Loading...
HomeMy WebLinkAboutC-2926 - Corona del Mar & Balboa Peninsula Concrete ReplacementCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 t " �% L° / y �' TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: February 5, 1993 SUBJECT: Contract No. C -2926 Description of Contract Corona del Mar and Balboa Peninsula Concrete Replacement Effective date of Contract February 5 1993 Authorized by Minute Action, approved on January 25 1993 Contract with J & B Kovac Engineering Address 9272 Cloudhaven Drive Huntington Beach CA 92646 Amount of Contract $76,770.00 "1� s Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach • • • BY THE CiT ' C�L, CITY OF NEWPORT 6-b.-'. APPROVED E January 25, 1993 CITY COUNCIL AGENDA ITEM NO. 4 TO: Mayor and Members of the City Council FROM: Public works Department SUBJECT: CORONA DEL MAR AND BALBOA PENINSULA CONCRETE REPLACEMENT (C -2926) RECOMMENDATIONS: 1. Award Contract No. 2926 to J & B Kovac Engineering J V for the total bid price of $76,770.00, and authorize the Mayor and the City Clerk to execute the contract. 2. Authorize Staff to increase the extent of work, but not to exceed a $100,000.00 total contract amount. DISCUSSION: At 11:00 A.M. on January 14, 1993 the City Clerk opened and read the following bids for this project: BIDDER TOTAL BID PRICE Low J & B Kovac Engineering J V $76,770.00 2. The Bradick Companies, Inc. 81,575.00 3. Lambaren Contractors Incorporated 82,803.00 4. Civil Works Corp. 86,220.00 5. Kennedy Pipeline 87.159.00 6. Grigolla & Sons Construction Co. Inc. 87,440.00 7. Los Angeles Engineering, Inc. 88,880.00 S. Accurate Construction Incorporated 89,750.00 9. A & Y Asphalt Contractors, Inc. 91,373.00 10. Ranco Corporation 95,711.00* 11. Bopark Enterprises, Inc. 98,928.80 12. Nobest, Inc. 104,027.50 13. Rick Hamm Construction, Inc. 105,087.00 L Subject: Corona del Mar and Balboa Peninsula Concrete Replacement (C -2926) January 25, 1993 Page 2 14. Pinco Construction Co. 111,111.00 15. Damon Const. Co. 139,705.00 * Corrected total bid price is $95,655.10 The low total bid price is 23% below the Engineer's estimate of $100,000. The low bidder, J & B Kovac Engineering JV is a well - qualified general engineering contractor who has successfully completed similar contracts for the City. This project provides for the replacement of defective Portland cement concrete improvements in Corona del Mar and on Balboa Peninsula. Approximately 22,000 sq. ft. of sidewalk, 200 linear ft. of curb and 800 sq. ft. of alley approach concrete will be replaced; 700 sq. ft. of parkway paving will be removed; and 33 curb access ramps will be installed. Funds to award this contract are proposed from the General Service Department's Sidewalk, Curb and Gutter Replacement Program appropriation, Account No. 7013 - 98313003. An award amount of $100,000.00 was anticipated for the project; however, because of the favorable bid response, additional quantities of concrete replacement may be desired by City Council. If authorized, Staff will increase the extent of work, but not to exceed a $100,000.00 total contract amount. The replacement schedule and specifications for the project were prepared by General Services and Public Works Department staffs. All work is to be completed by April 30, 1993. Benjamin B. Public Work: LD:so Nolan Director . �o _, • NOTICE INVITING BIDS CITY CLERK Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CR 92659 -1768 until 11:00 A.M. on the 14th day of January , 1993, at whit t� ime sucFi bids shall be opened and read for CORONA DEL MAR AND BALBOA PENINSULA CONCRETE REPLACEMENT Title of Project 29'26 Contract No. $100,000 Engineer's Estimate � 1� �'�' I "'ill.' )41100, Rpproved by the City Council this 14 day of DPcPmhPr. 1992. i Wanda E. RaggiV City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92659 -1768. For further information, call Lloyd Dalton at 644 -3311. Project Manager x • • PR 1.1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL CORONA DEL MAR AND BALBOA PENINSULA CONCRETE REPLACEMENT CONTRACT NO. 2926 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 locations of the work, read the Instructions to Bidders, and examined these Special Provisions; that he hereby proposes to furnish all materials and do all work required to complete Contract No. 2926 in accordance with these Special Provisions; and that he will take in full payment therefor the following unit prices for the completed items of work, to wit: ITEM QUANTITY ITEM DESCRIPTION AND IINIT TOTAL NO. AND IINIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Mobilization @ Three Thousand Dollars and No Cents $ 3,000.00 Per Lump Sum 2. 800 Remove and reconstruct P.C.C. Sq. Ft. alley approach per schedule Four No Per Square Foot Dollars and Cents $ 4.00 $ 3,200.00 3. 22,500 Remove and reconstruct P.C.C. Sq. Ft. sidewalk per schedule @ Two dollars Dollars and Forty Cents $ Per Square Foot 2.40 $ 54,000.00 • • PR 1.2 ITEM QUANTITY ITEM DESCRIPTION AND UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 60 Remove and reconstruct P.C.C. Lin. Ft. curb and gutter per schedule @_FightPpn Dollars and No Cents $ 18.00 $ 1,080.00 Per Lineal Foot 5. 150 Remove and reconstruct P.C.C. Sq. Ft. curb per schedule @ Sixteen dollar Dollars and No Cents $ 16.00 $ 2,400.00 Per Square Foot 6. 2,200 Remove and curb and sidewalk Sq. Ft. and construct P.C.C. access ramp per schedule @ Five dollars Dollars and Fifty cents Cents $ 5.50 $12,100.00 Per Square Foot 7. 660 Remove parkway paving and fill, level Sq. Ft. and compact backfill per schedule @ One Dollars and Fifty cents Cents $ 1.50 g 990.00 Per Square Foot Seventy Six Thousand and Seven Hundred Dollars and No Cents $ 76,770.00 TOTAL BID PRICE (WORDS) TOTAL BID PRICE (FIGURES) 1 -7 -93 J & B Kovac Engineering Date Bidder (714) 964 -4856 Branimir Kovac, Owner Bidder's Telephone No. Authorized Signature /Title 597141 "A" 9272 Cloudhaven Drive, Huntington Beach, CA 92646 Bidder's License Bidder's Address No. & Classification 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 seg.) , the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be responsible for 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 co 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 597141 "A" Contractor's License No. & Classification J & B Kovac Engineering 1 -7 -93 Date Authorized Signature /Title Branimir Kovac, Owner 5/91 L 11 Page 3 DESIGNATION OF SUBCONTRACTOR(S) 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. 3. 4. 5. 6. 7. a. 9. 10. 11. 12. i Kovar. Fnginee-ring Bidder 5191 Authorized Signature /Title Branimir Kovac, Owner INSURANCE COMPANY OF THE WEST P. O. BOX 85563 - SAN DIEGO, CALIFORNIA 92138 -5563 BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS: That we, J & B Kovac Engineering, A Joint Venture 9272 Cloudhaven Dr. Huntington Beach, Ca. 92646 (hereinafter called the principal), and INSURANCE COMPANY OF THE WEST, a corporation organized and doing business under and by virtue of the laws of the State of California, and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of California as Surety, are held and firmly bound unto the City of Newport Beach (hereinafter called the obligee) in the just and full sum of Ten Per Cent of Total Attnunt Bid— - -- Dollars (S- - 10 % - - - -) lawful money of the United States of America, for the payment of which, well and truly to be made, we hereby bind ourselves and our and each of our successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden principal as aforesaid, is about to hand in and submit to the obligee a bid or proposal dated 1/14/93 for Corona del Mar and Balboa Penninsula Concrete Replacertent Project #2926 in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefor. NOW, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required by law, then this obligation to be null and void, otherwise to be and remain in full force and effect. IN WITNESS WHEREOF, said principal and said Surety have caused these presents to be duly signed and sealed this 5th day of January 119 93 J & B Kovac Engineering, A Joint Venture M INSURANCE COMPANY / PTHE By ( N It INSURACE COMPANY OF T* WEST HOME OFFICE: SAN DIEGO, CALIFORNIA Certified Copy of POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That INSURANCE COMPANY OF THE WEST, a Corporation duly authorized and existing under the laws of the State of California and having its principal office in the City of San Diego, California, does hereby nominate, constitute and appoint: C. MICHAEL HENLEY its true and lawful Attorney (s) with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver any and all bonds, undertakings, recognizonces or other written obligations in the nature thereof. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of INSURANCE COMPANY OF THE WEST at a meeting duly called and held on the Sixth day of February, 1973, which said Resolution has not been amended or rescinded and of which the following is a true, full, and complete copy: "RESOLVED: That the President or Secretary may from time to time appoint Attorneys -in- Fact to represent and act for and on behalf of the Company, and either the President or Secretary, the Board of Directors or Executive Committee may at any time remove such Attorneys -in -Fact and revoke the Power of Attorney given him or her; and be it further RESOLVED: That the Attorney -in -Fact may be given full power to execute for and in the name of and on behalf of the Company any and all bonds and undertakings as the business of the Company may require, and any such bonds or undertakings executed by any such Attorney - in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Secretary." IN WITNESS WHEREOF, INSURANCE COMPANY OF THE WEST has caused its official seal to be here- unto affixed and these presents to be signed by its duly authorized officers this 11th day of July, 1989. �tpv.vAaro� �cnwotifa �s� t STATE OF CALIFORNIA 55. �,(lfpPMl� COUNTY OF SAN DIEGO INSURANCE COMPANY OF THE WEST On this 11th day of July, 1969 before the subscriber, a Notary Public of the State i of California, n and for the County of San Diego, duly commissioned and qualified, came BERNARD M. FELDMAN, President of INSURANCE COMPANY OF THE WEST, to me personally known to be the individual and officer described in and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposeth and saith, that he is the said officer of the Corporation aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of the said Corporation, and that the said Corporate Seal and his signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of San Diego, _the day and year first above written. C'4C•AL UAI JANIS E. THEODORE .:�.:•". hO'kiy "IRIC CAOFI)ANIA i% :.......: PP.:N: 7AL (YFICE IN �� $AN D'c GO COIN iv ur Calm -11 a EL7 tune 1 1990 STATE OF C}A'i'iF'ORt•FI'A'� SJbi.^.9H,bSVeV COUNTY OF SAN DIEGO I, the undersigned, JAMES W. AUSTIN, III, Secretary of INSURANCE COMPANY OF THE WEST, do hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a full, true ar'd correct copy, is in full force and effect, and has not been revoked. IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the Corporate Seal of the Corporation, this jtl', day of January 19 93 n�111A,1, % / // � �� Vim/ Secretary ZCW CAL 37(REV. 5/87) i State of California County of Los ATxJeles On Jan. 5, 1993 before me, Vicki L. Breunig DATE NAME TITLE OF OFFICER. EGG. *JME DOE NOTARY PUBLIC personally appeared C. Michael Henley NAME(ST OF SIGNER($) ❑ personally known to me - OR - ® proved to me on the basis of satisfactory evidence to be the person(t) whose name(E9 is/#W subscribed to the within instrument and ac- knowledged to me that he/MNVDW executed the same in his /H" authorized OFFICIAL SEAL capacity(IW, and that by his/ C VICKI L. BREUNIG signature(j) on the instrument the person(e), NOTARYPUGLIC CALIFORNIA ortheentityuponbehalfofwhichtheperson (9j S; PRINCIPAL rWFIU �N acted, executed the instrument. � LOS ANGELES COUNTY My Commisslon Ex P. Mar Z4. 199E Witness my hand and official seal. Vicki L. CAPACITY CLAIMED BY SIGNER 0 INDIVIDUAL(S) Q CORPORATE OFFICER(S) TITLES) PARTNER(S) ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ SUBSCRIBING WITNESS rl GUARDIAMCONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENT(TYPES) Tnst,rance Crarmany of the ielr,ct ATTENTION NOTARY: ABhough the information requested below is OPTIONAL. it Could prevent fraudulent attachment of this certificate to unauthorized document. THIS CERTIFICATE Title or Type of Document Bid Bond to City of Newport Beach MUST BE ATTACHED Number of Pages One (1) Date of Document 1/5/93 TO THE DOCUMENT N/A DESCRIBED AT RIGHT: Signer(s) Other Than Named Above S 1991 NATIONAL NOTARY ASSOCIATION - B236 RemmN Aw. • 1 .O. BoG T16A • CinWa PaM1.OA 9t3W''/ BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, 1�1 Page 4 That we, as bidder, and as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($ ),lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of (Title of Project and Contract No.) in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver to said City the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) 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 day of , 19_ Bidder (Attach Acknowledgment Of Attorney -In -Fact) Notary Public Commission Expires: 5/91 Authorized Signature /Title Branimir Kovac, Owner SURETY zz • s Page 5 NON - COLLUSION AFFIDAVIT State of California ) ss. County of QiY7 e ) �Od� r9C/�ty being first duly sworn, deposes and says that he or she is ice! /ylph of a7 /3 Ar"inP � i' the party making the foregoing bid; that the bid is not made in the el 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. Bidder Authotized Signature /Title Subscribed and sworn to before me this day of924&dA4KI 19ot 3. Notary Publ" L / My Commission Expires: b 5191 [SEAL] E. SQUIRE COMM. f 972818 Z Q Notary Public — California Z ORANGE COUNTY My Comm. Expires SEP 7, 1996 • • 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 J & B Kovac Engineering Bidder 5/91 Authorized Signature /Title Branimir Kovac, Owner a s Page 7 NOTICE TO SUCCESSFUL BIDDER 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 9) CERTIFICATE OF INSURANCE (Page 10) GENERAL LIABILITY INSURANCE ENDORSEMENT (Page 11) AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT (Page 12) WORKERS' COMPENSATION INSURANCE CERTIFICATION (Page 13) CONTRACT (Page 14) The City of Newport Beach will not permit a substitute format for these contract documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. 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 provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. 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. 5/91 0 0 Page 13 WORKERS' COMPENSATION INSURANCE CERTIFICATION "I am 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 will comply with such provisions before commencing the performance of the work of this contract." 1/25/93 Date C -2926 Contract Number 5/91 J & B Kovac Engineering Name of Contractor (Principal) 942�� Authorized Signature and Title Branimir Kovac, Owner Corona del Mar and Balboa Peninsula Concrete Replacement Title of Project C -2926 0 0 Page 14 CONTRACT THIS AGREEMENT, entered into this day of�6 �G , 19�, , by and between the CITY OF NEWPORT BEACH, hereinafter "C y," and J & B Kovac Engineering ' hereinafter "Contractor," is made with reference to the following facts: A. City has heretofore advertised for bids for the following described public work: Corona del Mar and Balboa Peninsula Concrete Replacement C -2926 Title of Project Contract No. 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 and Balboa Peninsula Concrete Replacement C -2926 Title of Project Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of Seventy Six Thousand Seven Hundred Seventy Dollars ($ 76,770.0 ). This compensation & 00 /100 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. 5/91 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 forCorona del Mar and Balboa Peninsula Concrete Replacement - Title of Project 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. ATTEST: 5/91 CITY OF NEWPORT BEACH J & B Kovac Engineering Name of Contractor Authorized Signature and Title Branimir Kovac, Owner 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS CORONA DEL MAR AND BALBOA PENINSULA CONCRETE REPLACEMENT CONTRACT NO. 2926 I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . 1 II. COMPLETION, SCHEDULE AND PROSECUTION OF WORK . . . . 1 III. CONTRACTOR'S LICENSES . . . . . . . . . . . . . . . . 1 IV. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . 2 V. WATER . . . . . . . . . . . . . . . . . . . . . . . . 2 VI. "NO PARKING, TOW -AWAY' SIGNS . . . . . . . . . . . . 2 VII. NOTIFICATION TO RESIDENTS . . . . . . . . . . . . . 3 VIII. CONSTRUCTION MARKINGS . . . . . . . . . . . . . . . . 3 IX. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . 3 A. Removals . . . . . . . . . . . . . . . . . . . . 3 B. P.C.C. Replacements . . . . . . . . . . . . . . . 3 • 0 SP 1 of 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS CORONA DEL MAR AND BALBOA PENINSULA CONCRETE REPLACEMENT CONTRACT NO. 2926 I. SCOPE OF WORK The work to be done under this contract consists of (1) removing PCC improvements; (2) removing severed street roots; (3) backfilling or reconstructing P.C.C. improvements; (4) performing other incidental items of work as necessary to complete the work in place. All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the attached P.C.C. Removal and Replacement schedule; (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, including Supplements). Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department for Five Dollars ($10.00). Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 202 -7775. II. COMPLETION SCHEDULE AND PROSECUTION OF WORK No work shall begin until a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five (5) working days prior to commencing any work. The following requirements shall be incorporated into the schedule: A. All work under this contact shall be completed before April 30, 1993 or within fifty -four (54) consecutive calendar days after the start of work, whichever occurs first. B. Hours of Work: 7:00 A.M. - 6:30 P.M. weekdays. No work will be permitted on Saturdays,Sundays, and holidays which disturbs, or could disturb, a person of normal sensitivity who works or resides in the vicinity. III. CONTRACTOR'S LICENSES At the time of award the Contractor shall possess a General Engineering Contractor A license or Specialty Concrete Contractor C -8 license. • • SP 2 of 4 At the start of work and until completion, the Contractor shall possess a business license issued by the City of Newport Beach. IV. PAYMENT The unit or lump sum price bid for each item of work shown on the proposal shall be considered as full compensation for 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 (e.g., excavation, removal, sawcutting, protecting property corners, preparing subgrade, etc.) shall be included in the unit prices bid for items of work. Partial payments for mobilization shall be made in accordance with Section 10264 of the California Public Contract Code. V. WATER If the Contractor elects to use the 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 the City, the deposit will be returned to Contractor, less a quantity charge for water usage. VI. "NO PARKING TOW- AWAY" Signs Where work necessitates temporary prohibition of parking during construction, the Contractor shall furnish, install, and maintain in place "NO PARKING, TOW - AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty (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 of enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12 inches wide and 18 inches high; and (3) be similar in design and color to Sign No. R -38 of the Caltrans Uniform Sign Chart. The Contractor shall print the hours, days and date of closure in 2- inch -high letters and numbers. A sample of the completed sign shall be approved by the Engineer prior to posting. The Contractor shall only post streets with the time and dates that disrupts parking and access. Errors in posting "NO PARKING, TOW - AWAY" signs, false starts, acts of God, strikes, or other alterations of the schedule will require that the Contractor re -post the "NO PARKING, TOW - AWAY" signs. SP 3 of 4 VII. NOTIFICATION TO RESIDENTS Between 48 and 55 hours before closing an alley or driveway, 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. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates and times at the time he distributes the notices. Errors in distribution of notices, false starts, acts of God, strikes or other alterations of the schedule will require that the Contractor redistribute notices to residents. VIII. CONSTRUCTION MARKINGS Limits of removal are field- identified by white and orange paint markings. Existing property corners and survey ties adjacent to removals shall be protected and maintained. In situations where property corners or survey ties interfere with the work, the Contractor shall notify the Engineer a minimum of two (2) working days prior to removal so that the Engineer can survey and reset property corners and survey ties. IX. CONSTRUCTION DETAILS A. Removals 1. Existing P.C.C. and A.C. improvements shall be sawcut a minimum of two (2) inches deep prior to removal. P.C.C. replacement and parkway paving removal quantities and locations are indicated in the attached schedule. Final removal at the sawcut lines using equipment such as hard -blow pavement breakers and /or stompers shall be approved by the Engineer. Should the Contractor damage the sawcut edge during or after removal, the damaged edge shall be removed by additional sawcutting and replaced at the Contractor's sole expense. Pavement and unsalvageable materials that are removed shall become the property of the Contractor and shall be disposed of at the Contractor's expense in a manner and at a location acceptable to cognizant agencies. All costs for providing removal and disposal shall be included in the unit price bid for that item of work. 2. Adjacent Improvements - The Contractor shall be responsible for the protection of public and private improvements adjacent to the work. The Contractor shall use appropriate construction methods and equipment to assure the protection of landscape, driveways and • • SP 4 of 4 parkway improvements immediately adjacent to his work. If damage occurs to said landscape, driveways or parkway improvements, the Contractor shall be responsible for restoring same to their condition prior to construction. The Contractor may anticipate a certain amount of parkway sprinkler pipe breakage associated with sidewalk replacement. The Contractor shall repair said breakage and flush the sprinkler system to clear debris from the system as an incidental item of work. 3. The Contractor shall remove (without replacing) parkway paving listed in the schedule. Salvageable brick shall be neatly stacked on the adjoining private property. The Contractor shall provide clean imported or native excess soil and backfill, level and compact the removal areas to within 1 inch of the adjoining concrete surfaces. 4. The Contractor shall replace unstable subgrade material with clean imported or native excess soil. Since the locations and depths of unstable subgrade material are unknown, the areas and depths shall be determined by the Engineer during construction . 5. The Contractor shall remove tree roots which lay within 6 inches of final subgrade surface. Said roots shall be severed by City forces prior to removal. Accordingly, the Contractor shall notify Bob Bailey, Tree Maintenance Supervisor, telephone 644 -3162, 2 work days in advance of sidewalk reconstruction so that City forces may accomplish their work without undue delay to the Contractor. B. P.C.C. Replacements The Contractor shall grade, form, and finish all P.C.C. replacements to match the appearance of the adjoining P.C.C. improvements. In addition, the Contractor shall remove and dispose of all A.C. patches and ramps upon sidewalk panels adjoining those sidewalk panels which are to be reconstructed. 1. Sidewalk and curb access ramps shall be opened to pedestrian use on the day following concrete placement. 2. P.C.C. replacements subject to vehicle loads (e.g., cross gutters and curb and gutter along driveways) shall not opened to vehicle loads until the concrete has cured to minimum strength of 2,000 psi. W O ti 2 W V J W Z Q J W cc V sa I N I CD Itt d• I-T Iq V co co 00 r V O i C N N w co N ' N N cm o N a� aT � aT > T Ny LL N W Ua Q ¢ � i VLL a �� 0 0 er CD to a a Y J T� hh 'IT N CO O d' ao O c V N co O O co N I- h N N M M N N r `7 N r N N f� d' a0 O V O O O N r r N J � c a) d W N Q ~ d > a Z �ao < o o CL Z W� o O c ° d am 0 m c w W O > > > > > > o > ct Z c> > CO CO m [m m >QQQQQ¢QQQaQ m ca ca 3 3 ca ca ca ca ca M ca N cc a c c c c c c- co o �; � y c o >, R3 w ca a) ca d a1 ca m ns o c y 0 > > ro ID 0 0);m 0 0 N = N a c_ c_ c c c •o c •o c c_ c 'o o 0 0 00 00 o Q o (n fA o o 0 o C rn cD N ao O o � r o a a AIM s CL r N r r 0 0 0 d' O N O O'q CO It N CO O LO r O I, � rl fl- rl r r M co fl I� O O r N N M w r M M M M M M M N N N M M M M M M M M M M h Oo O O r N M Ln CD f� CO 01 r r r r r r r r T r W v W T 1 r Z 4 4 a 9 0 w M LO a � a Q QI co J V Y W W W W V co Y V It IRt N UI a a Y Y " ' �I 1 �I • aN :a I Y J F 1 Q LL N O OD It co O q N CO 00 V O 00 N O 00 O N O W OI M N CO 00 M r M CO '7 h d' r O CO 1 0 i 3 co Q' � N a C O � a c Q Z p cc > > > > > j LU "' > Q¢¢ Q Q -p > c ca a > a> Q m m a> w 0 0 0 0 L ~ cc$ m Q y¢QQQQ¢QQ aiJ��N2 a� a» o a o o o U U V U U U U U O U� O 0 a� 2 2 2 2 2 2 L L 0 0 0 0 0 0 0 0 0 M Lo 0 O O 0 O O IT 00 O a' U) m I- M M CO') N M N M� M M C"7 M M N t- W O r N M� LO CO f, CO ZI N N N N N M M M M M M M M M w Lu • s �I �F HI N 00 � � c co ( (0 0 00 O O � � I IT c co V V' 0 00 � � V V NI H N 0 N UUU N � Q m W LL Z LL zi LL Q a w s v aD co 0 n sa �FF a yl 7l OD IRt 00 00 If V 00 00 7 N U�U N UI � Q 2 LL O O .1 co co � O Q V7 :a I Y J 3 ~ LL N m 1 N 7 0 V CO 00 MO co V O\ O M D O 00 T T T r N W W T V /� 1 V Iq N N W T� T LO M T 10 N V7 I � J j Q Q > Z 3 N > W 0 W cis Z N Cn > Q o Q Z i U O c c O O ~ W 0) > 0) > N > 0) > N > 'O O .p 0) 0) N Oj > N 0) > N N N Q .r c`6 W Q Q Q Q Q > > >> a Q > Q > >> O N 3 7 7 7 U) m m 'O •O -0 'O v v v v v v 0 N •V rn •V y 'U y 'U y 'U co� 0 0 0 0 0 O) 0 O) 0 0 CY) 0 O 0 cm = L L U U _O U Z Z Z Z Z CL C G CL. C G CCL C CCL L CC. L cc� L CC� L ccL L a T r O Cf) O co N M N M N O� 00 N V CO m MIct Cl O T r O�'cr O T 0 0 — N N N N N M M M N N N M M N N M M M M M M M M M O r N M "t CO !� OD O T N M' i ToLo' co co co co co co co co co N r, � rl � r- v u �I NI U UI e et o o0 M M C C7 O O n n a aD d dp v v m m c co c co v v T T v v V V ` `T° c co 1 0 L � k k k k 0.1 � t;^( L W N N co C CQ �I ,I LO 111 C LL V N 4 4 • 0 allIt 19Tco co 00 Iq 00 co It .9t C\j 't OD d sl T T T xl (U� Q � (D CD CD O O CD LO N Q C7 JI I Q LL Q N :a I Y J 3 LL CO tt Cfl V CD It N I V• Cn �t N OD O N (D M W O to N N M� T T N T N N N T T CD M M r 2 N Cn 1 J Q ¢ �- a' ¢' o z � a) Q m C Z W O J > N �, d N U) fn Cl) j U ZF N y N 0 0 0 0 i W Q > > >> Q Q 0 > -0 > -0 > -0 > a > 0 > 0 > 0 > N > N > N > y > N > N > d > L ¢ Q Q Q m m m Q Q Q Q Q Q Q Q Q Q ->� 'CO U) a U)i 4) a�i a�i ac°i E E E E E E E E E E 4)-,e-,em CD 0 cn m O O O O m m c`�a m cNO CNo N O O Cn r M T M T r C7 N T N T N r O r t N N M N C'7 0 O r- O '- O r O r� N CO N M T P') CO C'9 Co. M N CO 0 CO. CO. N N N m M M co N N N C?I CD n co CA O O T O N O C7 O �t O t17 O CD O f� O O O CT O O T T T ZI O O O O r T T T T T T T T T T T 0 LL J C 11 I V h Z u c c 4 C c n I Co (D N CO It Iq I co co T It q�t Itt NI } gl a`I l7 UU N Q I UI J I I Q 1 1 tL a I Y i J CD O N 'V q "j. 00 co O N O d' O M CA 00 G N N CD N N T N T N d' � T 00 C) CD CD 'q T 'C T T T J _ N J J ~ [ a ' > > > Z CO aa) N vz � M L �uj > a a) a> cn cn a > m > m o 3 3 0 0 N a) C C6 C C6 N > N > N > N > N > N > N > N > U N > N > > .V > > � > CU > N > E W w< < < < < < < < < < a ¢ m m Q Q Q U O V 0 N •C N 'C N 'C N N y N N y 'C V) N U) U) 0) N N O CO O O CO O _ N _ 't _ co _ O .N NItt _ _ W _ W O T O O c7 rl_ r� O N O M O C7 T N T N T N T N N I CV N N N N M N Cr) cV Co N co N cr) N O cr) O C'7 O C) c7 N co N N M� Ln O r O T N Ch V CD f� CO CA ZI T T T T T T ,2r N N N N N N N CV N N T T T T T T T T T T T T T T T T T n C 4 3 C v F u `u e 0 0 M T 0 CL -qaDOD00ItrN� CO��R�N ��' NISI 10, >1 >1 CO Y,S a v v �n N CD co O O N Q � Q 2 LL 1 J 1 I a� ' Q N a ' � Y J F cq to co O N v Or CD N (MD v O(0 Cn O O 00 LO co W OI GO T T N co CD N co M I- N N CO T CO CD CO M Cb � C N T T T N > > t 3 3 O N > (U >N Z a p > Q >1 m > co go O W 3 N CD m C N = C C Z O N >, C O O U O CO O >> L m > > 'C + L-¢ OO CO �ppc_ap QQ °Q 3 3 o M a 0 CL 3 3 0 m 3 3 3 N N N d N N N d CD C 0 0 �_ U C N N N > > > > > > > > > > 4S .`., r > > Q u m m a a a a> a a a a o o 0>> >. V) v, N v) as v�p a� w NOcncnm U (U (U CC = = = = _ _ r N r O O r (A n 0 CD CD 1.- M r O N V CD M M LL TO O r o M N N N M M r r T 0 CT N N co N co N a CO N 00 N O N co N N N N N N N N N N N N N N O T N M It l!') CD f� (XJ (T O r N M LO CD f� OD zI MMMMM MMMMMIt vvIRt����� r r r T T r T r T T T T r T r r T T M 0 0 W W V co 2 W V J a W W O Q J cc V v a LL J a ryry � N M M (O a Y J l4tN 3 co c0 ll� O V M O� It M O c0 c0 co n W O �� cV O N N c0 �Y 00 V V rf O N T O Cl) T r T T T N J > 0 a Y z 3 C ro O cu O W Zr > > > o O > > ro J W C C C > > > > > > > > > > > a > > cr 3 3 3 o omcoFoFnco aaa Sam c c c c c w ro w co w ro w ro w ro co m c c ai ai � c>o co cc .0 M aroi U aroi U ac°i U U U C c c c c c c aa) U aroi U U CAcnV3 U U OOOOO(D� L L L L L L N U)�OO L O O T � V O T T N 1410 M N M T T N T O� V 0 0 (O c0 �o M M N 0 f, f� h N r h !, f� h !� 0 0 0 0 0 0 (D T (p (p N N N N N N N N N N N M M M M M N N N N JI O O r N M �' to co I, 00 �Z+II LA LO LO to LO Lo I to U") LO 10) U') (O CO co (D CO CO T T T T r T r T T T r T T T T T T 0 0 W W 2 W V J W cc O Q J O �I ti V Q 0 N N N N OI C M V Sri O r OO Z CO CCO CO I� r r n n !� n n !- M M T T T T T UW y c co L W co W T T c QI L MQ I.L RLL J ¢N a Y J F FF LL OD w w C CO O O N N O O 0 00 O O o o7 ( (D ' 'cY N N v v N N(o O O CD � T T O O% c cf T T C C7 T T 0 00 T T T T O OO N N f f� T T 0 00 M M O_ N N � T I^ T v m Q Q Q c ~ O Q > > > , O c c ~ c E �a a a3i a a3i c L m E m m z c co o cn U U) c c o O �j c c> > > c c O O o o> J a 0 a cc a N 0 a) 0 0) 0 0> a 3 > 0) a 3 > 0) w w w w w w N N�> > CO a a a > > >> a N Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q c c c co ( (6 c cc c ca 43 f fC f fC ( (0 M M m m M f0 = OS ( (b f = = = N N t t t t L L L L N N L L L L L L L O O L L o o L L L L L L L L L L U U m m m w w m mw�00000000U) 0 O C C 0 00 O OO V V M M O O T T 00 N N I It C CO , , O O" O O O O 0 0 M M T T N N1 N N1/^� � NI^� 0 01^ 0 0 � Tf� O T T T T. W W O O ) ) T T T T T T T T T T O O u u/ L � N LO O � T N N N I I N N N N N I I f9 N N I I N N N N N N N N N N N N N I I- W O W Lk T u; ti 2 z LL a Ll E a� a� U) U) NI N N firk? O O O co M N to f- NI YI d _ ap 0 M CO Cf) U LO N O O N CL Q Q cc .- r M O C—:, C UI i M N � i Q�i i c y IL I Y I J Q O eY M M O Lb r M Ln M N W M 0 0 00 00 M C iW 0 r o t- CM (O O (O r cv) r T <t �' r N r m 0 N 9 N N 1 J i � Q Z "0 cab J 2 W Z N p C O Z E o Z U d L L N w N N 0 N w CJ ( r Q N 0 C N " N " 2 w N w N " 0 = N = N = 0 = N = C N 1 N = 0 D ' W J O ♦ F h+ C C C C C O C C C L y N N N d N 0 N N N 0 v~i Q¢QQ -0a o-0-°o-°n-0-°o¢QQ¢000QQ in T T T co co , ?+ >. T >+ >. co m co m (0 m C C C C C C CO m m m m m m m co W W W LL LL LL LL L. LL LL W W W W W W W W W N O O (D CO O r� r LT r, M r (p "t co T' O O W r M r I M r M O M O co r M r co r co O M O co r M r I M O M O CO O M O M O I M r I N r N O r N M OI Z r � Ln Cp 1� co O r r r r r r r r r V d 0 0 d so T H W g ci rn rn tL Ed a n a �o U Q F LL cD CD ¢ Q T T aN a Y J �S F O CO M � N 00 T O> T 1^ 1` ,O� W a0 r T 00 T CF) co) �O� W T .VT VI T CO) /0)) V) C_ ,/y� VI `! T N V! LL 0 C g o OF W 0 U > Q 0 O F O > W <n Cn ( o d ¢ 0 0 0 0 > > > >> a a a a m U) -- 'O -� '0 'o Q Q Q Q Q 0 0 0 0 0 -- 0 m ro `° m m 0 `0 0 0 0 m ca m ca m m m > >>> a, � w0000 0 0 0 uiuiuiww<¢¢¢Qw T LO CO to M N O n m CD V CD m O V I,, O co N co N M T co r m T N T N r N 0 N 0 N 0 M 0 co 0 m T co N co 0 N Z O O �- N M "t U.) (D h co Q) O T N CO � T N N N N N N N N N N M M M M M N r U ti a 0 0 co a� d U) 55 U 00 r 00 r N CO �T L M H (D 7 r g a` } } G1 0 cn IL 0 rl r LO In r- r LO LO LO M CD n co a� a c v v Q F LL M co Q N N a co a Y J a w N N M w O O O LO O O CO V w co r r- co r co N O r 0 CO r M CO O r C N LO M � N r r a(A N J ti 7 M a) Cl) 'D z > ¢ 0 'o t0 aS Z °a U) O > Co m cu CO > 3 > j c c Z w oQ °�' °�' °i °�' 0 e 0 a) > m > m > a> > m > a> > a) > a) > m > a) > > ¢ >> Q ¢ m J w ca ca c� c c c c c c c c c c c m a a a CL a a M 0 0 0 0 0 0 0 0 W 0 -o W -0 W -o W co 0 0 0 0 0 0 > ¢ > ¢ > ¢ > ¢ > ¢ > ¢ > ¢ > ¢ > ¢ > ¢ 0 m as > ¢ T T T T T T T T T c c c i L a7 c9 co of Rf cC c0 a1 (0 -p '� > > > >>> M M M M M M M M M c O_ (0 N Q Q Q Q Q¢ W W W W W W W W W¢ cM co M¢ � In I, r r r �' r r rN In OD CO O CO N N O CO r r O O O O N O O M r r r r r O O r N N M M M M CO M r N N r r r r r r co M co co co zI LO co O 0 r N M l() CO f� co O O r M M� V�It �1�aa V LOLO co W J O W V CA 2 W V Q Q W W 2 v 0 Sal2 yI Lo n 0 O T LO TO cc y m m O co d n n n N a 2 a a 3 c U O FF LL n N d d Cj r Co h O) M ay Y J 3 1F- LL O 00 00 M d O L N O co O Co N co Co c0 N co co CO d N co co CO D fvA �.. ^ N N FQ- a� > ti c y z m m > > Q a I Z w Q m C Co y i Z > >> c 0 > Q Q c o (1) d a Q c c c c c c LU c c c c c _ m m > > > >> O d O 0 N � O > N Q N Q A >. 0 cli a a > 0 0 0 Q V~i '" Q Q Q Q O N 'D 'a Q LL1 L1J co c0 cTC c>0 cv cC c>'0 'a -Op (TC m CZ c0 cc cc m co m m m m m a) CO fC f0 n m N O c0 W Q Q Q cM Q W W -- W O) M r I N G O O N CO O N O N O O O O 1 M M CO C) Q Q 1 LOL0 10 LO to LO N 00 O O r- N M d LO Co N c0 O Z lcqlcol-�*ILOI(O� LO LO to LO V) t!') Co CD (D t0 CO Co Co Co (D Co W j O W o 2 W W V W cc 0 Q J O W C) a 0 0 N �I NI CO M Cn CD LO O O O IO co fl, n N Q O T Q N IM y Y Q O M O N O O O M co O N M N N W N CD I� N O co T Il T O N co O T N r T N r co T CD T r T J N 2 zW CD O i C C (1) m Q cD o o z vZ >>> O r 0 > d> 0> N N J W C> C d m C d C C 7 Q 3 3 7 7 m d > C y N >> >>> N N C d C N C d C N'o C N C 0 Q >QQ�o¢<< > C > >>Q> > CA A Q > A_ A A A coo¢ C6 CO c0 m CO m m m m CD m m m -0 Cn D .0 - -D lo R N 2CEs N M CCU ?M >m to CD !� T T O T- M CO O v �t/^o� W a) 1M A T T T O N N N O O T O T T r N N N T to M LO LO Cn co CD CD M M M M M M co M pI O T N M M CD N co O O T N M� O h h h h f� n h r h 0 0 0 0 co co N EXEX:UTED IN FOUR (4) COUNTERPARTS Page 9 FAITHFUL PERFORMANCE BOND Bond #123 -78 -30 Premium: $1,152.00 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted Jain wry 25. 1993 has awarded to J & B Kovac Engineering, A Joint venture hereinafter designated as the "Principal ", a contract for Corona del Mar Balboa Panincula Cnnrr,atP RPrlacemPnt (Contract No. C_292 6)in the City of Newport Beach, in strict conformity with the Contract, 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_2g26 and the terms thereof require the furnishing of a bond for the faithful performance of the Contract; NOW, THEREFORE, we, J & B Kovac Engineering, A Joint y n it as Principal, and as Surety, are held firmly bound unto t g Ci of N ort Beach, in the sum of Seventy -Six Thousand, Seven Hundred even 1 5-6,770.00 - -i, said sum being equal to 100% 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 P 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. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 28t-, day of January , 19 93. J & B 1F'I�v� Name of CKo ontrac or (Principal) Authorized Signature /1 Branimir K ac, *ner Insurance Company of the West 13 -i_.Lt Ci Name of Surety Authhdri ed Agent Signature, . 1111 East Katella Ave. 4250 C. Michael Henley, Attorney- in -Fac Orange Ca 92667 (818) 226 -6900 Address of Surety Telephone (714) 633 -9640 NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 5/91 California State of • CLAIMED BY SIGNER County of Los Angeles ■ INDIVIDUAL(S On Jan. 28, 1993 before me, Vicki L. Breunig DATE NAME TRLE OF OFKER. EG.'UNE DOE NOTARY PUBLIC personally appeared C. Michael Henley NAMEfS) OF SIGNMSI ❑ personally known to me - OR - El proved to me on the basis of satisfactory evidence to be the persorrjl whose namek%) is/aW subscribed to the within instrument and ac- .,.. ti knowledged to me that heJiexecuted A the same CK!r i .I'" capac ty}n and that by hauthorized AWAPW signature on the instrument the rson us AN.:ec =s ouNry orthe entity upon behalf of which the person�) :v ' / MY GOfnn114On rxp. Ma, 24. 1994 acted, executed the instrument. Witness my hand and official seal. g %Ei NOTARY .� Vicki L. BreL1nT SIGNATURE OF NOTARY ❑ CORPORATE OFFICER(S) - TITLE(s) PARTNER(S) )G AITTORNEY -IN -FACT l3 TRUSTEE(S) ❑ SUBSCRIBING WITNESS GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PEfD6BIL) OR ENTtTOM 1 Insurance Corr>pany of the West ATTENTION NOTARY: Althou h the infonnanon r g equestetl below Is OPTIONAL. it mua prevent trauo'Vent attacnmenf of this cemHOate to unaumonzetl tlocumenf. (KOVaC) THIS CERTIFICATE Title or Type of Document Performance Bond #123 -78 -30 to Newport Beach MUST TOTHBDOCUM NT Number of Pages TI;No (2) Date of Document 1/28/93 TO THE DOCUMENT DESCRIBED AT RIGHT: Signer(s) Other Than Named Above N/A C 1991 NATIONAL NOTARY ASSOCIATION- 9278 Re unet Ave. -P.O. Box 7I8A -C rQga Puk. CA 91304-719= INSUR ,WCE COMPANY OF T#E WEST HOME OFFICE: SAN DIEGO, CALIFORNIA Certified Copy of POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That INSURANCE COMPANY OF THE WEST, o Corporation duly authorized and existing under the laws of the State of California and having its principal office in the City of San Diego, California, does hereby nominate, constitute and appoint: C. MICHAEL HENLEY it*-traesand lawful -Attorney(*) -in -Fact, with full power and authority hereby conferred in its- anaer;�:place and stead, to execute, seal, acknowledge and deliver any and all bonds, undertokings,-*ecognimnces or other written obligations in the nature thereof. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of INSURANCE COMPANY OF THE WEST at a meeting duly called and held on the Sixth day of February, 1973, which said Resolution has not been amended or rescinded and of which the following is a true, full, and complete copy: "RESOLVED: That the President or Secretary may from time to time appoint Attorneys -in- Fact to represent and act for and on behalf of the Company, and either the President or Secretary, the Board of Directors or Executive Committee may at any time remove such Attorneys -in -Fact and revoke the Power of Attorney given him or her; and be it further RESOLVED: That the Attorney -in -Fact may be given full power to execute for and in the name of and on behalf of the Company any and all bonds and undertakings as the business of the Company may require, and any such bonds or undertakings executed by any such Attorney - in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Secretary." IN WITNESS WHEREOF, INSURANCE COMPANY OF THE WEST has caused its official seal to be here- unto affixed and these presents to be signed by its duly authorized officers this 11th day of July, 1989. OC) STATE OF CALIFORNIA u. COUNTY OF SAN DIEGO INSURANCE COMPANY OF THE WEST On this 11th day, of july, 1989 before the subscriber, a Notary Public of the State of California, in and for the County of San Diego, duly commissioned and qualified, came BERNARD M. FELDMAN, President of INSURANCE COMPANY OF THE WEST, to me personally known to be the individual and officer described in and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposeth and saith, that he is the said officer of the Corporation aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of the said Corporation, and that the said Corporate Seal and his signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of San Diego, the day and year first above written. STATE OF CAf1'F15R4fA' COUNTY OF SAN DIEGO I, the undersigned, JAMES W. AUSTIN, III, Secretary of INSURANCE COMPANY OF THE WEST, do hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect, and has not been revoked. IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the Corporate Seal of the Corporation, this 23th day of January 19 93 '``pMPAryf p VV• atx'1 _ secretary ICW CAL 37(REV. 5/87) ��4Pop,M� CP"C'AL TEAL }!r'`'" ;•:1 JANIS E. THEODORE i- 1.-_..; ... 5) gJla9r 7U °i1C CAUFpdBU IN SAN SAn o cGo cOUnrr Mr Commnwa Ev, I... 4 199a STATE OF CAf1'F15R4fA' COUNTY OF SAN DIEGO I, the undersigned, JAMES W. AUSTIN, III, Secretary of INSURANCE COMPANY OF THE WEST, do hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect, and has not been revoked. IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the Corporate Seal of the Corporation, this 23th day of January 19 93 '``pMPAryf p VV• atx'1 _ secretary ICW CAL 37(REV. 5/87) ��4Pop,M� Wr= IN FOUR (4) COUNTERPARTS* PAYMENT BOND Bond #123 -78 -30 Premium included in the Performance Bond KNOW ALL MEN BY THESE PRESENTS, that WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted January 25, 1993 has awarded to J & B Kovac Engineering hereinafter designated as the "Principal", a contract for Corona del Mar Balboa Peninsula Concrete Realacement (Contract No.0 -2926 ) in the City of Newport Beach, in strict conformity with the Drawings 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 -2926 and the terms thereof require the furnishing of a bond, pro d niiv g 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, J & B Kovac Engineering, A Joint Venture as Principal, and Tnsnranre Cca pany of the West as Surety, are held firmly bound unto th-e/ tag t Beach, in the sum of Seventy -Six Thousand, Seven Hundred o a s ( 6,770.00- - - - - , said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his /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 9 0 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 28th day of January , 1993. J & B Kovac Engineerii Name of Contractor (P g rncipal) Insurance Company of the West Name of Surety 1111 East Katella Ave. #250 Orange, Ca. 92667 (714) 633 -9640 Address of Surety R; W 5/91 Authorized Signature /Title Branimir Kovac. Owner i (818) 226 -6900 Telephone OF CONTRACTOR AND SURETY MUST BE ATTACHED State of California County of Los Angeles On Jan. 28, 1993 before me, Vicki L. Breunig DATE NAME, TM_E OF OFFICER. EG..'JANE DOE, NOTARY PGSUC' personally appeared C. Michael Henley NAME(S1 OF SIGNER(S) ❑ personally known to me - OR - ® proved to me on the basis of satisfactory evidence to be the person(iq whose nameN6 is /a% subscribed to the within instrument and ac- - „ knowledged to me that heezecuted the same in his /tom authorized ,, ”, -,., n:;, capacity, and that by hisiAXFtdft 4t)._ signature(4on the instrument the person(W, Ma; X te9» orthe entity upon behalf ofwhich the person(% acted, executed the instrument. Witness my hand and official seal. i Vicki L. CAPACITY CLAIMED BY SIGNER ❑ INOIVIDUAL(S) ❑ CORPORATE OFFICER(S) TTL.EIS) ❑ PARTNER(S) XM ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ SUBSCRIBING WITNESS (] GUARDIANICONSERVATOR C) OTHER: SIGNER IS REPRESENTING: NAME OFY ) OR ENTiTY(IIF X Insurance company of the west ATTENnON NOTARY: Although the Intonnation requested below is OPTIONAL. it could prevent frauKutent attachment of this certificate to unauthonzed doeument.(N THIS CERTIFICATE Title or Type of Document Payment Bond #123 -78 -30 to Newport Beach TO MUST THE DOCUMENT Number of Pages Two (2) Date of Document 1/28/93 TO THE DOCUMENT g DESCRIBED AT RIGHT: Signer(s) Other Than Named Above N/A INSURVCE COMPANY OF TV WEST HOME OFFICE: SAN DIEGO, CALIFORNIA Certified Copy of POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That INSURANCE COMPANY OF THE WEST, a Corporation duly authorized and existing under the laws of the State of California and having its principal office in the City of San Diego, California, does hereby nominate, constitute and appoint: C. MICHAEL HED= its -trueand lawful .Attorney(s) -in -Fact, with full power and authority hereby conferred in its-=KNW...:ploee :and stead, to execute, seal, acknowledge and deliver any and all bonds, undertokings,_recognizanees or other written obligations in the nature thereof. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of INSURANCE COMPANY OF THE WEST at a meeting duly called and held on the Sixth day of February, 1973, which said Resolution has not been amended or rescinded and of which the following is a true, full, and complete copy: "RESOLVED: That the President or Secretary may from time to time appoint Attorneys -in- Fact to represent and act for and on behalf of the Company, and either the President or Secretary, the Board of Directors or Executive Committee may at any time remove such Attorneys -in -Fact and revoke the Power of Attorney given him or her; and be it further RESOLVED: That the Attorney -in -Fact may be given full power to execute for and in the name of and on behalf of the Company any and all bonds and undertakings as the business of the Company may require, and any such bonds or undertakings executed by any such Attorney - in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Secretary." IN WITNESS WHEREOF, INSURANCE COMPANY OF THE WEST has caused its official seal to be here- unto affixed and these presents to be signed by its duly authorized officers this llth day of July, 1989. t�pMVµ�� e � o � H 4�Ip, 1, 1�� � STATE OF CALIFORNIA 55: n4nppM�� COUNTY OF SAN DIEGO INSURANCE COMPANY OF THE WEST On this 11th day of july, 1989 before the subscriber, a Notary Public of the State i of California, n and for the County of San Diego, duly commissioned and qualified, came BERNARD M. FELDMAN, President of INSURANCE COMPANY OF THE WEST, to me personally known to be the individual and officer described in and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposeth and saith, that he is the said officer of the Corporation aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of the said Corporation, and that the said Corporate Seal and his signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of Son Diago,_the day and year first above written. STATE OF CALiFOR11FI'A COUNTY OF SAN DIEGO I, the undersigned, JAMES W. AUSTIN, III, Secretary of INSURANCE COMPANY OF THE WEST, do hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect, and has not been revoked. IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the Corporate Seal of the Corporation, this 38th day of January 19 93 gp1'1F10A911 e � ICW CAL 37(REV. 5/87) eeretary CMC!AL SEAL JANIS E. THEODORE OFFICE IN N SA DiE SAH sG O CDL'NiY _ Nr 10MMIS 0i bl tune A 199 STATE OF CALiFOR11FI'A COUNTY OF SAN DIEGO I, the undersigned, JAMES W. AUSTIN, III, Secretary of INSURANCE COMPANY OF THE WEST, do hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect, and has not been revoked. IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the Corporate Seal of the Corporation, this 38th day of January 19 93 gp1'1F10A911 e � ICW CAL 37(REV. 5/87) eeretary 300TH AND SIMPSON INS ?.0. BOX 8006 :ANOGA PARK CA 91309 -8006 TE OF BuuEn J & B KOVAC ENGINEERING 9272 CLOUDHAVEN HUNTINGTON BEACH, CALIFORNIA 92646 SHH 00237 ISSUE DATE (MMIDD/W) CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE A TRANSCONTINENTAL INSURANCE COMPANY COMPANY B LETTER TRANSPORTATION INSURANCE COMPANY COMPANY C LETTER AMERICAN CASUALTY COMPANY D LETTER COMPANY E LETTER TR TYPE OF INSURANCE POLICY PouCYNUMBEA EFFECTIVE TE PAMAX7/YV) roLlc'T lJfPIRATTON 0117E (MM/W/VYj LIYrts A GENERAL LIABILITY MERCL L GENERAL UASIUTY WMS MADE QOCCUR. OWNER'S 6 CONTPACiOR'S PROT. ' 40136675 -93 1/15/93 1/15/94 EHERAL AGGREGATE 2,00 00 PRODUCTS- COMPrOp AGG. 11000 00 SV. INJURY 1,000,00( ENCE nRAMAGE 1 1 0 0 0 0 0 &Y one Era) 50 0 Q MED.EXP. NnY one person) AUTOMOBILE LIABILITY LXAUM TOS UTOS AUTOS LITY 201366276 -93 1/15/93 1/15/94 COMBINED SINGLE OMIT 1 000 00 BODILY INJURY (per per son) BODILY INJURY (Per MKiderM 001366277 -93 1/15/93 1/15/94 EACH DCWFmENCE r—IcTmEs THAN UMBRELLA FORM WC110452428-93 1/15/93 1/15/94 ACCIDENT LIMR9 womTER'B COYPENEATION EACH ACGOEHT o 1.000.00 AND DISEASE-POLICY LIMIT EMPLOYERS' LIABILITY I OEEASE -EACH EMPLOYEE 15 OTHER DESCRIPTION OF OPEPATIONSA =ATN)NNVENICLEAIBPECIAL REMS I S RESPECTS ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH BY OR ON EHALF OF THE NAMED INSURED IN CONNECTION WITH THE FOLLOWING CONTRACT: -909F_ rnRnNA DEL MAR & BALBOA PENINSULA CONCRETE REPLACEMENT. HOLDER .. CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL ENDEAVOR TO CITY OF NEWPORT BEACH MAIL_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE P.O. BOX 1768 LEFT. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR 3300 NEWPORT BLVD. LIABILITY OF ANY IOND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES NEWPORT BEACH CA 92659 -1768 AUTHORIgO REPRESENTATIVE By:.,.Gail A., Rom ACORD 25.S I7190I u r 0 0 Page 11 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 operations 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 insureds) 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 Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU" hazards) are deleted. 5191 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: (X) Commercial ( ) Comprehensive General Liability $ 1,000,000.00 each occurrence 1,000,000.00 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). 0 0 Page 11A 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 40 Ces� mail, Attention: Public Works Department. Corona del Mar and Balboa 7. Designated Contract: Penin - Pro7ect T tle and Contract No. This endorsement is effective 1/25/93 at 12:01 a.m. and forms a part of Policy No. 40136675 of TRANSCONTINENTAL TNS rn (Company Affording Coverage). Insured• JOSIP KOVAC CONSTRUCTION Endorsement No.: J & B KOVAC ENGINEERING ISSUING COMPANY BOOTH & SIMPSON INSURANCE 6800 OWENSMOUTH AVENUE, SUITE 340 j� C GA PARK, CALIFORNIA 91309 By: lam- X11..1. orized Represen tia ve - — Gail A. Romero Account Executive 5/91 0 Page 12 AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance 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(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 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 Bodily Injury Liability Bodily Injury Liability Property Damage Liability $ (X) Combined Single Limit Bodily Injury Liability 6 Property Damage Liability $ 1,000,000.00 per person per accident 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. 5/91 T 0 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 mail, Attention: Public works Department. NOW cer ified Corona del Mar Balboa Peninsula 5. Designated Contract: Concrta R�larPmPnt C -9426 Project Title and Contract No. This endorsement is effective 1/25/93 at 12:01 a.m. and forms a part of Policy No. 2 of TRANSPORATION INSURANCE CO. (Company Affording Coverage). Insured: UOSIP KOVAC CONSTRUCTION Endorsement No.: ISSUING COMPANY BOOTH & SIMPSON 6800 OWENSMOUTH AVENUE, SUITE 340 CANOGA PARK, CALIFORNIA 91309 By: U �. orized Represen tive Gail A. Romero Account Executive 5/91 BY THE CI:' CITY OF .:ni _ -.0 I • F­ APPROVED 0 December 14, 1992 CITY COUNCIL AGENDA ITEM NO. 20 TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: CORONA DEL MAR AND BALBOA PENINSULA CONCRETE REPLACEMENT (C -2926) RECOMMENDATIONS: 1. Approve t.. ].acement schedule and specificat 2. Authorize City Clerk to advertise for bids to be opened a'. 11:00 A.M. on January 14, 1993. DISCUSSION: This project provides for the replacement of defective • portland cement concrete improvements in Corona del Mar and on Balboa Peninsula. Approximately 22,000 sq. ft. of sidewalk, 200 linear ft. of curb and 800 sq. ft. of alley approach concrete will be replaced; 700 sq. ft. of parkway paving will be removed; and 33 curb access ramps will be installed. The concrete replacement is deemed necessary to 1) eliminate improvements which have been uplifted and displaced to the extend as to constitute a hazard to the public; and 2) restore adequate drainage gradients to improvements which have been uplifted and displaced. Said uplift and displacement is usually due to root growth of nearby street trees or private trees. The parkway removal likewise eliminates some of the possibility of trip and fall injury within street right -of -way. Most of the paving was placed years ago by the adjacent property owners. Current owners will be advised by letter of the City's need to remove the parkway paving and prune destructive tree roots, and of their need to obtain Encroachment Permits for the re- pavement of parkways pursuant to Council policies. The ramp installations provide for improved access to sidewalks for those who use non- motorized, wheeled vehicles. The ramps are typically installed whenever other concrete work is being performed in the vicinity, whenever there is a perceived need for access ramps in the interest: of public safety, or whenever there is a specific request for ramp construction. • December lk, 1992 CITY COUNCIL AGENDA ITEM NO. 20 TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: CORONA DEL MAR AND BALBOA PENINSULA CONCRETE REPLACEMENT (C -2926) RECOMMENDATIONS: 1. Approve t1: lacement schedule and specificat ­ 2. Authorize .. City Clerk to advertise for bids to be opened a 11:00 A.M. on January 14, 1993. DISCUSSION: This project provides for the replacement of defective • portland cement concrete improvements in Corona del Mar and on Balboa Peninsula. Approximately 22,000 sq. ft. of sidewalk, 200 linear ft. of curb and 800 sq. ft. of alley approach concrete will be replaced; 700 sq, ft. of parkway paving will be removed; and 33 curb access ramps will be installed. The concrete replacement is deemed necessary to 1) eliminate improvements which have been uplifted and displaced to the extend as to constitute a hazard to the public; and 2) restore adequate drainage gradients to improvements which have been uplifted and displaced. Said uplift and displacement is usually due to root growth of nearby street trees or private trees. The parkway removal likewise eliminates some of the possibility of trip and fall injury within street right -of -way. Most of the paving was placed years ago by the adjacent property owners. Current owners will be advised by letter of the City's need to remove the parkway paving and prune destructive tree roots, and of their need to obtain Encroachment Permits for the re- pavement of parkways pursuant to Council policies. • The ramp installations provide for improved access to sidewalks for those who use non - motorized, wheeled vehicles. The ramps are typically installed whenever other concrete work is being performed in the vicinity, whenever there is a perceived need for access ramps in the interest of public safety, or whenever there is a specific request for ramp construction. Subject: Corona del Mar and Balboa Peninsula Concrete Replacement (C -2926) December 14, 1992 • Page 2 The replacement schedule and specifications for the project were prepared by General Services and Public Works Department staffs. The Engineer's estimate is $100,000. Sufficient funds are available to award this amount in the General Services and Public Works Departments' Curb, Gutter and Sidewalk Replacement Program accounts. All work is to be completed by April 30, 1993. J4A 1 Benjamin B. Nolan Public Works Director • LD:so Attachment • Authorized to Publish Advertisements of all kindeuding public notices by I k Decree of the Superior court of Orange County, California, Number A -6214, September 29, 1961, and A -24831 June 11, 1963 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 DAILY PILOT, a newspaper of general circulation, printed and published in the City of Costa Mesa, County of Orange, State of California, and that attached Notice is a true and complete copy as was printed and published on the following dates: December 18, 22, 1992 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on December 22 199 2 at Costa sa, California Signature PUBLIC NOTICE NOTICE INVITING BIDS Sealed bids may be re- ceived at the office of the City Clerk, 3300 Newport ' Boulevard, P. O. Box 1768, Newport Beach, CA 92659- 1768 until 11:00 A.M. on the 14th day of January, 1993, at which time such bids shall be opened and read for CORONA DEL MAR AND BALBOA PENIN- SULA CONCRETE RE. PLACEMENT, Contract No. 2926, Engineer's Estimate $100,000 Approved by the City Council this 14 day of De- cember, 1992. Wanda E. Reggio, City Clerk Prospective bidders may obtain one set of bid docu- ments at no cost at the of- fice of the Public Works Department, 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92659 1768. For further information, call Doyd Dalton, Project Manager at 644 -3311. Published Newport Beach -Costa Mesa, Daily Pilot December 18, 22, 1992. F1u728 PROOF OF PUBLICATION