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