Loading...
HomeMy WebLinkAboutC-2410 - 1983-84 Sewer Main Replacement ProgramCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714�640 -2251 August 29, 1984 George Dakovich & Son, Inc. 422 Camino del Campo Redondo Beach, CA 90277 Subject: Surety: Industrial Indemnity Co. Bonds No.: YS 855 -3688 Project: "Sewer Ma }n Replaeement Program 1983 -84' Cdritiact No.: C -2410 6{ The City Council on July 23, 1984 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice has been recorded. The Notice was recorded with the Orange County Recorder on July 31, 1984, Reference No. 84- 317397. Please notify your surety to release the bonds. Sincerely, Wanda E. Raggio City Clerk WER:lr cc: Public Works City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 Please Return To City Clerk City of Newport Beach 3300 Newport Blvd. Newport Beach, CA 92663 -3884 G VIBE Eacmpt r6p6,6I6A 16PNM iM Qovarunenl Cade 6103 EXEMPT C7 NOTICE, OF COMPLETION PUBLIC WORKS 84- 317397 ;wvnutO IN OFFICIAL, -� p OF ORANGE COUNTY CAUFORNIA -4 0022 PM JUL 31 '84 J COUNrY RECOPDFF 'I 'o All Laborers and Material Men and to Every Other Person Interested: YOU WII..L PLEASE TAKE NOTICE that on July 23, 1984 the Public Works project consisting of Sewer Main Replacement Program 1983 -84 (C -2410) on which _Ge�rgP Dakovi was the contractor, and was the surety, _3PeF .npv ted. Co., P.O. Box 2252 Angeles, CA 9 oF�g�• \O CITY OF NEWPORT BEACH \�0 ublic orks Director P� Ip VERIFICATION c� 1, the 64ef810 say: I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on July 26, 1984 at Newport Beach, California. ` / �t " Public Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on I July 23, 1984 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on July 26, 1984 at. Newport Beach, California. 8 0 Mayor July 26, 1984 Evelyn R. Hart Mayor Pro Tem Philip R. Maurer Council Members Lee A. Branch Bill Agee Orange County Recorder John C. Cox Jr. P.O. Box 238 Jackie Heather Santa Ana, CA 92702 Ruthelyn Plummer Donald A. Strauss Dear Mr. Branch: • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 Attached for recordation are two Notices of Completion of Public Works projects Consisting of: 1. Sewer Main Replacement Program 1983 -84, Contract No. 2410, on which George Dakovich & Son, Inc. was the Contractor and Industrial Indemnity Co. was the Surety. 2. Little Balboa Island Bridge Rehabilitation, Contract No. 2209, on which Superior Gunite Co. was the Contractor and United Pacific Insurance Co. was the Surety. Please record both and return them to us. Sincerely, Wanda E. Andersen CITY CLERK WEA:lr Attachments (2) cc: Public Works City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 BY THE CITY COUNCIL CITY OF NEWPORT BEACH JUL 231964 APPHUVLb TO: CITY COUNCIL FROM: Public Works Department July 23, 1984 CITY COUNCIL AGENDA ITEM NO. I SUBJECT: ACCEPTANCE OF 1983 -84 SEWER MAIN REPLACEMENT PROGRAM (C -2410) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the construction of the 1983 -84 Sewer Main Replacement Program has been completed to the satisfaction of the Public Works Department. The bid price was $221,770.00 Amount of unit price items constructed $211,906.00 Amount of change orders $ 7,503.75 Total contract cost $219,409.75 Two Change Orders were issued. The first, in the amount of $1,200.60, provided for a change in the grade of the alley between 34th and 35th streets. The second, in the amount of $6,303.15, provided for the removal of existing abandoned lines and delays caused by the proximity of the existing water main in the Balboa Island alleys. Funds were budgeted in the General Fund, Account Numbers: 02- 5583 -102 02- 5583 -013 02- 3383 -015 02- 3397 -276 50- 9297 -156 The design engineering was performed by the Public Works Department. July 23, 1984 SUBJECT: ACCEPTANCE OF 1983 -84 SEWER MAIN REPLACEMENT PROGRAM (C -2410) Page 2 The contractor is George Dakovich & Son of Redondo Beach. The contract date of completion was June 15, 1984. The completion was delayed because of the extra work. All work was completed on June 28, 1984. r a. ?44 Benjamin B. Nolan Public Works Director GPD:kf CITY OF NEWPORT BEACH P.U. BOX 1768, NE \VPORT BEACH, CA 92663 -3884 TO: FINANCE DIRECTOR PUBLIC WORKS FROM: CITY CLERK DATE: April 27, 1984 SUBJECT: Contract No. C -2410 OFFICE OF THE CITY CLERK (714) 640 -2251 Description of Contract Sewer Main Replacement Program 1983 -84 Effective date of Contract April 27, 1984 Authorized by Minute Action, approved on April 9, 1984 Contract with George Dakovich & Son,.Inc. Address 422 Camino del Campo Redondo Beach, CA 90277 Amount of Contract $221,770.00 ka w& C Wanda E. Andersen City Clerk WEA:lr attach. 3300 Newport Boulevard, Newport Beach STATE 0 COMPENSATION P.O. BOX 807, SAN FRANCISCO, CALIFORNIA 94101 I N S U R A N C E FUND April 18, 1984 CERTIFICATE OF WORKER'S COMPENSATION INSURANCE POLICY NUMBER: 574517 -84 CERTIFICATE EXPIRES: 2-1-84/2-1-85 City of Newport Beach 3300 W. Newport Blvd. Newport Beach, CA 92663 This is to certify that we have issued a valid Worker's Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policK period indicated. This policy is not subject to cancellation by the Fund except upon ttjWJays' advance written notice to the employer. 30 We will also give you X%Kdays' advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies. Contract 2410 -Sewer main replacement EMPLOYER PRESIDENT George Dakovich and Son, Inc. ENDORSEMENT #2065 ENTITLED CERTIFICATE 422 Camino Del Campo HOLDERS NOTICE EFFECTIVE 4 -18 -84 IS Redondo Beach, CA 90277 ATTACHED TO AND FORMS A PART OF THIS POLICY. SCIF FORM 2624 (REV. 12 -80) April 25, 1984 TO: CITY CLERK FROM: Public Works Department SUBJECT: SEWER MAIN REPLACEMENT PRGRAM, C -2410 Attached,are four,copies of the subject contract documents. Please have executed'on behalf;of.the,City,sretain your copy and the insurance certificates, and return the remaining copies to this department. Y4."Z? . rJi^7 Stephen J. Luy ° c/ Project Engineer SJL:em Att: i CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 11:00 A.M. on the 29th day of March 1984, at which time sucT bids shall be opened and read for _ 1983 -84 2410 Contract No. $230,000 Engineer's Estimate • Approved by the City Council this 12th day of March , 1984 4 �AA e �-1 —,OV4— ... Wanda E. Andersen 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, Newport Beach, CA 92663. For further information, call Ste henSte hen Lug at 640 -2281. Project Engineer • • PR 1.1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1983 -84 SEWER MAIN REPLACEMENT PROGRAM CONTRACT NO. 2410 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, California 92663 -3884 Gentlemen The undersigned declares that he has carefully examined the location of the work, has read the Instruction to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete this contract in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 530 Remove existing 8 -inch sanitary sewer Lineal Feet and construct new 8 -inch diameter sewer main including trench resur- facing @ Forty Five Dollars and No Cents $45.00 $23.850.00 Per Lineal Foot 2. 480 Remove existing house connection and Lineal Feet construct new 4 -inch house connection, including trench resurfacing @ Thirty Five Dollars and No Cents $35.00 $16,800.00 Per Lineal Foot 3. 1165 Remove existing 8 -inch sanitary sewer Lineal Feet and construct new 8 -inch diameter sewer main @ Forty Dollars and No Cents $40.00 $46,600.00 Per Lineal Foot PR 1.2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL . NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 400 Remove existing house connection and Lineal Feet construct new 4 -inch house connection @ Thirty Dollars and No Cents $ 30.00 $ 12,000.00 Per Lineal Foot 5. 2 Construct sanitary sewer manhole Each @ One Thousand Dollars and No Cents $ 1,000.00 $ 2,000.00 Each 6. 1 Construct sanitary sewer cleanout Each @ Three Hundred Dollars and No Cents $ 300.00 $ 300.00 7. 8 Remove existing sanitary sewer manhole Each frame and cover and install new sanitary sewer manhole frame and cover @ Two Hundred _Dollars and No Cents $ 200.00 $ 1,600.00 Each 8. 112 Construct house connection cleanout Each @ On Hunk_ dred Fifty Dollars and No Cents $ 150.00 $ 16.800.00 Each 9. 770 Remove existing alley approach and Square construct new alley approach Feet @ Six Dollars and Nn Cents $ 6.00 $ 4.620.00 Per Square Foot 10. 2000 Remove existing PCC alley pavement and Square construct new alley pavement Feet @ Five Dollars and No Cents $ 5.00 $ 10,000.00 Per Square Foot • • PR 1.3 ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 11. 16,500 Remove existing A.C. alley pavement and Square construct new alley pavement Feet @ Four Dollars and No Cents $ 4.00 $ 66,000.00 Per Square Foot 12. 500 Remove existing roadway pavement and Square construct new roadway pavement Feet @ Four Dollars and No Cents $ 4.00 $ 2,000.00 Per Square Foot 13. 18 Remove existing pavement and construct Ton A.C. pavement patch back @ One HllndrP.d Dollars and No Cents $ 100.00 $--..1 mo,00 14. 3850 Remove existing pavement and construct Square P.C.C. pavement patch back Feet @ Four Dollars and Uo Cents $ 4-On $ 15.400.00 Per Square Foot 15. Lump Bracing excavations and trenches Sum @ Two Thousand Dollars and No Cents $ 2,000.00 $ 2,000.00 _ Lump Sum TOTAL PRICE WRITTEN IN WORDS: TWO HUNDRED TWENTY ONE THOUSAND SEVEN HUNDRED SEVENTY Dollars and NO Cents $221,770.00 CONTRACTOR'S LICENSE NO. 194375 A GEORGE DAKOVICH & SON, INC. Bidder DATE March 29, 1984 S /Vladimir Popovich, Construction Manager Authorized Signature /Title (213 325 -2417 Bider s Telephone Number 422 Camino Del Campo, Redondo Beach, CA 90277 Bidder's Address 0 • Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL -form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit 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 or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the con- tract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The Contractor shall be responsible for compliance with Section 1777. of the California Labor Code for all apprenticeable occupations. 194375 A GEORGE DAKOVICH & SON, INC. Contr's Lic. No. & Classification Bidder �arrh 29, 1984 S /Vladimir Poo vi h. Construction Manag er Date Authorized signature /Title DESIGNATION OF SUBCONTRACTOR(S) Page 3 The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer and as provided by State law. Item of Work Subcontractor Address 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. GEORGE DAKOVICH & SON, INC. Bidder _S /Vladimir Popovich, Construction Manager Authorized Signature /Title • FOR ORIGINAL SEE CITY CLERK OILE COPY Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, GEORGE DAKOVTCH R SON_ INC _ , as bidder, and INDUSTRIAL INDEMNITY COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PER CENT OF BID Dollars ($ _1D1 ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of SEWER MAIN REPLACEMENT PROGRAM 9410 Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 29th day of March , 19g4, GEORGE DAKOVICH & SON. INC. (Attach acknowledgement of Attorney -in -Fact) S /Vladimir Popovich, Construction Manager S /Judith H. McNiff Authorized Signature /Title Notary Public INDUSTRIAL INDEMNITY Commission expires 3/1/88 Surety By S /Michael R. Langan Title Attorney -in -fact • • Page 5 NON - COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 9q+h day of March , 19-84 . My commission expires: March 1, 1988 GEORGE DAKOVICH & SON, INC. Bidder S /Vladimir Popovich, Construction Manager Authorized Signature /Title S /Judith H. McNiff Notary Public ORIGINAL SEE CITY CLERK'S FI OPY Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within l work day after the bid opening if the undersigned is the apparent low bidder. On file with City Clerk WeTMIT. 1: ,1 1, S /Vladimir Popovich, Construction Manager Authorized Signature /Title • • Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No PREVIOUS CNB CONTRACTS GEORGE DAKOVICH & SON INC. Bidder Authorized Signature/ it a er NOTICE Page 8 The following are samples of contract documents which shall be completed and executed by the successful bidder after he receives letter of award from the City of Newport Beach: PAYMENT BOND (pages 9 & 10) FAITHFUL PERFORMANCE BOND (pages 11 & 12) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13, 14, 15) CONTRACT (pages 16 & 17) Since 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 sub- mission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be assigned Policyholders' Rating (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Ratin Guide: Property- Casualty. Coverages shall be provided for a TYPES OF INSURANCE checked on the CERTIFICATE OF INSURANCE. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction.(latest edi- tion adopted for use in the City of Newport Beach , except as supplemented or modified by the Special Provisions for this project. • PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That Bond No. YS855 -3688 • Page 9 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted April 9. 1984 has awarded to GEORGE DAKOVICH & SON, INC. hereinafter designated as the "Principal ", a contract for SEWER MAIN REPLACEMENT PROGRAM - C -2410 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance 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 George Dakovich & Son, Inc. as Principal, and Industrial Indemnity Company as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Two hundred twenty one thousand seven hundred seventy and no /100011ars ($221,770.00 , said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, 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, 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. This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon Payment Bond (Continued) • Page 10 this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 18th day of April , 19 84 Authorized Signature and Title INDUSTRIAL INDEMNITY COMPANY (Seal) Name of Surety P.O. Box 2252, Term �jal Annex A proved as to orm: Signature and Title of Authorized Agent Miclhatl R. Langan] Attorney -in -Fact 100 N. Hill Ave. #102, Pasadena, CA. 91106 Address of Agent City ttorney (213) 6R7 -4R14 Telephone No. of Agent 0 9 Vainer of &Mtorneg #1663 0 Industrial Indemnity Crum a b Gvpw O.Q,f IiL1M MOrnE OGFK4'Y." GruxGSW �inofv all men bg these presents: That INDUSTRIAL INDEMNITY COMPANY, a corporation organized and existing under the laws of the State of California, and having its principal office in the City of San Francisco, State of California, does hereby make, constitute and appoint ---------- --- -------- --- ---- -- -- - - -- MICHAEL R. LANGAN ----------------------------------- its true and lawful attorney -in -fact for it and in its name, place and stead to execute on its behalf as surety, bonds, undertakings, stipu- lations, consents and all contracts of suretyship and to attach its corporate seal to such obligations in favor of all obligees, provided that the liability of the Company as surety under his authority in no one instance shall exceed the sum of and reserving to itself full power of substitution and revocation. This Power of Attorney is made and executed in accordance with the resolution adopted by unanimous consent of the Executive Committee of the Board of Directors of INDUSTRIAL INDEMNITY COMPANY on January 3, 1983, reading as follows: "RESOLVED, that the Chairman of the Board or President or Executive Vice President or Senior Vice President or Vice President of the Company, in conjunction with the Secretary or an Assistant Secretary of this Company, or the Secretary's designee, be, and he hereby is, authorized to execute, acknowledge or verify Powers of Attorney qualifying selected attomevs -in -fact to act under such Powers of Attorney to execute on behalf of Industrial Indemnity Company bonds, undertaking, stipulations, consents and all contracts of suretyship, and to attach the corporate seal thereto; "RESOLVED, FURTHER, that the signatures of said officers so authorized by this Company may be printed facsimile, litho- graphed or otherwise reproduced, and that the facsimile signature of any person who shall have been such officer of this Company at the time of such execution, acknowledgment or verification may continue to be used for the purpose hereinabove stated and will be binding on this Company, notwithstanding the fact that he may have ceased to be such officer at the time when such instruments shall be issued." In witness whereof, INDUSTRIAL INDEMNITY COMPANY has caused these presents to be signed and its corporate seal to be affixed by its proper officers, at the City of San Francisco, California, this 30th day of September , 19 83 . �yO` row Attest: � awto,vutm b a MOL LL 19>fl � Mary Mu. U ler, Designated Secretary State of California On INDUSTRIAL I ' EMNITY COMPANY By e Ryan, 30, 1983 before me, SS. v. n. nL v.,. San Francisco County of the undersigned Notary Public, personally appeared t♦nnuuuuunutxuusnsn.x,nunnumumu . i ,��Kssenneth N. Ryan and Mary Mueller C. N. BROWN l_-7 personally known to me NOTARY DU8i1C - CALIFORNIA proved to me on the basis of satisfactory evidence CITY b COUYTr OF S6N itt4ttOX0 to be the Mons) who executed the within instrument as Mr Commission Eapirti 1viY 7, 1907 Vice president and Designated Secretary nnnussnsss uwnnmusususnsusuauussus.i or on behalf of the corporation therein named, and acknowledged to me that the corporation executed it, and that the resolution referred to in the preceding instrument is a true and correct copy of the resolution adopted by unanimous consent of the Executive Committee o: the Board of Directors of INDUSTRIAL INDEMNITY COMPANY on January 3, 1983 and that the same is in full force and effect. Witness my hand and official seal. Notary 's Signature /1 M�KrYI ft_ 1, Mary Mueller, Designated Secretary of INDUSTRIAL INDEMNITY COMPANY, do hereby certify that I have compared the Power of Attorney granted herein and the resolution recited herein with the originals now on file in the principal office of said Company, and that the same are correct transcripts therefrom and of the whole of the said originals• and that said Power of Attorney has not been revoked but is still in full force and effect. ' In witness whereof, I have hereunto subscribed my name as such officer and affixed the seal of INDUSTRIAL INDEMNITY COMPANY- at the City of San Francisco, California, this day of '19 SEAL IY041 @BA 16(01) Mary Mue er eslgna e e FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That Bond No. YS 855 -3688 • Page 11 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted April 9. 1984 o has awarded to GEORGE DAKOVICH & SON, INC. hereinafter designated as the "Principal ", a contract for SEWER MAIN REPLACEMENT PROGRAM - CONTRACT 2410 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, GEORGE DAKOVICH & SON. INC. as Principal, and INDUSTRIAL INDEMNITY COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Two hundred twenty one thousand seven hundred seventy and no /100th Dollars ($221,770.00 ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, con- ditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice i Faithful Performance Bond (Continued) • Page 12 of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 16th day of April 19 84 Approved „ as to form: • City ttorney -- GEORGE DAKOVICH & SON INC. (Seal) Name of Contractor Principal) thorized Sigr*turd and Title Authorized Signature and Title INDUSTRIAL INDEMNITY COMPANY (Seal) Name of Surety P.O. Box 2252, Terminal Annex Los Angeles, CA. 90054 idress of Surety Sign5Xare and TiFle of P41thorized Agent Michael R. Lang 4p, Attorney -in -Pact 100 N. Hill Ave. Suite 102, Pasxd"ena, CA. 91106 Address of Agent (213) 681 -4814 Telephone No. of Agent • i 'Fnfner of �ttorneg 411663 �Rnafv all men bg these presents: GIndustrial Indemnity > eNTi,14 FwpwwplNYlbn M EOFFICE'SW FMN SCO That INDUSTRIAL INDEMNITY COMPANY, a corporation organized and existing under the laws of the State of California, and having its principal office in the City of San Francisco, State of California, does hereby make, constitute and appoint ---------------- ---- -- ------ --- - - - - -- MICHAEL R. LANGAN ----------------------------------- its true and lawful attorney -in -fact for it and in its name, place and stead to execute on its behalf as surety, bonds, undertakings, stipu- lations, consents and all contracts of suretyship and to attach its corporate seal to such obligations in favor of all obligees, provided that the liability of the Company as surety under his authority in no one instance shall exceed the sum of and reserving to itself full power of substitution and revocation. This Power of Attorney is made and executed in accordance with the resolution adopted by unanimous consent of the Executive Committee of the Board of Directors of INDUSTRIAL INDEMNITY COMPANY on January 3, 1983, reading as follows: "RESOLVED, that the Chairman of the Board or President or Executive Vice President or Senior Vice President or Vice President of the Company, in conjunction with the Secretary or an Assistant Secretary of this Company, or the Secretary's designee, be, and he hereby is, authorized to execute, acknowledge or verify Powers of Attorney qualifying selected attorneys -in -fact to act under such Powers of Attorney to execute on behalf of Industrial Indemnity Company bonds, undertaking, stipulations, consents and all contracts of suretyship, and to attach the corporate seal thereto; "RESOLVED, FURTHER, that the signatures of said officers so authorized by this Company may be printed facsimile, litho- graphed or otherwise reproduced, and that the facsimile signature of any person who shall have been such officer of this Company at the time of such execution, acknowledgment or verification may continue to be used for the purpose hereinabove stated and will be binding on this Company, notwithstanding the fact that he may have ceased to be such officer at the time when such instruments shall be issued." In witness whereof, INDUSTRIAL INDEMNITY COMPANY has caused these presents to be signed and its corporate seal to be affixed by its proper officers, at the City of San Francisco, California, this 30th day of September , 19 83 . 1RatMN!)Y Attest: IimlwYtm 'S, 101. 1; 19m F Mary u er, esigna a Secretary State of California On INDUSTRIAL I EMNITY COMPANY By Me y > 30, 1983 before me, SS. C. H. Brown San Francisco County of the undersigned Notary Public, personally appeared �I/ IfYllmnnlniY111Y1nYlYYYIY /f11u11111111/� Kenneth N. Rvan and Mary Mueller C BROWN personally known to me VOTARY PUBLIC - NIA ❑proved to me on the basis of satisfactory evidence CITY d COUNTY OF SAN FltAMCI FRUCIXO to be the�person(s) who executed the within instrument as Mr�a^TM+ti1 Fspimlull7.1987 s Vice President and Designated Secretary ■ 1/ 1111111111IIIII /IYIIIIIIIII /IIIYY /YYWYYYYII<i or on behalf of the corporation therein named, and acknowledged to me that the corporation executed it, and that the resolution referred to in the preceding instrument is a true and correct copy of the resolution adopted by unanimous consent of the Executive Committee of the Board of Directors of INDUSTRIAL INDEMNITY COMPANY on January 3, 1983 and that the same is in full force and effect. Witness my hand and official seal. Notary's Signature 1, Mary Mueller, Designated Secretary of INDUSTRIAL INDEMNITY COMPANY, do hereby certify that I have compared the Power of Attorney granted herein and the resolution recited herein with the originals now on file in the principal office of said Company, and that the same are correct transcripts therefrom and of the whole of the said originals, and that said Power of Attorney has not been revoked but is still in full force and effect. In witness whereof, I have hereunto subscribed my name as such officer and affixed the seal of INDUSTRIAL INDEMNITY COMPANY at the City of San Francisco, California, this day of '19 SEAL IvO.I RIA laical Mary Mue er e"ea eLary • City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED CERTIFICATE OF INSURANCE fe Page 13 IES AFFORDING COVERAGE Company A Letter CONSOLIDATED AMERICAN wmpdny B Letter MISSION NATIONAL C C Pdny E ter This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time, including attached endorsement(s). NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, tha- Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by �registe mail, attention: Public Works Department. By: Agency: Langan Bonding & Insurance Agency. Inca Authoriz pr entative Avril 18, 1984 Date Issue Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: Project Tit a and Contract Number NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. N Policy LIMITS OF LIAR-I—LITY-1—N-THOUSANDS 01 COMPANY TYPES OF INSURANCE Policy Exp. g. ro uc s LETTER COVERAGE REQUIRED No. Date Each Completed Occurrence Operations GENERAL LIABILITY Bodily Injury $ $ x Comprehensive Form x Premises - Operations Property Damage $ $ x Explosion & Collapse Hazard CAP A x Underground Hazard 178129 6 -1 -84 x Products /Completed Operations Bodily Injury Hazard and Property x Contractual Insurance Damage Combined $ 500 $ 500 x Broad Form Property Damage x Independent Contractors x Personal Injury Marine Personal Injury $Included Aviation AUTOMOTIVE LIABILITY Comprehensive Form Bodily Injury $ (Each Person A Q Owned CAP $ Bodily Injury 178129 6 -1 -84 (Each Occurrence 0 Hired Pro ert ama e Bodily Injury and �x Non -owned Property Damage Combined $ 500 EXCESS LIABILITY B © Umbrella Form MN Bodily Injury ❑ Other than Umbrella Form 032125 6 -1 -84 and Property Damage Combined $5000 $ 5000 WORKERS' COMPENSATION Statuto and ac EMPLOYER'S LIABILITY Accident) NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, tha- Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by �registe mail, attention: Public Works Department. By: Agency: Langan Bonding & Insurance Agency. Inca Authoriz pr entative Avril 18, 1984 Date Issue Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: Project Tit a and Contract Number NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. N • • Page 14 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Bodily Injury and Property Damage Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded the additional naiped insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this endorsement shall be the limits indicated below for either Multi- ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury.Liability Property Damage Liability ( g) Single Limit Bodily Injury Liability and Property Damage Liability Combined each occurrence occurrence $ 500,000 each occurrence The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company for all damages as the result of any one accident or occurrence in excess of the limits of Liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: SEWER MAIN REPLACEMENT PROGRAM NO. 2410 Project Title and Contract No.). This endorsement is effective April 18, 1984 at 12:01 A.M. and forms a part of Policy No. rAp17s129 Named Insured George Dakovich & Son, Inc. Endorsement Name of Insurance Company Consolidated American ea kepresentative R. Langan • • Page 15 CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability arising out of operations performed by or on behalf the named insured in connection with the contract designated below or acts and omissions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision con- tained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU "hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured named in paragraph I of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability (x) Single Limit E3 each occurrence each occurrence Bodily Injury Liability $ 500,000 each occurrence and Property Damage Liability Combined The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department 7. Designated Contract: P 2410 Project itle and Contract No. This endorsement is effective April 18, 1984 at 12:01 A.M. and forms a part of Policy No. CAP178129 Named Insured GEORGE DAKOVICH & SON, INC. Endor No. Name of Insurance Company Consolidated American By k�,d,6 Authorized Rep esentat e Michael R. angan • . Page 16 CONTRACT THIS AGREEMENT, entered into this oay of , 19, by and between the CITY OF NEWPORT BEACH, hereinafter "City, and , hereinafter "Contrac or ,"is made with reference to the following facts: (a) City has - heretofore advertised for bids for the following described public work: SEWER MAIN RFPI Af'EMFNT PROGRAM 9410 Title of Project Contract No. (b) Contractor has been determined by City to be the lowest responsi- ble bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: TiWeL Project CoAact No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of TW H ($�)• his compensation includes 1 'any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstruc- tions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and endorsement(s) Page 17 (f) Plans and Special Provisions for SFNFR MAiN RFPI Af.FMFNT- "PR�fRAM 9410 Title of Project Contract No. (g) This Contract. 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximiately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. i APPROVED AS TO FORM: I)AoteVIC11 -Y Contractor its By Its CITY CONTRACTOR SECTION I. II. III. IV. V. VI VII VIII IX 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SEWER MAIN REPLACEMENT PROGRAM CONTRACT NO. 2410 1983 -84 INDEX TO SPECIAL PROVISIONS PAGE SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . 1 AWARD AND EXECUTION OF THE CONTRACT . . . . . . . . . . . . . . . 1 TIME OF COMPLETION . . . . . . . . . . . . . . . . . . . . . . . 1 PAYMENT .............................2 NOTICE TO RESIDENTS AND "NO PARKING" SIGNS . . . . . . . . . . . 2 A. NOTICE TO RESIDENTS . . . . . . . . . . . . . . . . . . . . . 2 B. "NO PARKING" SIGNS . . . . . . . . . . . . . . . . . . . . . 3 CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . . . . . 3 WATER ..............................3 SURFACE AND GROUNDWATER . . . . . . . . . . . . . . . . . . . . . 3 CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . . . 3 A. SEWER . . . . . . . . . . . . . . . . . . . . . . . . . . . 3, 4 & 5 B. STREET AND ALLEY . . . . . . . . . . . . . . . . . . . . . . 5 II III SP 1 of 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR 1983 -84 SEWER MAIN REPLACEMENT PROGRAM CONTRACT NO. 2410 SCOPE OF WORK The work to be done under this contract consists of removing and replacing existing sewer main 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 accor- dance with (1) these Special Provisions, (2) the Plans (Drawing Nos. A- 5103 -S and S- 5104 -S), (3) the City's Standard S ecial Provisions and Standard Drawings for Public Works Construction 982 E ition an the Standard S ecifications for Public Works Construction (1982 Edition), including 983 and 1984 supplements. Copies of the Standard Special Provisions and Standard Drawings may be pur- chased at the Public Works Department for Five Dollars ($5). Copies of the Standard Specifications may be purchased at Building News, Inc., 3055 Overland Avenue, Los Angeles, CA 90034. AWARD AND EXECUTION OF THE CONTRACT The bidder's attention is directed to the provisions of Section 2 -1 of the Standard Special Provisions for requirements and conditions concerning award and execution of the contract. TIME OF COMPLETION All work under this contract shall be completed by June 15, 1984. The Contractor shall complete all work on each alley or street within twenty - five (25) consecutive calendar days after beginning work on that alley or street. The term "work" as used herein shall include all removals, adjust- ments, and replacements; construction of sewer improvements; construction of alley pavement, alley approaches, street pavement, curb, driveways, side- walk, adjacent P.C.C. or A.C. garage approaches and A.C. joins. Also in- cluded within the specified period is curing time for the new P.C.C. improvements. In summary, this means that each alley or street and every garage approach with access from that alley must be returned to normal vehicular use within twenty -five (25) consecutive calendar days from the day it is first closed to such use. The Contractor must employ sufficient men and equipment to meet • • SP2of5 this schedule. If it becomes apparent during the course of the work that the Contractor will not be able to meet this schedule, he will be prohibited from starting work in additional alleys or streets until he has exerted extra effort to meet his original schedule and he has demonstrated that he will be able to maintain his approved schedule in the future. Such stop- pages 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 pay- ment of extra work because additional men and equipmentwere required on the job. The Contractor will be assessed $100 liquidated damages for each day (includ- ing Saturdays, Sundays, and holidays) in excess of the twenty -five (25) consecutive calendar days allowed for 100% completion of the construction work in each alley or street and the alley's or street's return to normal vehicular use. Additional liquidated damages, as covered in Section 6 -9 of the Standard Specifications shall be assessed for failure to complete the project within the specified time. The intent of this section of the Special Provisions is to emphasize to the Contractor the importance of prosecuting the alley construction in an orderly, pre - planned, continuous fashion, so as to minimize the time an alley is closed to vehicular traffic. C. No work shall begin until a schedule of work has been approved by the Engineer. 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 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. The substitution of securities for any payment withheld in accordance with Section 9 -3.2 of the Standard Specifications is permitted pursuant to Government Code Sections 4590 and 14402.5. V. NOTICE TO RESIDENTS AND "NO PARKING" SIGNS A. Notice to Residents Between 48 and 55 hours before closing a section of street or alley or re- stricting 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. The written notice will be prepared by the Engineer. The Contractor shall insert the applicable dates at the time he distributes the notice. 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. • • SP3of5 B. "NO PARKING" Signs The Contractor shall furnish, install, and maintain in place "NO PARKING" signs (even if streets have posted "NO PARKING signs) which 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 Depart- ment, Traffic Division, at (714) 644 -3742, 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 dimen- sions of 12 inches wide and 18 inches high; and (3) be similar in design and color to sign number R -38 on the CalTrans Uniform Sign Chart. The Contractor shall print the hours, day 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. VI. CONSTRUCTION SURVEY STAKING Field staking for control of construction will be provided by the Engineer. VII. WATER The Contractor shall make provisions for obtaining and applying water necessary to perform his work. If the Contractor elects to use City water free of charge, it shall be his responsibility to make arrangements by contacting the City's Utilities Superintendent, Mr. Gil Gomez at (714) 640 -2221. VIII. SURFACE AND GROUNDWATER Groundwater may be encountered in the project area. The Contractor will be responsible for providing, installing, maintaining and operating a dewater- ing system in the project area. Groundwater or surface runoff water contain- ing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) suf- ficient to prevent such material from migrating into the bay. IX. CONSTRUCTION DETAILS A. Sewer The Contractor shall be responsible for maintaining sewer service at all times during construction of this project. Method of maintaining service shall be approved by the Engineer. 1. Sewer Alternatives The Contractor shall select one of the following alternative materials and shall use the selected material homogenously for sewer items nos. 1 thru 4 of the Proposal: . SP4of 5 a. Vitrified Clay Pipe (V.C.P) (1) Sewer Main Sewer pipe, house connections (H.C.) sewer cleanouts, and fittings shall be extra strength Vitrified Clay Pipe (V.C.P.). (2) House Connections (H.C.) New H.C. laterals shown on the plan shall be aligned perpen- dicular to the new sewer main unless otherwise shown on the plans. To accomplish this, the Contractor shall determine the exact location of existing H. C. at property lines prior to laying new pipe. The material and size of existing laterals at property lines may vary and shall be verified by the Contractor at his own expense. The Contractor shall furnish and install a sewer cleanout at each house connection lateral shown on the plans. (3) Manhole Connections Manhole connections shall be watertight The vitrified clay pipe shall be cement- grouted to existing manholes. b. Polyvinyl Chloride (PVC) (1) Sewer Main Sewer Pipe, house connections (H.C.), sewer cleanouts, and fittings shall be Polyvinyl Chloridge (PVC) SDR 35 and shall conform to the requirements of ASTM D1784 and 3034. The PVC pipe shall have a nominal diameter of 8 inches except for house connections, and shall have integral bell and spigot connections with elastomeric gaskets. (2) House Connections (H.C.) - See "Construction Details" Section IX - A.l.a. (2). (3) Manhole Connections Manhole Connections shall be watertight Approved methods for connection can be made as follows: (a) Manhole couplings providing elastomeric gasket seal. Unit is grouted into manhole wall. Pipe inserts into coupling. (b) Waterstop in various forms (e.g. flexible boot or sleeve 0 -ring or gasket) produced from elastomeric compound is grouted or locked into manhole wall. Pipe inserts into waterstop. a � � SP5of5 (c) Grouted connections directly to PVC pipe may be effective if the pipe at the connection is first softened with solvent and covered with sand. c. Fiberglass Composite Pipe (RPM) (1) Sewer Main Sewer pipe, house connections (H.C.), sewer cleanouts, and fittings shall be filament- wound, glass fiber reinforced ther- mosetting resin pipe with thermoplastic resin liner. Fiberglass pipe shall be produced from Type I, Grade 1, Class HZ5001 material in accordance with ASTM D2996 and shall be "Permastran" as manufactured by Johns- Mansville or approved equal. The RPM shall have a nominal diameter of 8 inches except for house connections, and shall have integral bell and spigot connections with elastomeric gaskets. All pipe displaying evidence of separation between the PVC core and the fiberglass epoxy overwrap shall be considered to have sufficient cause for rejection of the pipe. All pipe, fittings, and connections shall not fail when subjected to tests outlined in AWWA C 900. (2) House Connections (H.C.) See "CONSTRUCTION DETAILS" IX -A 1 a (2). (3) Manhole Connections See "CONSTRUCTION DETAILS" IX -A 1 b (3). B. Street and Alley 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. 2. Existing Utilities The Contractor shall adjust to finished 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. PR 1.1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1983 -84 SEWER MAIN REPLACEMENT PROGRAM CONTRACT NO. 2410 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, California 92663 -3884 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instruction to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete this contract in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS 1. 530 Remove existing 8 -inch sanitary sewer Lineal Feet and construct new 8 -inch diameter sewer main including trench resur- facing @ Q�� -(PZ Dollars and Cents Per Lineal Foot 2. 480 Remove existing house connection and Lineal Feet construct new 4 -inch house connection, including trench resurfacing @ Dollars and Cents Per Lineal Foot 3. 1165 Remove existing 8 -inch sanitary sewer Lineal Feet and construct new 8 -inch diameter sewer main @ Dollars and -- Cents Per Lineal Foot UNIT TOTAL PRICE PRICE S ys'a 5 23,Fsa � ev (4) $ sS $ f (, �G(7 PR 1.2 ' � f TOTAL ITEM QUANTITY ITEM DESCRIPTION UNIT NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 400 Remove existing house connection and Lineal Feet construct new 4 -inch house connection @ Dollars —' and Cents $$" Per Lineal Foot 5. 2 Construct sanitary sewer manhole Each @ @//h��(,{,C� Dollars and Cents Each 6. 1 Construct sanitary cleanout Each jsewer % @ ! , Dollars ,�I — and Cents $ Each 7. 8 Remove existing sanitary sewer manhole Each frame and cover and install new sanitary sewer manhole frame and /cover @ �)( Dollars �— and Cents Gil $ Zoo, �1 $ ,10 Each 8. 112 Construct house connection cleanout Each @ ct� Dollars and Cents N $z�g $ Each 9. 770 Remove existing alley approach and Square construct new alley approach 1 Feet @ Dollars and Cents $� Per Square Foot 10. 2000 Remove existing PCC alley pavement and Square construct new alley pavement Feet @ Dollars and Cents $� $ Per Square Foot CONTRACTOR'S LICENSE N0. � 7S DATE /�j-(1 Bidt2 '22,`Z YZ 7 e- r s /3 -T- elephone Number � Au h�o�rize�d Signatu /Ti 1�j y Z ( /,AlnlAe, /)UL 6WO Bidder's Address/��c�(IMX) 166 Z7 1 . . PR 1.3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 11. 16,500 Remove existing A.C. alley pavement and Square construct new alley pavement Feet @ �('L(�'L Dollars and Cents $�` $ Per Square Foot _ 12. 500 Remove existing roadway pavement and Square construct new roadway pavement Feet �,(JL, @ Dollars j _ and Cents UV $$' Per Square Foot 13. 18 Remove existing pavement and construct Ton A.C. pavement patch back @ KO Dollars and Cents r a $ Per Ton 14. 3850 Remove existing pavement and construct Square P.C.C. pavement patch back Feet @�{/L , Dollars ^` and Cents ou $�_ ✓ Per Square Foot 15. Lump Bracing excavations and trenches Sum @_77,7 1 D Dollars and Cents $ s 2— Lump Sum TOTAL PRICE WRITTEN IN WORDS: /C(/Jl�j(dC j�//�Jl�ctc, �SG�jy�GY Dollars �— ►r2.�_, �i ,fy14l� �awr<.T 100,- .7i�A� Cep g 2Z /, 770_>� CONTRACTOR'S LICENSE N0. � 7S DATE /�j-(1 Bidt2 '22,`Z YZ 7 e- r s /3 -T- elephone Number � Au h�o�rize�d Signatu /Ti 1�j y Z ( /,AlnlAe, /)UL 6WO Bidder's Address/��c�(IMX) 166 Z7 1 . Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit 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 or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the con- tract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The Contractor shall be responsible for compliance with Section 1777. of the California Labor Code for all apprenticeable occupations. Contr's Lic. No. & Classification Bi djer xc cz Date' Signa re i 1 e` DESIGNATION OF SUBCONTRACTOR(S) Page 3 The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer.and as provided by State law. Item of Work Subcontractor Address 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. i c.N � /&C Bidder Authorized S nat re /Title • Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, (,fif c �A/�-(gwc q r as bidder, and ,/(j�UfTT //�� �i{iL)(�%17K// as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of /(J 19Cz' C�'/ o B41) Dollars ($ /01Z_), 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 2 y/ o r in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this �' 9day of / V dEc /y 1 gn' �co� Vlc/l r Taxi/ Bidder (Attach acknowledgement of Attorney -in -fact) Authorized Signat*e/ i le Notary Public �- j�'GGCCTI %Vfi1/,AG —E_X1 / tzdc Commission expires Surety By SL ArfAc KC-Z Title t . Page 5 NON - COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this day of, 19�' . Bidder ' Authorized"Sign'ature /Title C{61US7R G,C /7C1U fi),,k iG'C_ My commission expires:: ti Notary Public hr_y OF P•CIAL SEAL JUnIFH H. MCNIFF f Ji I uL C CALIFORNIA I OFFICE IN LOo A'v -ELES COUNTY My Con,mus.or En;. ce, Earth 1, 1988 . Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. Z7ZCe %1KC WCK Bidder Authorized SigKatu+e /Title CGh17RU TG-K /l1f(7 AC-tf?— • . Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No Cam_ si ader Authorized Sign to / itle C` G9U S -IXG c.i 7 G� �fl� /fG�T� 4 I 0 dIndustrial Indemnity .C�.>.� Company INDUSTRIAL INDEMNITY Home Office San Francisco, CA. KNOW ALL MEN BY THESE PRESENTS: THAT GEORGE DAKOVICH & SON, INC. 09 Proposal or Bid Bond Bond No. YS 855 -3617 Premium S Included in BBSU (hereinafter called the Principal) as Principal, and Industrial Inderrnity Company a corporation created and existing under the laws of the State of California with its principal office at Los Angeles (hereinafter called the Surety), as Surety, are held and firmly bound unto CITY OF NEWPORT BEACH (hereinafter called the Obligee), in the full and just sum of Ten Percent (10%) of the Total Amount Bid in -------------------------------- - - - - -- Dollars ($ - - - -- 100 - - - -- ); good and lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal herein is submitting a proposal for Sewer Main Replacement Program, Contract Number 2410 Bid Date: March 29, 1984 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 for the completion of said work and furnish bonds as required by law, then this obligation shall be null and void, otherwise to remain in full force and effect. PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract shall furnish evidence satisfactory to Principal and Surety that financing has been firmly committed to cover the entire cost of the project. Signed, sealed and dated this 28th day of March 119 84 IY004 N3 (p /OZ) GEORGE DAKOVICH & SON, INC. BY: �lLG Ltc GvIsrRU' T-77M f� UV Principal IND' O By t1f t llkif`"-lf Michael R. Lang J Attorney -in -fact i Vo(rer of �ttornq 111663 Industrial Indemnity V .e,um,ea raa. o.wm.nw. NOME FCC UN F"A SCO �Knoin all men bV thrst prestnts: That INDUSTRIAL INDEMNITY COMPANY, a corporation organized and existing under the laws of the State of California, and having its principal office in the City of San Francisco, State of California, does hereby make, constitute and appoint ---------- ---------- -- ----- --- - - - --- -MICHAEL R. LANGAN ----------------------------------- its true and lawful attorney -in -fact for it and in its name, place and stead to execute on its behalf as surety, bonds, undertakings, stipu- lations, consents and all contracts of suretyship and to attach its corporate seal to such obligations in favor of all obligees, provided that the liability of the Company as surety under his authority in no one instance shall exceed the sum of and reserving to itself full power of substitution and revocation. This Power of Attorney is made and executed in accordance with the resolution adopted by unanimous consent of the Executive Committee of the Board of Directors of INDUSTRIAL INDEMNITY COMPANY on January 3, 1983, reading as follows: "RESOLVED, that the Chairman of the Board or President or Executive Vice President or Senior Vice President or Vice President of the Company, in conjunction with the Secretary or an Assistant Secretary of this Company, or the Secretary's designee, be, and he hereby is, authorized to execute, acknowledge or verify Powers of Attorney qualifying selected attorneys -in -fact to act under such Powers of Attorney to execute on behalf of Industrial Indemnity Company bonds, undertaking, stipulations, consents and all contracts of suretyship, and to attach the corporate seal thereto; "RESOLVED, FURTHER, that the signatures of said officers so authorized by this Company may be printed facsimile, litho- graphed or otherwise reproduced, and that the facsimile signature of any person who shall have been such officer of this Company at the time of such execution, acknowledgment or verification may continue to be used for the purpose hereinabove stated and will be binding on this Company, notwithstanding the fact that he may have ceased to be such officer at the time when such instruments shall be issued." In witness whereof, INDUSTRIAL INDEMNITY COMPANY has caused these presents to be signed and its corporate seal to be affixed by its proper officers, at the City of San Francisco, California, this 30th day of September , 19 83 . �° ro Attest: INDUSTRIAL I ' EMNITY COMPANY WOYPOPAIlp Ti 104 tt, IYA � `A, eFpt°`i ry Mu ler, esignatecl. Secretary By State of California September 30, 1983 On , before me, SS. C. H. Brown County of San Francisco the undersigned Notary Public,garsonally a eared = NnuntnN.n.uxmunNnNruYNnnunruNUa Kenneth N. Ryan and Mary Mueffer C. BROWN ( personally known to me NOTARY PUBLIC LIC • GUFORNIA ❑ proved to me on the basis of satisfactory evidence Cltt A COUNTY CN SAN f1iLN(I5C0 to be the persons) who executed the within instrument as 3 My Commission fsyiro July 7, 1997 Vice President and Designated Secretary !t 111f 1111 fifNlll /lf NNNNYNINYYFYFYYYYYNfr or on behalf of the corporation therein named, and acknowledged to me that the corporation executed it, and that the resolution referred to in the preceding instrument is a true and correct copy of the resolution adopted by unanimous consent of the Executive Committee of the Board of Directors of INDUSTRIAL INDEMNITY COMPANY on January 3, 1983 and that the same is in full force and effect. Witness my hand and official seal. Notary 's Signature 1, Mary Mueller, Designated Secretary of INDUSTRIAL INDEMNITY COMPANY, do hereby certify that I have compared the Power of Attorney granted herein and the resolution recited herein with the originals now on file in the principal office of said Company, and that the same are correct transcripts therefrom and of the whole of the said originals. and that said Power of Attorney has not been revoked but is still in full force and effect. In witness whereof, I have hereunto subscribed my name as such officer and affixed the seal of INDUSTRIAL INDEMNITY COMPANY at the City of San Francisco, California, this 28th day of March , 19 84 SEAL 1YO41 RSA (a /aa) IM _ 141.go- MV , ,� m m J C 6 r - o F N N z v N L 0 L m { r d o ❑� •�'n m m °..�5�.a I y — � 0 o C C� J N o n '1 _t m a J v � I mow\ 0. d J cu -C m J a J o m O H c Ql 0 o • Cn m m J C 6 r - o F N N z v N L 0 L m { r d o ❑� m m p a a C C� J N o n '1 _t � a J v mow\ d J cu -C m J a J o H c Ql 0 o • Cn o n n N m \ a N LQ , t,Jly• ro 2' 3 y 0 J 1 n 0 ? o < o J J' O°D vJi � i rD m c a O m Q � C i J J ° � \ m X S m m N n c n p. o D m d o O o' J s ^'N cll m m r_ Y C G r , r S � Fh m 0 3 i mn-1 2 o — 0z -4 2 ZI r'1 N 21, ID m p a O C C� — p o n '1 _t v mow\ cu -C a c Ql 0 o • Cn n N a \ N tiro t,Jly• ro 2' 3 0 1 z, i x O Q O C i J \ (� .tp0 p. D a n qua ^'N cll 4 G O p p q 0 IF \ Q101- n o �1w0 L ley Q C rrq C c = w. 0. op Z O a r p a O C C� A p o n _t IQ mow\ m r) -i ZZ=i Z m Fn ➢ rl m �t N O ^ m 3 .➢.ti ,r O - rn � �c�o Voc Lwo v Q a- �, . .. O D Z 2 1 G i J I I 4 i1r C VIIII�� m r) -i ZZ=i Z m Fn ➢ rl m �t N O ^ m 3 .➢.ti ,r a1 0 —i < ➢ —_ m Pal q i N Z 7 J O a1 0 —i < ➢ —_ m Pal q i N Z 7 J i C - �►�I o (38) BY THE CITY COUNCIL CITY OF NEWPORT BEACH April 9, 1984 CITY COUNCIL AGENDA APR 091984 ITEM NO. --7— j (e TO: CITY COUNCIL APPROVED FROM: Public Works Department SUBJECT: SEWER MAIN REPLACEMENT PROGRAM, 1983 -84 (C -2410) RECOMMENDATION: Award Contract No. 2410 to George Dakovich & Sons, Inc., for the total price of $221,770, and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on March 29, 1984, the City Clerk opened and read the following bids for this project: The low bid is 3.5% less than the Engineer's estimate of $230,000. The low bidder, George Dakovich & Sons, Inc., is a well - qualified general contractor who has successfully completed previous contracts for the City. The project provides for the replacement of approximately 1700 lineal feet of deteriorated 8- inch - diameter sewer mains, replacement of deteriorated sewer laterals, and reconstruction of alley improvements. (See attached ex- hibit for locations.) The sewer main and lateral replacements will (1) restore the original flow capacity to the main and (2) preclude the infiltration of ground water and sand into the deteriorated main. Such infiltration has resulted in rapid wear of sewer pumps and street surface settlements in recent years. The reconstruc- tion of alley improvements will facilitate drainage and provide a smooth driving surface. Bidder Amount Low George Dakovich & Sons, Inc. $221,770.00 2 Zaich Construction Inc. $240,240.00 3 John T. Malloy $242,097.00 4 Risto Construction Co., Inc. $247,005.00 5 Peter C. David Co. $247,889.00 The low bid is 3.5% less than the Engineer's estimate of $230,000. The low bidder, George Dakovich & Sons, Inc., is a well - qualified general contractor who has successfully completed previous contracts for the City. The project provides for the replacement of approximately 1700 lineal feet of deteriorated 8- inch - diameter sewer mains, replacement of deteriorated sewer laterals, and reconstruction of alley improvements. (See attached ex- hibit for locations.) The sewer main and lateral replacements will (1) restore the original flow capacity to the main and (2) preclude the infiltration of ground water and sand into the deteriorated main. Such infiltration has resulted in rapid wear of sewer pumps and street surface settlements in recent years. The reconstruc- tion of alley improvements will facilitate drainage and provide a smooth driving surface. • i Page Two Subj: Sewer Main Replacement Program. 1983 -84 (C -2410) April 9, 1984 Funding for award is proposed from the following accounts: Account Descriation Sewer Main Replacement Program Sewer Pump Station Improvement Program Street and Alley Reconstruction Program Alley Replacement on Balboa Island Raise Valve Covers to Grade Award Amount Account No. Amount 02- 5583 -102 $ 71,770 02- 5583 -013 10,000 02- 3383 -015 100,000 02- 3397 -276 32,000 50- 9297 -156 8,000 $ 221,770 The plans and specifications were prepared by the Public Works Department. The estimated date of completion is June 15, 1984. Benjamin B. Nolan Public Works Director SL:do . ` Mal `� ✓�! `4 �,�JU•��Y� PAC' \ �\ (' � ^ ^\( \�\ O -�( _ -..- V�` Yy r^n Vr �O�(•n�l ^mot %. �I� VEL1.. 'y�/,y' Ci, R - - Nl lit h C� n • _ uu�rawar�� �j. ALB tooA `_::; Aw PROJECT LOCATIONS ANDS VICINITY MAP SCALE I "=1600 s r�? oll _V LjL, 7 ; & rr7 J /RM^r aV' TURNING BASIN s CIS, VICINITY vy O =a- E � CITY OF NEWPORT BEACH DRAWN M.15.K. DATE O'O'tly PUBLIC WORKS DEPARTMENT APPROVED 1983-84 SEWER MAIN REPLACEMENT PROGRAM C-2410 DRAWING NO. EXHIBIT 'X � Authorized to to Publish Advertisements of sods including public aut o notices by Decree of the Superior Court of Orange County, I California, Number A -6214, dated 29 September, 1961, and A- 24831, dated 11 June. 1963. STATE OF CALIFORNIA County of Orange Public Mono A~..rp c.IW O by ihu 010davit la W in i point with 10 pica column w101h I am a Citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the below entitled matter. I am a principal clerk of the Orange Coast DAILY PILOT, with which is combined the NEWS - PRESS, a newspaper of general circulation, printed and published in the City of Costa Mesa, County of Orange, State of California, and that a Notice of Sewer Main Replacement Prog: CITY OF NEWPORT BEACH of which copy attached hereto is a true and complete copy, was printed and published in the Costa Mesa, Newport Beach, Huntington Beach, Fountain Valley, Irvine, the South Coast communities and Laguna Beach issues of said newspaper for one xxgpte*ecf tNexwei*aft yitAba,kissue(s) of March 15, 198 4 198— 198_ 198_ 198— I declare, under penalty of perjury, that the foregoing is true and correct. Executed on March 15 188 4 at Costa Mesa, California. ignature am PROOF OF PUBLICATION • BY THE CITY COUNCIL CITY OF NEWPORT BEACH March 12, 1984 MAR 1 2 1984 CITY COUNCIL AGENDA ITEM NO.— / • TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ..SEKR -*__V tIrCOI�iVT PROGO b'T983 -$ `(C -Z4T0) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 11:00 A.M. on March 29, 1984. DISCUSSION: The project provides for the replacement of approximately 1700 lineal feet of deteriorated 8- inch - diameter sewer mains, replacement of deteriorated sewer laterals, and reconstruction of alley improvements. (See attached exhibit for locations.) • The sewer main and lateral replacements will (1) restore the original flow capacity to the main and (2) preclude the infiltration of groundwater and sand into the deteriorated main. Such infiltration has re- sulted in rapid wear of sewer pumps and street surface settlements in recent years. The reconstruction of alley improvements will facilitate drainage and provide a smooth driving surface. The plans and specifications were prepared by the City. The Engineer's estimate is $230,000. Adequate funds to award this amount are available in the sewer main replacement program, the sewer pump station improvement program, the street and alley reconstruction program,and the appropriation for alley replacement on Balboa Island. The estimated date of completion is June 15, 1984. � BenJamin B. Nolan Public Works Director SL: do 0 Att. Ll 7-0 tolA It PROJECT LOCATIONS r• `ovfs� CNOS � BA�gOA _/1/ v,;kN v� VICINITY MAP SCALE I "=1600 r TURN /NB BASIN LIDO . cy '� O CITY OF NEWPORT BEACH DRAWN MAS.K' DATE 3•2254 PUBLIC WORKS DEPARTMENT APPROVED 1983-84 SEWER MAIN REPLACEMENT PROGRAM C-2410 DRAWING NO. EXHIBIT 141