where an
entire alley pavement is being reconstructed.
•
TO:
FROM:
•
JAN 1 3
City Council
Public Works Department
January 13, 1992
CITY COUNCIL AGENDA
,ITEM NO. F -3(a)
SUBJECT: CORONA DEL MAR WATER MAIN AND ALLEY REPLACEMENT
PROGRAM (C -2850)
RECOMMENDATION:
Award Contract No. 2850 to Mike Masanovich
Construction, Inc. of Arcadia!, CA for the total bid
price of $584,015.00, and authorize the. Mayor and the
City Clerk execute the contract..
* Corrected total bid price is $692,880.00
The low bidder, Mike Masanovich Const., Inc. is a well -
qualified General Engineering contractor who possesses a Class A
Contractor's License. Mike Masonovich Const. has not performed
previous contract work for the City; however, a check with their
experience references and the State Contractor's License Board
has shown that Mike Masonovich Const. has successfully completed
similar contracts for the County of Los Angeles' Sanitation
Districts, the Los Angeles' County Flood Control District, and
the City of Fontana and has no pending actions detrimental to
their contractor's license, respectively.
The low total bid price is 18% below the Engineer's
Estimate of $710,000.00. The disparity.between estimated and bid
amounts is attributed to an intense competition among contractors
caused by scarcity of such work.
This project provides for the replacement of 4,000
lineal feet of water main and reconstruction of alley
improvements, at locations shown on the attached Exhibit "A ".
At 11:00 A.M. on December 19,
1991, the City Clerk
opened
and read the following bids for
this project:
Bidder
Total Bid Price
Low
Mike Masanovich Const., Inc.
$584,015.00
2
P & J Utility
$665,105.00
3
Ken Thompson, Inc.
$670,456.45
4
G.R. McKervey, Inc.
$690,770.00
5
Vicco Construction, Inc.
$692,940.00*
6
Albert W. Davis, Inc.
$722,125.00
7
John T. Malloy
$722,477.50
8
Doty Bros. Equipment Co.
$830,027.50
* Corrected total bid price is $692,880.00
The low bidder, Mike Masanovich Const., Inc. is a well -
qualified General Engineering contractor who possesses a Class A
Contractor's License. Mike Masonovich Const. has not performed
previous contract work for the City; however, a check with their
experience references and the State Contractor's License Board
has shown that Mike Masonovich Const. has successfully completed
similar contracts for the County of Los Angeles' Sanitation
Districts, the Los Angeles' County Flood Control District, and
the City of Fontana and has no pending actions detrimental to
their contractor's license, respectively.
The low total bid price is 18% below the Engineer's
Estimate of $710,000.00. The disparity.between estimated and bid
amounts is attributed to an intense competition among contractors
caused by scarcity of such work.
This project provides for the replacement of 4,000
lineal feet of water main and reconstruction of alley
improvements, at locations shown on the attached Exhibit "A ".
•
•
0
Subject: Corona del Mar Water Main and Alley Replacement
Program (C -2850)
January 13, 1992
Page 2
The replacement water mains will improve domestic water
service and provide increased pressure and reliability for fire
protection. The water main replacement is part of the continuing
program to replace existing deteriorated mains in the City. The
reconstruction of the alley improvements will facilitate drainage
and provide a smooth driving surface. In conjunction with the
alley replacement, sewer connection cleanouts will be installed
to provide for future maintenance of laterals to adjacent houses,
and storm drain facilities will be installed at two (2) alley
ends in hillside restorations' adjacent to Bayside Drive.
Funds for award are proposed from the following
appropriations:
Description
------------------------------
Sewer Main Replacement Program
Water Main Replacement Program
Water Main Replacement Program
Account No.
7533 - 5300001
7503- 5000002
7503 - 5000003
C.D.M Alley Replacement Program 7013- 3130011
Street and Alley Improvement Prog. 7013- 3010001
Total
Amount
$44,400.00
$284,133.24
$122,666.76
$110,000,00
$ 22,815,00
$584,015.00
The plans and specifications were prepared by the
Public Works Department. All work should be completed by June
10, 1992.
/ J?4t/ot-1
Benjamin s. Nolan
Public Works Director
SL: so
Attachment
i
•
. . IMMI.M.144MM Of ...
1991-92 ClTTN.R DEL MFR
EXHI ®IT W
FTIORTE. 11/14/91
P
•
TO:
FROM:
SUBJECT:
•
0
City Council
Public Works Department
November 25, 1991
CITY COUNCIL AGENDA
ITEM NO. F -11
CORONA DEL MAR WATER LINE AND ALLEY REPLACEMENT PROGRAM
(C -2850)
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to be
opened at A,&"@ -&-gmw 91.
DISCUSSION:
This project provides for the replacement of 4,000
lineal feet of water main and reconstruction of alley
improvements, as shown on the attached Exhibit "A ".
The replacement water mains will improve domestic water
service and provide increased pressure and reliability for fire
protection. The water main replacement is part of the continuing
program to replace existing deteriorated mains in the City. The
reconstruction of the alley improvements will facilitate drainage
and provide a smooth driving surface. In conjunction with the
alley replacement, sewer connection cleanouts will be installed
along alley to provide for future maintenance of laterals to
adjacent houses.
The Engineer's Estimate is $710,000. Sufficient funds
to award this amount are available from the Sewer Main
Replacement Program, the Water Main Replacement Program, and the
Corona del Mar Alley Replacement Program.
The plans and
Public Works Department.
1,0, 1992.// GI��
• ��!G �ti�Aj Gam. / e�[A�n
Ben7amin B. Nolan
Public Works Director
SL: so
Attachment
specifications were prepared by the
All work should be completed by June
•
0
•
0
C
HARMR
O
O s
0 00 GG ,5
Oho p��
ENTRRNCE
� qy�
CITY OF NEWPORT BEACON
PUBLIC WORKS DEPRRTMENT
1991 -92 CORONA DEL MAR
WATER MAIN REPLACEMENT PROGRAM
C -2850
EXHIBIT "V
DRRWN: FTIORTE: 11/1
Deana supwor aaa.1 Cm- pW = a.621 .
Sapundm29 .1961. and/421B191 Jur 11.1
STATE OF CALIFORNIA
County of Orange
I am a Citizen of the United States and a
resident of the County aforesaid; I am over
the age of eighteen years, and not a party to
or interested in the below entitled matter. I
am a principal clerk of the NEWPORT
BEACH —COSTA MESA PILOT, a
newspaper of general circulation, printed
and published in the City of Costa Mesa,
County of Orange, State of Califomia, and
that attached Notice is a true and complete
copy as was printed and published on the
following dates:
December 7, 10, 1991
I declare, under penalty of perjury, that the
foregoing is true and correct.
Executed on December 10, ,1991
at Costa MM ial �mia��
Signature
15 PROOF OF PUBLICATION