Loading...
HomeMy WebLinkAboutC-2447 - Water Main Replacement ProgramVI CITY OF NEWPORT BEACH October 24, 1985 OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 George Dakovich & Son, Inc. 422 Camino del Campo Redondo Beach, CA 90277 (714) 644 -3005 Subject: Surety: Industrial Indemnity Company Bonds No.: YS876 -4365 Contract No.: C -2447 Project: Water Main Replacement Program The City Council on September 23, 1985 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 by the Orange County Recorder on October 1, 1985, Reference No. 85- 375163." Please notify your surety company that the bonds may be released 35 days after this date. Sincerely`, Irene Butler Assistant City Clerk IB:pm cc: Public Works 3300 Newport Boulevard, Newport Beach PLE4SE RETURN TO: City Clerk 1 �/1�1t" City of New ort Beach 3300 Newport Blvd. Newport Beach, CA 92663 -388 N0 C0IS10ERAfl0N . � 8S-- 3'75163 -' RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY CALIFORNIA EXEMPT a C 2 -122 PM OCT 1'85 NOTICE. OF COMPLET C)5,yeL GDOMv 1 /RECORDER PUBLIC WORKS t -' 10 All Laborers and Material Men and to Every Other Person Inte YOU WILL PLEASE TAKE NOTICE that on the Public Works project consisting of Water Main on which George Dakovich & Son, Inc., 422 Camino del Campo, Redondo Beach, CA 90277 was the contractor, and Industrial Indemnity Company, P.O. Box 2252, Terminal Annex, was the surety, was completed. Los Angeles, CA 90051 VERIFICATION I, the undersigned, say: CITY OF NEWPORT BFACH J�Oul Public Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on September 26. 1.985 at Newport Beach, California. Pu lic 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 September 23, 1985 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 September 26, 1985 at Newport Beach, California. i City Clerk • •. CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 September 27, 1985 Lee A. Branch County Recorder P.O. Box 238 Santa Ana, CA 92702 Dear Mr. Branch: Attached for recordation is Notice of Completion of Public Works project consisting of Water Main Replacement Program, Contract No. 2447 on which George Dakovich & Son, Inc.was the Contractor and Industrial Indemnity Company was the Surety. Please record and return to usr SSiinnc)erely_,/ Wanda E. Raggio U City Clerk WER:pm Attachment cc: Public Works 3300 Newport Boulevard, Newport Beach 0 Pi 0 BY THE CITY COUNCIL CITY Of NEWPORT BEACH SUP 23 1935 APPROVED TO: CITY COUNCIL FROM: Public Works Department September 23, 1985 CITY COUNCIL AGENDA ITEM NO. F -20 SUBJECT: ACCEPTANCE OF WATER MAIN REPLACEMENT PROGRAM, 1984 -85 (C -2447) 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 Water Main Replacement Program, 1984 -85 has been completed to the satisfaction of the Public Works Department. The bid price was: $127,275.00 Amount of unit price items constructed 128,932.00 Amount of change orders: None Total Contract Cost: 128,932.00 Funds were budgeted in the Water Fund Account No. 50- 9284 -001. The contractor is George Dakovich and Son, Inc., of Redondo Beach, California. The contract date of completion was May 31, 1985. During the construction layout of the new mains, it was found there were conflicts with the existing water and gas mains necessitating a redesign. The contractor was delayed in starting until May 22, 1985. All work was completed by August 9, 1985. • ' �2 /' `''4 Benjamin B. Nolan Public Works Director GPD :kf 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 T0: FINANCE DIRECTOR p Public Works FROM: CITY CLERK DATE: April 17, 1985 SUBJECT: Contract No. C -2447 Description of Contract Water Main Replacement Program Effective date of Contract 1985 Authorized by Minute Action, approved on March 25, 1985 Contract with George Dakovich S Son, Inc. Address 422 Camino del Campo Redondo Beach, CA 90277 Amount of Contract $127,275.00 Wanda E. Andersen City Clerk WEA:lr attach. City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 � R 0 CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658 -8915 until 11:00 a.m..on the 7th day of March 1985, at which time such bids shall be opened and read for Title R 2447 Contract No. $145,000 Engineer's Estimate C FOR N% P Approved by the City Council this 25th day of February , 1985• Wanda E. Raggio 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 92658 -8915. For further information, call Stephen Luy at 644 -3311. i Project Manager i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL 0 WATER MAIN REPLACEMENT PROGRAM 1984 -85 CONTRACT NO. 2447 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, CA 92658 -8915 Gentlemen: PR 1.1 The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete this Contract No. 2447 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. Lump Sum Mobilization and traffic control @ TWELVE THOUSAND Dollars and NO Cents $ 12,000.00 $ 12,000.00 Lump Sum 2. Lump Sum Abandon existing water mains and valves @ TWO THOUSAND Dollars and Cents $ 2,000.00 $ 2,000.00 Lump um 3. 3,275 Install 6" water main Linear Feet @ TWENTY ONE Dollars and NO Cents $ 21.00 $ 68.775.00 Per Linear Foot PR 1.2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 345 Install 4" water main Linear Foot @ TWENTY Dollars and NO Cents $ 20.00 $ 62900.00 Per Linear Foot 5. 40 Install 2" water main Linear Feet @ FORTY Dollars and Cents $ 40.00 $ 1,600.00 Linear Feet 6. 6 Install 6" butterfly valve Each @ FIVE HUNDRED Dollars and NO Cents $ 500.00 $ 3,000.00 Each 7. 87 Replace existing service with 1" Each service including trench resurfacing @ TWO HUNDRED Dollars and NO Cents $ 200.00 $ 17,400.00 Each 8. 5 Remove existing and replace with new Each fire hydrant assembly @ THREE THOUSAND Dollars and Nn Cents $ 3,000.00 $ 15.000.00 Each 9. 2 Install 4" butterfly valve Each @ THREE HiiNDRFn Dollars and NO Cents $ 300.00 $ 600.00 Each 1 • • PR 1.3 EM QUANTI N T—OTAF NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. kOQ 6C9( OC kacCCS( XXkxltkG lgXxXXXXXX9lxkb(X�X9tXkX Each fi4F9tXl(9(4( @ ROAM M 9991% $ DELETED $ DELETED TOTAL PRICE WRITTEN IN WORDS Contractor's License No. & C assi ication (213 325 -2 pho7 41 Bider s Telene No. March 7 1985 Date 11. uthorize Signature itle 422 Camino del Campo Redondo Beach, CA 90277 • • 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. 194375A Contr's Lic. No. & Classification r. Aut orized Signature/ itle Page 3 DESIGNATION OF SUBCONTRACTOR(S) 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. NONE 3. 4. 5. 6. 7. 8. 91 10. 11. 12. GEORGE 1; 1 ON i i dd- S/ Vladimir Popovich Construction Mgr. Authorized Signature /Title FOR ORIGINAL SEE CITY WRK'S FILE COPY. ' Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, George Dakovich & 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 Percent of the Total Amount Bid in--------------- - - - - -- Dollars ($ 10% ), 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 Water Main Replacement. Program 2447 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 5th day Of March , 19.K. .,-6 (Attach acknowledgement of Attorney -in -Fact) ction Manager Judith H. McNiff Au horized Signature Title Notary Public Industrial Indemnity Company Commission expires March 1, 1988 Surety Title Attorney -in -Fact • NON- COLLUSION AFFIDAVIT 0 Page 5 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. r'/11 2 (nnstrurtion Manager Authorize Signature /Title Subscribed and sworn to before me this 6th day of March 19_&�_. My commission expires: 3 -1 -BR Judith H. McNiff Notary Public FOR ORIGINAL SEE CITY *RK'S FILE COPY • Page b I 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. On file with City Clerk. Bid er Manager Authorized Signature Title I i a Page 7 j I I1 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. priap rontrarts Newport i GFORfF OAKOVICH & SON INC. Bidder I manager u or1ze gnature it e 0 NOTICE Page 8 The following are samples of contract documents which shall be completed and executed by the successful bidder after he receives a letter of award from the City of Newport Beach: PAYMENT BOND (pages 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 B (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Ke 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 T, except as supplemented or modified by the Special Provisions for this project. Ll PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That No. YS876 -4365 Page 9 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted March 25, 198S has awarded to GEORGE DAKOVICH & SON INC hereinafter designated as the "Principal ", a contract for. in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond 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 TndnGtriat TnAamnity Company as Surety, are held firmly bound unto the City of Newport Beach, in the sum of one Hundred Twenty Seven Thousand Two Hundred Seventy Five Dollars ($ 127,275.00 ), 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 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 Page 10 Payment Bond (Continued) 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 9th day of Anrii , 19 85 't .y Appr ed as /Ij C y Attorne Authorized Signature and Title K.M. Evans, Attorney -in -Fact Address o gent Telep one Wo. o Agent 1 CA. P., i I� i W Mf "c°m -z Z$T s r � o ■ O i t s r r O n r b b b N N 7 � S � I i� a ro ^ n Z S ~ r 9 r S 3 OD n OD 'J T f T i • 0 vil �A ljoiuer of &Atturneg #HF INDUST NOME OFFICE - SAN FR pNC15C0 �noirl all men bu these presents: That INDUSTRIAL INDEMNITY COMPANY, a corporation organized and existing tinder 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 ------------ --- ---- --- -- ----- --- -- -----K. M. EVANS ----------------------------------------- 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 ------ ---- -- - --- UNLIMITED------------------------------------------- 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 the Board of Directors of INDUSTRIAL INDEMNITY COMPANY at a meeting held on the 27th day of September, 1972, reading as follows: "RESOLVED, that the Chairman of the Board or President or Executive Vice President or Senior Vice President of the Company, in conjunction with the Secretary or an Assistant Secretary of this Company, 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, undertakings, 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 produced, 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 16th day of January , t9 78 Attest: INDUSTRIAL INDEMNITY COMPP i i(.a rr T1 By ecretary \N, R. M. Gillespi iftla'nte ce President' STATE OF CALIFORNIA CITY AND COUNTY OF SAN FRANCISCO ss. On this 16th day of January , 19 78 , before me, Mary Mueller a notary public in and for the City and County of San Francisco, State of California, personally appeared J. G. LaPlante and R. M. Gillespie known to me to be the Senior Vice President and Secretary of the corporation which executed the within instrument, and acknowledged to me that such corporation executed the same, and that the resolution referred to in the preceding instrument is a true and correct copy of the resolution duly passed at a meeting of the Board of Directors on September 27, 1972, and that the same is in full force and effect. In witness whereof, I have hereto set my hand and affixed my official seal the day anand year in this certificate first above written. OIn111NN1NN11111N111Reru1N1ppp1NU1NNN111� U ,I MARY MUELLER NOTARY PU$U(— CALK ORNU Notary Public iyrarV for the City and County of San Fr ci o, State of California 7 . y CITY 3 iOUNTY W SAN ippN(IS(0 My Commission Elpim Alp, 3, 1919 �ININ1N111N011111H1NN1111111119911 1111111 1 L. E. Mulryan 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. lif witness whereof, I have hereunto subscribed my name as such officer and affixed the seal of INDUSTRIAL INDEMNIFY COMPANY at the City of San Francisco, California, this 9th day of April , 19 85. SEAL &�' Aft � _ L. E. Kulryan - Secretary IYO41 R7 (10/72) FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That • Page 11 Bond No. 876 -4365 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted Marrh 25, 1985 has awarded to GFORGF DAKOVICH A SON, INC- hereinafter designated as the "Principal ", a contract for in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, 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 one Hundred Twenty Seven Thousand Two Hundred Seventy Five and Dollars ($127,275.00 ), 001100 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 • • Page 12 J Faithful Performance Bond (Continued) of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 9th day of April , 19 85 Authorized Signature and Title Industrial Indemnity Company (Seal) Name of Surety P.O. Aal5 2252, Termi Antsy, Los Angeles, CA. 90051 10 14111 Ave. Rasadend. CA. 91106 Adddess of Sureyy i-� i �� i . ure jind Title of Author Evans, Attorney -in -Fact 00 N, Hill Ave, #102, Pasadena, CA. 91106 (dress of Agent 91 FR1 -LR14 Telephone'-' No. oIf Agent A s J,* :IP n µ0 � H •: q C � b7 pZ L C N T o a < W r r co ��a 0 'Fofner of �Lttorneq #RF NDEMNITY r ROME OFFICE SAN FRANCISCO �tllnttl all IIUII by 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 ---------- --- ---- ----- -- ------- ----'---K. M, EVANS ----------------------------------------- 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 ------- --- --- ----- -- ---- ------- ------ -- UNLIMITED ------------------------------------------ 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 the Board of Directors of INDUSTRIAL INDEMNITY COMPANY at a meeting held on the 27th day of September, 1972, reading as follows: "RESOLVED, that the Chairman of the Board or President or Executive Vice President or Senior Vice President of the Company, in conjunction with the Secretary or an Assistant Secretary of this Company, 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, undertakings, 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 produced, 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 16th day of January , t9 78 _ Attest: INDUSTRIAL INDEMNITY COMP/ - e0� x r!V,N,t1rrJ \ >) r. i By eCretai / R. M. Gillespi y J. G. Plante ,„ sae✓ Sen' Vice President STATE OF CALIFORNIA CITY AND COUNTY OF SAN FRANCISCO ss. On this 16th day of January , 19 78 , before me, Mary Mueller , a notary public in and for the City and County of San Francisco, State of California, personally appeared J. G. L.aPlante and R. M. Gillespie known to me to be the Senior Vice President and Secretary of the corporation which executed the within instrument, and acknowledged to me that such corporation executed the same, and that the resolution referred to in the preceding instrument is a true and correct copy of the resolution duly passed at a meeting of the Board of Directors on September 27, 1972, and that the same is in full force and effect. In witness whereof, I have hereto set my hand and affixed my official seal the day and year in this certificate first above written. �Ymrnnarmnnwn .r. +nnarummm�axtau! % „` I // . MARY MUELLER I NOTARY PUBLIC — CALIFORNIA Notary Public i'Varil for the CI 7 �s- CITY & 0UNTY OF f41 fUNCISCO of San Fr cis o, State of MY Cmmmiuim EVim A* 3, 1979 iunnnunnumwtnunnuunanmu 1, L. E. Mulryan 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. id witness whereof, I have hereunto subscribed my name as such officer and affixed the seal of INDUSTRIAL. INDEMNITY _COM_PANY at the City of San Francisco, California, this 9th day of April '19 85 . SEAL - .._. L. K. mulryaq - Secretary 1 V041 A7 (101721 •CERTIFICATE OF INSURANCE • INSURANCE COMPANIES City of Newport Beach Company 3300 Newport Boulevard Letter A Newport Beach, CA 92663 Company B NAME AND ADDRESS OF INSURED Letter Company C E He Page 13 Redondo Beach- CA 9UZ11 ILetter 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, the "Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. a M 77T Tr .�fSiT•� 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 Title and Contract Number in7s certiricate or ver7r7cat7on or insurance is not an insurance policy and noes 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. Policy LIMITS OF LIABILITY IN THOUSANDS 000 COMPANY TYPES OF INSURANCE Policy Exp. Ag.FrOaUCtS, LETTER COVERAGE REQUIRED No. Date Each Completed Occurrence Operations GENERAL LIABILITY Comprehensive Form Bodily Injury $ $ Premises - Operations Property Damage $ $ A 1x Xx Explosion & Collapse Hazard Underground Hazard Products /Completed Operations CAP 178 - 129 6 -1 -85 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 • A ❑x Comprehensive Form Owned CAP 178 129 6 -1 -85 Bodily Injury (Each Person $ $ Bodily Injury Each Occurrence Hired Pro ertZ Damage Q Non -owned Bodily njury and Property Damage Combined $ 600 EXCESS LIABILITY ® Umbrella Form 202 -105 Bodily Injury B ❑ Other than Umbrella Form 538 6 -1 =85 and Property Damage Combined $ 5000 $ 5000 WORKERS' COMPENSATION Statutory and EMPLOYER'S LIABILITY ac 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, the "Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. a M 77T Tr .�fSiT•� 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 Title and Contract Number in7s certiricate or ver7r7cat7on or insurance is not an insurance policy and noes 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. • 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 named insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this endorsement shall be the limits indicated below for either Multi- ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability (X ) Single Limit Bodily Injury Liability and Property Damage Liability Combined $ each occurrence $ each occurrence 600,000. 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: Water Main Replacement Program Contract No. 2447 Project Title and Contract No.). This endorsement is effective 4 -9 -85 at 12:01 A.M. and forms a part of Policy No.CAP 178 129 Named Insured George Dakovich & son, Inc. Endorsement No. Name of Insurance Company 0 0 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 of the named insured in connection with the contract designated below or acts and omissions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or 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 Bodily Injury Liability and Property Damage Liability Combined $ each occurrence $ each occurrence 500,000. each occurrence 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: rt No. 2447 Project Title and Contract No. This endorsement is effective 4 -9 -85 at 12:01 A.M. and forms a part of Policy No. CAP 178 129 Named Insured George Dakovich & son, Inc. Endorsement No. Name of Insurance Company Consolidated American By Author ze ntative F / CONTRACT • Page 16 THIS AGREEMENT, entered into this 12&C day of / i Ael_Z , 19 � by and between the CITY OF NEWPORT BEACH, hereinafter "City, and refereII gtP o ntahke n vfo� w n ,falcnts_ : , hereinafter "Contractor, "i made with (a) City has heretofore advertised for bids for the following described public work: WATER MAIN REPLACEMENT PROGRAM 2447 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: WATER ElAFEMFNT PROGRAM 24 Tit e of 47 Project ontract 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 pne Hundred Twenty gand Cents ($127.275.00 )• 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 WATER MAIN REPLACEMENT PROGRAM 2447 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. CITY OF NEWPORT BEACH ATTEST: Cite CITY By Its CONTRACTOR 7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR WATER MAIN REPLACEMENT PROGRAM CONTRACT NO. 2447 SECTION PAGE I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . 1 II. COMPLETION, SCHEDULE AND PROSECUTION OF WORK . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 IV. "NO PARKING" SIGNS, ACCESS AND NOTICES TO RESIDENTS. . . . . 2 A. "No Parking" Signs . . . . . . . . . . . . . . . . . . . 2 B. Access . . . . . . . . . . . . . . . . . . . . . . . . . 2 C. Notice to Residents . . . . . . . . . . . . . . . . . . . 3 V. WATER SERVICE . . . . . . . . . . . . . . . . . . . . . . . . 3 VI. WATER AND TEMPORARY BYPASS WATER SYSTEM. . . . . . . . . . . 3 VII. CONSTRUCTION SURVEY . . . . . . . . . . . . . . . . . . . . . 3 VIII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . 3 A. Materials . . . . . . . . . . . . . . . . . . . . . . . . 3 B. Water Main Abandonment . . . . . . . . . . . . . . . . . 4 C. Water Meter Boxes . . . . . . . . . . . . . . . . . . . . 4 D. Temporary Resurfacing . . . . . . . . . . . . . . . . . . 4 E. Trench Resurfacing . . . . . . . . . . . . . . . . . . . 5 • • SP l of 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR WATER MAIN REPLACEMENT PROGRAM 1984 -85 CONTRACT NO. 2447 I. SCOPE OF WORK The work to be done under this contract consists of constructing in place approximately 3,600 linear feet of 4 -inch and 6 -inch diameter water mains, fire hydrant assembly, water valves, water services, and other incidental items of work as shown on the plans. The contract requires the completion of all the work in accordance with these Special Provisions, the Plans (Drawing No. W- 5160 -S), the City's Standard Special Provisions and Standard Drawings for Public Works Construction (1982 Edition), and the Standard Specifications for Public Works Construction (1982 Edition), including 1983 and 1984 supplements. Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. A copy of the Standard Special Provisions and Standard Drawings may be purchased at the Engineer's office for $5. II. COMPLETION, SCHEDULE AND PROSECUTION OF WORK All work under this contract shall be completed by May 31, 1985, or within forty -five (45) consecutive calendar days after the start of work, whichever comes first. A complete schedule showing the Contractor's proposed plan of construction shall be submitted in writing for the Engineer's approval at the preconstruction meeting. If, during the construction period, modifications of plan or schedule are required, each modification shall be approved by the Engineer prior to altering the previously approved schedule. The Contractor's schedule shall consider the phasing of water main construction, testing, disinfection, and connection to the existing system. The Contractor shall use the following guidelines in establishing this schedule: No connections to existing mains will be permitted until the new main has satisfactorily passed the hydrostatic test and has been disinfected. Hydrostatic pressure testing will be permitted against new valves. Any temporary bulkheads for thrust resistance will be the responsibility of the Contractor. 0 0 3. Cutting -in of new water mains shall be done at times resulting in the least disruption to water service. Shutdown of up to four hours during the day will be permitted and will not require bypass. Operations requiring a long shutdown period will require a temporary bypass. The Contractor shall notify the City' Utilities Superintendent, Mr. Gil Gomez, (714) 644 -3011, at least 48 hours in advance of the need to shut down or connect to any existing water mains. No shutdown will be allowed on Fridays, Saturdays, Sundays, holidays, or after 12:00 noon. It will be the Contractor's responsibility to ensure the availability of all materials prior to the start of work. Unavailability of materials will not be sufficient reason to grant the Contractor an extension of time. The intent of this section is to emphasize to the Contractor the impor- tance of prosecuting the construction in an orderly, pre - planned, con- tinuous fashion so as to minimize inconvenience to residents. III. PAYMENT The unit or lump sum price bid for each item of work shown on the propo- sal 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 or lump sum price bid for the associated item of work. IV. "NO PARKING" SIGNS, ACCESS AND NOTICES TO RESIDENTS A. "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 respon- sibility to notify the City's Police Department, 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 dimensions 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. B. Access Vehicular and pedestrian access shall be maintained at all times to residences adjacent to the project area; however, where conditions preclude such access for reasonable periods of time (as determined by the Engineer), access shall be restored at the end of each work day. SP 2 of 5 VI VII. VIII. 0 0 The City can provide, free of charge, a limited quantity of 1 "- thick, 5' x 10' steel plates. These plates may be obtained from and shall be returned to the City's Corporation Yard at 592 Superior Avenue. To determine the number of plates available and to reserve the pla- tes, the Contractor must call Mr. Gil Gomez at (714) 644 -3011. Notice to Residents SP3of5 Forty -eight (48) hours before restricting vehicular access to gara- ges or parking spaces, the Contractor shall distribute to each affected address a written notice stating when construction opera- tions will start and approximately when vehicular accessibility will be restored. Twenty -four (24) hours before shutting off water ser- vice, the Contractor shall distribute to each affected address, as determined by the Engineer, a separate written notice stating the date and time the water will be shut off and approximate time the water will be turned back on. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates at the time he distributes the notice. Errors in distribution, false starts, acts of God, strikes or other alterations of the sche- dule will require Contractor renotification using an explanatory letter furnished by the Engineer. WATER SERVICE Water service shall be maintained at all times to residences except as permitted in Section II. The Contractor's methods of providing such con- tinuous service shall be approved by the Engineer prior to construction. WATER AND TEMPORARY BYPASS WATER SYSTEM If the Contractor desires 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 the water usage. The Contractor may obtain, at no cost, a temporary bypass water system for use on this project. The Contractor shall make arrangements to obtain such items from Mr. Gil Gomez, Utilities Superintendent, at (714) 644 -3011. The Contractor shall be responsible for transport to and from the jobsite and for application at the jobsite. The Contractor shall reimburse the City for all material borrrowed and not returned or damaged. CONSTRUCTION SURVEY Field survey for the control of construction shall be provided at no cost by the City. CONSTRUCTION DETAILS Materials The Contractor shall use asbestos cement or ductile iron pipe materials at all locations. 1. Pipe and Fittings • SP4of5 Water pipe and fittings shall conform to Section 207 -7 of the Standard Specifications. Compression connections will not be allowed on water services. 2. A.C.P. Installation A.C.P. laying shall be performed in accordance with the recommen- dations of the manufacturer as described in the most recent publication of "Installation Guide, Transite Ring -Tite Pressure Pipe" published by Johns - Manville Corporation. Care shall be used to prevent damage in handling, moving, and placing the pipe. It shall not be dropped, dragged, nor handled in such a manner as to cause scratches, bruises,.cracks, or chips. Power- driven saws with abrasive discs shall not be used for dry cutting or beveling asbestos cement pipe. Asbestos cement chips and cuttings from the field operations shall be disposed of in a manner that will not contribute airborne asbestos dust to the atmosphere. Loose material shall never be dry swept. Water or other dust supressants shall be applied in those circumstances where sweeping is unavoidable. B. Water Main Abandonment Water main abandonment shall include the following: 1. Removal and disposal of existing water valve frames and covers, P.C.C. box or metal riser type, backfilling void with sand, and placing surfacing over the removal area per Std. - 105 -L. 2. Abandoned pipe openings shall be plugged with 4 inches minimum Class E mortar. 3. All water valves to be abandoned shall be left with the valve set in the open position. C. Water Meter Boxes The City sha urnish to the Contractor, at no cost, meter boxes to replace those boxes which were identified by the City to be substan- dard or broken prior to construction. Boxes broken during the course of construction shall be replaced by the Contractor at his expense. D. Temporary Resurfacing Paragraph 4, Section 306 - 1.5.1, "Temporary Resurfacing" of the Standard Specifications shall be deleted and the following added: The cost of furnishing, placing, maintaining, removing and disposing of temporary resurfacing shall be included in the unit costs to install the water main with trench resurfacing. Temporary resurfacing shall be 2" in thickness, and is re- quired over all backfilled pavement areas prior to opening to traffic. SP5of5 E. Trench Resurfacing The cost of trench resurfacing per CNB Std. -105 -L shall be included in the cost per linear foot to install water main, and no additional compen- sation shall be made. 0 �-r -5 n <-r Z Q N V Z h� V n v n -nf o -s w o =� 0 0 0 -s i 4•m0 w J O m S tD O -A CD n -h O O !D maw m � O (D -S N n <o<< O N 23 w CD z •e+3 O o .•p c 0 0 0 nNOtO�Vi 0 0 0 0 0 to -n N =r * 0 0 S S 0 0 0 N w h rr C O O 7 D N D A O 0 T O D • A w C O awrDrD 0 o a w m rD v D 1 w O r 0 O O ••h w fD C S £ O AT lw O 0 9 a r zv n vw x- m •0 Or C+r+w O �S0 a n m ow O n 5 A � S a City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED CERTIFICATE OF INSURANCE • NCE COMPANIES AFF( Page 13 Company A Letter CONSOLIDATED AMERICAN company B Letter Company C Letter Company D Letter Company E INSURANCE his is to certify that policies of insurance listed below have been issued to the insured named bove and are in force at this time, including attached endorsement(s). OTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. ANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the- Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department./ P y: Agency: Authorized Representative iescription of operations /locations /vehicles: All operations performed for the City of Newport -each by or on behalf of the named insured in connection with the following designated contract: WATER MAIN REPLACEMENT PROGRAM - CONTRACT NO. 2447 ea 0 IC : 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. Policy LIMITS OF LIABILITY IN THOUSANDS 000 OMPANY TYPES OF INSURANCE Policy Exp. Ag.Produc ETTER COVERAGE REQUIRED No. Date Each Completec Occurrence 0 eration GENERAL LIABILITY x Comprehensive Form x Premises - Operations Bodily Injury Property Damage $ $ $ $ A x Explosion & Collapse Hazard x Underground Hazard x Products /Completed Operations CAP 178 - 129 6 -1 -86 Bodily Injury Hazard and Property x Contractual Insurance Damage Combined $ 500 $ 500 Broad Form Property Damage x Independent Contractors x Personal Injury Marine Personal Injury $ Include( Aviation AUTOMOTIVk LIABILITY ❑x Comprehensive Form Bodily Injury (Each Person $ A x Owned Hired CAP 129 6 -1 -86 $ Bodily njur Each Occurrence ro ert ama e ❑x Non -owned Bodily njury and Property Damage Combined $ 600 EXCESS LIABILITY B ❑ Umbrella Form ❑ Other than Umbrella Form 202 -105 538 6 -1 -86 Bodily Injury and Property Damage Combined $ 5000 $ 5000 WORKERS' COMPENSATION Statutory and EMPUOYER'S LIABILITY ac Accident) OTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. ANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the- Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department./ P y: Agency: Authorized Representative iescription of operations /locations /vehicles: All operations performed for the City of Newport -each by or on behalf of the named insured in connection with the following designated contract: WATER MAIN REPLACEMENT PROGRAM - CONTRACT NO. 2447 ea 0 IC : 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. • CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT Page 14 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 named insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this endorsement shall be the limits indicated below for either Multi- ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability ( X) Single Limit Bodily Injury Liability and Property Damage Liability Combined $ each occurrence $ each occurrence $ finn,nnn_ 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: Water Main Re lacement Pro ram Contract No. 2447, Project Tit a and Contract No.). This endorsement is effective 5 -31 -85 at 12:01 A.M. and forms a part of Policy No. car 17s i ?e Named Insured r,.nrge Tlakovirb G Sm Tne_ —Endorsement No. Name of Insurance Company Consolidated American By C( /vtc 44,%-, Aq,pdrized Rep sentati ;,,d 0 CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT Page 15 It is agreed that: 1. With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability arising out of operations performed by or on behalf of the named insured in connection with the contract designated below or acts and omissions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or 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 (y) Single Limit 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: Water Mai R ement Pro ram Contract No. 2447 Project Title and Contract No. This endorsement is effective 5 -ii -as at 12:01 A.M. and forms a part of Policy No. rev 17R 179 Named Insured r,nrgP DAknvirh G Cnn, Tnr_ Endorsement No. Name of Insurance Company Consolidated American By AutpOrized Represe tative 0 TO: CITY CLERK FROM: Public Works Department SUBJECT: WATER MAIN REPLACEMENT PROGRAM, C -2447 0 April 16, 1985 Attached are four copies of the subject contract documents. Please have executed on behalf of the City, retain your copy and the insurance certificates, and return the remaining copies to this department. Stephen J. Luy Project Engineer SJL:em Att: 0S) March 25, 1985 CITY COUNCIL AGENDA ITEM NO. F -3(b) TO: CITY COUNCIL FROM: Public Works Department uY THE CITY COUNCIL SUBJECT: WATER MAIN REPLACEMENT PROGRAM 1984 -85 (C -2447) CITY OF NEWPORT BEACH MAR 2 5 iQJ85 RECOMMENDATION: AIL irkk�j Award Contract No. 2447 to George Dakovich & Son Inc. for the total price of $127,275.00, and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on March 7, 1985, the City Clerk opened and read the following bids for this project: Bidder Total Price Low George Dakovich & Son Inc. $127,275.00 2 Gallacher Co., Inc. 184,870.00 3 Thibodo Construction Co. 187,745.00* 4 Savala Construction Co. 193,092.50 5 Macco Constructors, Inc. 194,285.00 * Corrected Total Price Bid is $187.775.00 The low total price bid is 12% below the Engineer's estimate of $145,000. Funding for award is proposed from the following account: Description Account No. Amount Water Main Replacement Program 50- 9284 -001 $127,275.00 The low bidder, George Dakovich & Son Inc., is a well - qualified general contractor who has successfully completed previous contracts for the City. The project provides for the replacement of deteriorated water mains and water service lines in West Newport and Beacon Bay Tract. (See attached exhibit for locations.) March 25, 1985 Subject: Water Main Replacement Program 1984 -85 (C -2447) Page 2 The replacement water mains will improve domestic water service and provide increased pressure and reliability for fire protection. The water main replacement is part of the continuing program to replace existing deteriorated water mains in the City. The plans and specifications were prepared by the Public Works Department. The estimated date of completion is May 31, 1985. Benjamin B. Nolan Public Works Director SL:kf Att. 's i w t 3 w O e o A � _ i r i t, r r gg� o q c r = L n co to a. $ i a� i<_ •i� ' w.'.7 T\ih . \I Eli Y, -- '- OCEAA1 �^ ® AREAS WHERE W,4TER MA 1/V5 W /LL Be- .PEPLACEO <r e e- O \ F Y _ P /EQHEAD L /NE it BULKHEAD L /NE - CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WATER MA /N RE oZ 4e.6 YlENT P.POIs.PAM p1 DRAWN 54, DATE 1'10-85 APPROVED DRAWING NO. EXH/B /T �7 u• u� ia� ti u i t� DRAWN 54, DATE 1'10-85 APPROVED DRAWING NO. EXH/B /T �7 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: WATER MAIN REPLACEMENT PROGRAM 1984 -85 (C -2447) Of) February 25, 1985 CITY COUNCIL AGENDA ITEM NO. F -16 BY THE CITY COUNCIL CITY OF NEWPORT BEACH FEB 2 510,85 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 7, 1985. DISCUSSION: The project provides for the replacement of approximately 3,620 lineal feet of deteriorated water mains and water service lines in West • Newport and Beacon Bay Tract. (See attached exhibit for locations.) The replacement water mains will improve domestic water service and provide increased pressure and reliability for fire protection. The water main replacement is part of the continuing program to replace existing deteriorated water mains in the City. The Engineer's estimate for the work is $145,000.00 Adequate funds to award this amount are budgeted in the Water Main Replacement Program. The plans and specifications were prepared by the Public Works Department. The estimated date of completion is May 31, 1985. (%% 'r w'"- a. a Benjamin B. Nolan Public Works Director SL:jw Att. I 1 • W -CQd57 AliP e3 e::ldi 'Y � oei✓ G b N is 7 It u G J 141 1 1 J_ I--1 .- 3 -• ` r • J s i 0 _ _ FR� r - - - OCEA!Vir -1 . ® AREAS W1YERE WATER MA /N5 W /LL BE /PEPLACEO I 4 4 L� 'Py�� `'fit 4�. °'O• c \ F BULKNEAp L /NE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WATER MA /N REPLA�E/yiENT P.POG/PAM C-2447 f DRAWN 51-• DATE / -iv-n} APPROVED' DRAWING NO. EXHIBI i A .. THE NEWPORT ENSIGN PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA, County of Orange, 1 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 above - entitled matter. I am the principal clerk of the printer of the Newport Harbor Ensign newspaper of general circula- tion, printed and published weekly in the city of Newport Beach, County of Orange, and which news- paper has been adjudged a newspaper of general circulation by the Superior Court of the County of Or- ange, State of California, under the date of May 14, 1951, CASE NUMBER A -20178 that the notice, of which the annexed is a printed copy (set in type not smaller than nonpareil) has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates to -wit: I certify (or declare) under penalty of perjury that the foregoing is true and correct. Dated at Newport Peach. California, this day of .19 MAR ' 1595 THE NEWPORT Thamcs is for •'e County Clerk's Filing Stamp V Proof of Publication of NOTICE INvMNG 13MS Sealed bide may he received at the office of the City. Clerk, 3300 Newport. Boulevard, P.O. Box 1768, Newport Beach, CA 92658 -8915 until 11:00 a.m. an the 7th day of March, 1985, at which time WATER MAIN REPLACEMENT PROGRAM Title. of Protect - 24* 11 . CoaFiabilio. $145,000 .. .. Engineer's Estimate Approved by the City Council "I this 25th day of February, 1985 Wanda t._Baggio .. . coat PROOF OF PUBLICATION