Loading...
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