Loading...
HomeMy WebLinkAboutC-2467 - Sewer Main Replacement Program0 CITY OF NEWPORT BEACH March 20, 1986 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 -4366 Contract No.: C -2467 Project: Sewer Main Replacement Program (1984 -85) The City Council on February 24, 1986 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 March 4, 1986, Reference No. 86- 087125. Please notify your surety company that the bonds may be released 35 days after this date. /Sincerely, !i !N2G G�_ Cs LZ67 250 0 Wanda E. Raggio / City Clerk WER:pm cc: Public Works 3300 Newport Boulevard, Newport Beach CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 February 27, 1986 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 Sewer Main Replacement Program (1984 -85), Contract No. 2467 on which George Dakovich & Son, Inc. was the Contractor and Industrial Indemnity Company was the Surety. Please record and return to us. Sincerely, Wanda E. Raggio City Clerk WER:pm Attachment(s) cc: Public Works 3300 Newport Boulevard, Newport Beach er ,EASE RETURN TO: ity clerk llvrl�f 7x' EgE "RECORDING REQUEST P* City of Ne r B ch GOY MENT CODE 6103 3300 Newport Blvd. EXEMPT Newport Beach, CA 92663 -3884 C 7 NOTICE OF COM ION NO CONSIDERATION PUBLIC WORKS 86--087125 RECORDE OF OR/+NGEICOUNT . CALIFORNIA _322 PM MAR 4'86 u RECORDER 1 o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on the Public Works project consisting of Sewer Main (C -2467) on which George Dakovi was the contractor, and was the surely, was CA4 & Son, Inc., 422 Camino del �' NE`���191986. CATION I, the undersigned, Redondo Beach, CA 90277 ox 2252, Terminal Annex, os Angeles, CA 900JI CI Y OF NEWPORT BFACH 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 February 26, 1986 at Newport Beach, California. ` w J. 44 Public 'Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on February 24. 1986 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 February 26, 1986 at Newport Beach, California. City Clerk r MC. February 24, 1986 CITY COUNCIL AGENDA ITEM NO. F -15 • TO: CITY COUNCIL FROM: Public Works Department BY THE CITY COUNCIL SUBJECT: ACCEPTANCE OF 1984 -85 SEWER MAIN REPLACEMENT (C -2467) CITY OF NEWPORT BEACH • RECOMMENDATIONS: FEB 24 1986 APPROVED 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Cle.•k to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the replacement of sewer mains for 1984 -85 has been completed to the satisfaction of the Public Works Department. • The bid price was: $138,800.00 Amount of unit price items constructed 156,264.00 Amount of change orders 15,741.00 Total Contract Cost: $172,005.00 Funds were budgeted in the General and Water Fund Account Nos. 02- 3397 -276, 02- 5584 -102 and 50 -9284 -001. The increase in the amount of the unit price items constructed was primarily due to additional lengths of sewer laterals and an error in the esti- mated amount of alley paving. This error also resulted in the need for the change order which provided for additional paving at an adjusted price ($5.40 vice $6.00). The contractor is George Dakovich & Sons of Redondo Beach, California. The contract date of completion was May 31, 1986. The contractor was delayed by a series of high tides and the additional work, with all work being completed by June 28, 1985. Benjamin B. Nolan Public Works Director GPD:jw � r'E`wr'oRr o iU S It, FO TL TO: FINANCE DIRECTOR Public Works FROM: CITY CLERK DATE: April 17, 1985 0 CITY OF NEWPORT BEACH SUBJECT: Contract No, C -2467 OFFICE OF THE CITY CLERK (714) 640 -2251 /-,� J�ree-Z� Description of Contract Sewer Main Replacement Program Effective date of Contract April 17, 1985 Authorized by Minute Action, approved on March 25, 1985 Contract with George Dakovich & Son, Inc. Address 422 Camino del Campo Redondo Beach, CA 90277 Amount of Contract $138,800.00 Wanda E. Andersen City Clerk WEA:lr attach. City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 April 16, 1985 TO: CITY CLERK FROM: Public Works Department SUBJECT: SEWER MAIN REPLACEMENT PROGRAM, C -2467 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: CITY CLERK a 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 8th day of March 1985, at which time such bids shall be opened and read for SEWER MAIN REPLACEMENT PROGRAM Title of Project 2467 Contract No. $115,000 Engineer's Estimate 6h � O / Approved by the City Council this 25thday 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. Project Manager PR 1.1 ' CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1984 -85 SEWER MAIN REPLACEMENT PROGRAM CONTRACT NO. 2467 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, California 92658 -8915 Gentelmen: 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 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 705 Remove existing 8 -inch sanitary sewer and Lineal Feet construct new 8 -inch diameter sewer main @ Fifty Dollars and Mn Cents $ 50.00 $35, 250.00 Per Lineal Foot 2. 230 Remove existing 8 -inch sanitary sewer and Lineal Feet construct new 8 -inch diameter sewer main including trench resurfacing @ Fifty Five Dollars and CL Cents $ r5_nn $12 6r;n_on 'Per Meal o0 3. 290 Line existing 8 -inch sanitary sewer main Lineal Feet @ For Dollars ,y and Cents $ 40.00 $11,600.00 -- Per TQneaT— Foot 4. 185 Remove existing house connection and Lineal Feet construct new 4 -inch house connection @ Forty Dollars and ���� Cents $ 40.00 $ 7,400.00 Per Ti neaT Foot PR 1.2 1IT,M QUANTITY ITEM DE CRIPTI N UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 167.5 Remove existing house connection and Lineal Feet construct new 4 -inch house connection, including trench resurfacing @ Fighty Dollars and No Cents $ 80.00 $13,400.00 Per Lineal Foot 6. 53 Construct house connection cleanout Each @ One Hundred Fifty Dollars and No Cents $ 150.00 $ 7.950.00 Each 7. 300 Install 6" water main Lineal Feet @ Thirty Five Dollars and Cents $ 35.00 $10,,n5 o"no Per Nneal Foot 8. Lump Sum Bracing excavations and trenches @ Fiva Thnnsand Dollars and Nn Cents $ 5,000.00 $ 5.000.00 Lump Sum • 9. 2 Install 6" butterfly valve Each @ Five Hiindrad Dollars and No Cents $ 5nn_nn $ 1_non_on • Each 10. 18 Replace existing service with 1" service Each @ One Hundred Fifty Dollars and No Cents $ 150.00 $ 2.700.00 Each • 11. 480 Remove existing alley approach and Square Feet construct new alley approach @ Seven Dollars and i No Cents $ 7.00 $3,360.00 . Per Square Foot j PR 1.3 ITEM U T ITEM DESCRIPTION UNIT UNIT NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 12. 3,100 Remove existing P.C.C. alley pavement and Square Feet construct new alley pavement @ Six Dollars and No Cents $ 6.00 $ 18,600.00 Per Square Foot 13 1,040 Remove existing roadway pavement and Square Feet construct new roadway pavement @ Four Dollars and No Cents $ 4.n0 $ 4, moon Per Square Foot 14. 3 Install sanitary sewer cleanout Each @ Three Hundred Dollars and No Cents $ 3nn_no $ goo -on 15. 1 Construct sanitary sewer manhole Each @ nna Thrnicand Dollars and Nn Cents $-,i nnn-nn $ 1_nnn_no 16. 15 Remove existing pavement and construct Tons A.C. pavement patch back @ One Hi -ndrEd Fifty Dollars and No Cents $ 150.00 $ 2.250.00 Per Ton 17. 270 Remove existing pavement and construct Square Feet P.C.C. pavement patch back @ Four Dollars and No Cents $ 4.00 $ 10080.00 Per Square Foot ITEM U T ITEM DESCRIPTION UNIT UNIT NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 12. 3,100 Remove existing P.C.C. alley pavement and Square Feet construct new alley pavement @ Six Dollars and No Cents $ 6.00 $ 18,600.00 Per Square Foot 13 1,040 Remove existing roadway pavement and Square Feet construct new roadway pavement @ Four Dollars and No Cents $ 4.n0 $ 4, moon Per Square Foot 14. 3 Install sanitary sewer cleanout Each @ Three Hundred Dollars and No Cents $ 3nn_no $ goo -on 15. 1 Construct sanitary sewer manhole Each @ nna Thrnicand Dollars and Nn Cents $-,i nnn-nn $ 1_nnn_no 16. 15 Remove existing pavement and construct Tons A.C. pavement patch back @ One Hi -ndrEd Fifty Dollars and No Cents $ 150.00 $ 2.250.00 Per Ton 17. 270 Remove existing pavement and construct Square Feet P.C.C. pavement patch back @ Four Dollars and No Cents $ 4.00 $ 10080.00 Per Square Foot 0 TOTAL PRICE WRITTEN IN WORDS: PR 1.4 One Hundred Thirty Eight Thousand Eight Hundred Dollars $ 138.800.00 and No Cents CONTRACTOR'S LICENSE NO. 194375A GEORGE DAKOVICH & SON, INC. Bidder DATE March 8, 1985 (213) 325 -2417 Bidder's er s elep one Number S/ Vladimir PODOVich. Construction Manager Authorized Signature /Title 422 Camino del Campo Redondo Beach. CA 90277 Bidders Address • • 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 1777.5 of the California Labor Code for all apprenticeable occupations. 194375A Contr's Lic. No. & Classification 1 . GEORGE DAKOVICH & SON, INC. Bidder S/ Vladimir Popovich Authorized Signature /Title • Page 3 j 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. Nnna 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. GFOR,F nAKOVI.H & SnN, INC_ Bidder S/ Vladimir Popovich 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 Daknvich R Snn, Inc- , as bidder, and Industrial Indemnity Como and firmly bound unto the City of Newport Percent of the Total Amount Bid in -- lawful money of the United States for the to be made, we bind ourselves, jointly an THE CONDITION OF THE FOREGOING OBLIGATION 3nv , as Surety, are held Beach, California, in the sum of Ten -------- - - - - -- Dollars ($ 10% ), payment of which sum well and truly i severally, firmly by these presents. IS SUCH, That if the proposal of the above bounden bidder for the construction of Spwor Main Renlacpmut Program 2467 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 , 1985. (Attach acknowledgement of Attorney -in -Fact) Judith H. McNiff Notary Public Commission expires March 1, 1988 r, 61:10171 IM IMMIM R I sil Au horized Signature /Title ,. „ - u, V011011110r,11 By S/ Michael R. Langan Title Attorney -in -Fact • ` Page 5 NON - COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this fish day of March 19_gir . My commission expires: George Dakovich & Son, Inc. Bidder S/ Vladimir Popovich, Construction Manager Authorized Signature /Title S/ Judith H. McNiff Notary Public FOR ORIGINAL SEE CITY CLERK'S FILE COPY. • Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. On file with City Clerk. GEORGE DAKOVICH & SON. INC. Bidder S/ Vladimir Popovich Authorized Signature /Title • Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. I GEORGE OAKOVICH R SONT Inc. .III Bidder J uth Si orized gnature /Title 1 9 Page 8 NOTICE 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 Key Ratin Guide: Property - Casualty. Coverages shall be provided for all? TYPES OF INSURANCE checked on the CERTIFICATE OF INSURANCE. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction,(latest edi- tion adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. I, PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That Bond No. YS876 -4366 Page 9 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted March 9S,_1QRF awarded has M• 1 1 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 industrial Indemnity Company as Surety, are held firmly bound unto the City of Newport Beach, in the sum of one Hundred Thirty -Eight Thousand Eight Hundred and no /100ths-- - - - - -- Dollars ($ 138,800.00 ), 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 n2� lie . n A w n N =yC wniw2p Firm T f >o ❑� {yZ p $ Y 0 7 M n �^ o' CL N mq Q Z x ° 9 C c � m $ 0 i a r .° A N N r, R r 00 In • 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 P;incci$pal and Surety above named, on the 9t� h day of A ril (Seal) GName of Contractor rit ipal. iignaLure and i Authorized SigndLUVC and Tit e Seal) E 225 minal Annex Los` A 1951CA. ► Addr s o Sure _ App ved as to rm: nature an it a out orized :, ' K.M. Evans, Attorney--" ' �e a CA. 91106' x(01 /i D ress of gent e ephone No. of M9elll ,Tlofuer of �Itornrg #HF HOME OFFICE -SAN FRANCISCO �tlntn all men bu 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 . 19 78 _. Attest: INDUSTRIAL INDEMNITY COMPP B ryx/2 y I:w. tz, lazy •.-Y R. M. Gillespi ecreta n' J. G. Plante Sen' Vice President s.p., 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, 1 have hereto set my hand and affixed my official seal the day and year in this certificate first above written. �msrrmmnnllllnoulsnnnmm�anuglillllp! MARY MUELLER r NOTARY PUBLIC — CALIFORNIA t Notary Public i/arfi for the C - CITY 8 COUNTY OF so WHOSCO of San Fr ci o, State of MY Commission Expim Aus. ], 1979 iunnnnaunnnaluulwunwunnnn 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. In witness whereof, I have hereunto subscribed my name as such officer and affixed the seal of INDUSTRIAL INDEMNITY COMPANY at "the City of San Francisco, California, this 9th day of April 19 85 SEAL- L. . u ryan - ' Secretary IYO41 R7J 10/72l • Page 77 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted March 25- 1985 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 Induetri.1 Indemnity Company as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of one Hundred Thirty -Eight Thousand Eight Hundred and no /100ths Dollars ($138,800.00 ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, con- ditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice 1 Faithful Performance Bond (Continued) Page 12 of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 9th day of April , 1985 Appr ed as to form: City Attorn y 2 George Dakovich & "'. I'" (Seal) Name of Contractor Principal) uthorized Signa ure nd Title Authorized Signature and Title Industrial Indemnity Company (Seal) Name of Surety K.M. Evans, Attorney -in -Fact 100 N. Hill Ave., #102, Pasadena, CA. 91106 Address of Agent (213) 681 -4814 Telephone No. of Agent A. 90051 i • Z r s r VA Etc < pp nj s- •t� n A ll n nN 1 Jngtf�N � 'myC In-�r 1 n iF N Y 7 6 5 < Y 1~ C< 6 C Z o x c r Co ,n' 3 N. z r CL • Y � T l� S 7 7 < I Y OD IT � s , Jnf nr of �ttornq #HF r HOME OFFICE - SAN FRANCISCO �tnotn Ill men hu tl�esr prrsrnts: That INDUS'T'RIAL 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, reacting 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 19 78 Attest: INDUSTRIAL INDEMNIFY COMPAN Y`g'a• ryy JS// fiL5 eo', 11,16, R. M. Gillespi ecre[ar Y J. G. Plante `s „rs,c cp 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. 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 and year in this certificate first above written. !nnlmrnnNNN11Nm +srnnfllNn.nWINNflIN U u i MARY MUELLER �(ti _ ROTA By PUBLIC – CAMRNIA E Notary Pubhe i a for the C. D (ITT B COUNTY OF IAN fR/lIGKO of San Fr ci o, State of MY Commission E¢PUN Aug, 3, 1979 t t11111111111111Y1111111 t111111NIN11NIN I, 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. in'vvitness whereof, I have hereunto subscribed my name as such officer and affixed the seal of INDUSTRIAL. INDEMNITY COMPANY af.the City of San Francisco, California, this 9th day of April , 19 85 SEAL. jA 1(4+— 40% � Z'Ls.Ru ryan - ' Secretary I Y041 R) 110192! • CERTIFICATE OF INSURANCE • Page 13 RTIFICATE HOLDER INSURANCE COMPANIES AFFORDING COVERAGE City of Newport Beach Company 3300 Newport Boulevard Letter A Consolidated American Newport Beach, CA 92663 Company B NAME AND ADDRESS OF INSURED Letter Comstock Insurance Company C F11 E 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. 02 ly Lan2an Bonding & Insurance Agency. Inc Date sued 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: SEWER Project Title and Contract Num er Ihis 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 THOUSA ND 00 COMPANY TYPES OF INSURANCE Policy Exp. LETTER COVERAGE REQUIRED No. Date JA9,Prodt Each Complet( Occurrence 0 erati( GENERAL LIABILITY Bodily Injury $ $ x Comprehensive Form x Premises - Operations Property Damage $ $ A x Explosion & Collapse Hazard dAP178- x Underground Hazard 129 6 -1 -85 x Products /Completed Operations Bodily Injury Hazard and Property x Contractual Insurance Damage Combined $ 500 $500 x Broad Form Property Damage x Independent Contractors x Personal Injury Marine Personal Injury $ Includ Aviation AUTOMOTIVE LIABILITY ❑x Comprehensive Form Bodily Injury $ Owned CAP v s- (Each Person Bodily Injury 129 6 -1 -85 Each Occurrence $ A Hired Pro ertZ amage Bodily Injury an ❑x Non -owned Property Damage Combined $ 600 EXCESS LIABILITY B ( Umbrella Form Bodily Injury ❑ Other than Umbrella Form 202 -105 538 6 -1 -85 and Property Damage Combined $5000 $ 5000 WORKERS' COMPENSATION Statutor and ac EMPLOYER'S LIABILITY Acciden 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. 02 ly Lan2an Bonding & Insurance Agency. Inc Date sued 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: SEWER Project Title and Contract Num er Ihis 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. 0 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: Spwpr Project Title and ontract 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 - `� uth r ze epresentativ • CITY Of NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 15 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 H 500,000. each occurrence 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: Sewer Main Re lacement Program _ 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 oakovich s son. inc. Endorsement No. Name of Insurance 0 CONTRACT 0 Page 16 THIS AGREEMENT, entered into this 4iiday of 19 D5�, by and between the CITY OF NEWPORT BEACH, hereinafter "City,' and hereinafter "Contractor, "is made with reference to the fol owing facts: (a) City has heretofore advertised for bids for the following described public work: SEWER MAIN REPLACEMENT PROGRAM 2467 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: 2467 FWF Tit a of 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 One Hundred Thirtv Eiaht Thousand Eiaht Hundred Dollars and No Cents ($ 138.800.00 ) This 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) 0 (f) Plans and Special Provisions for • Page 17 Sewer Program 2167 1 e o rojec 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. ATTEST: I//i / <�6 AS TO FORM: CITY OF NEWPORT BEACH By M By Its CITY woo _ir. r • / /fii:� Gv �_. CONTRACTOR • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR 1984 -85 SEWER MAIN REPLACEMENT PROGRAM CONTRACT NO. 2467 I. SCOPE OF WORK • SP 1 of 9 The work to be done under this contract consists of removing and replacing existing sewer main, water main, and alley improvements; adjusting existing City -owned utility frames and covers to finished grade, and other incidental items of work. All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions, (2) the Plans (Drawing Nos A- 5108 -S and S- 5108 -S), (3) the City's Standard S ecial Provisions and Standard Drawin s for Public works Construction ( 982 Edition and the Standard S ecifications for Public Works Construction (1982 Edition), including 1983 and 1984 supplements. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department for Five Dollars ($5). Copies of the Standard Specifications may be purchased at Building News, Inc., 3055 Overland Avenue, Los Angeles, CA 90034. II. AWARD AND EXECUTION OF THE CONTRACT The bidder's attention is directed to the provisions of Section 2 -1 of the Standard Special Provisions for requirements and conditions con- cerning award and execution of the contract. III. TIME OF COMPLETION A. All work under this contract shall be completed by May 31, 1985. B. The Contractor's schedule shall consider the phasing of water main construction, testing, disinfection, and connection to the existing system. The Contractor shall use the following guidelines in establishing this schedule: 1. No connections to existing water mains will be permitted until the new main has satisfactorily passed the hydrostatic test and has been disinfected. 2. Hydrostatic pressure testing will be permitted against new valves. Any temporary bulkheads for thrust resistance will be the responsibility of the Contractor. • SP 2 of 9 3. Cutting -in of new water mains shall be done at times resulting in the least disruption to water service. Shutdowns 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's 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. C. The Contractor shall complete all work on each alley or street within twenty -five (25) consecutive calendar days after beginning work on that alley or street. The term "work" as used herein shall include all removals, adjustments, and replacements; construction of sewer improvements; construction of water improvements; construction of alley pavement, alley aproaches, street pavement, curb, driveways, sidewalk, adjacent P.C.C. or A.C. garage approaches and A.C. joins. Also included within the specified period is curing time for the new P.C.C. improvement. In summary, this means that each alley or street and every garage approach with access from that alley must be returned to normal vehi- cular use within twenty -five (25) consecutive calendar days from the day it is first closed to such use. The Contractor must employ suf- ficient men and equipment to meet this schedule. If it becomes apparent during the course of the work that the Contractor will not be able to meet this schedule, he will be prohibited from starting work in additional alleys or streets until he has exerted extra effort to meet his original schedule and he has demonstrated that he will be able to maintain his approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from his overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional men and equip- ment were required on the job. The Contractor will be assessed $100 liquidated damages for each day (including Saturdays, Sundays, and holidays) in excess of the twenty - five (25) consecutive calendar days allowed for 100% completion of the construction work in each alley or street and the alley's or street's return to normal vehicular use. Additional liquidated dama- ges, as covered in Section 6 -9 of the Standard Specifications shall be assessed for failure to complete the project within the specified time. The intent of this section of the Special Provisions is to emphasize to the Contractor the importance of prosecuting the alley construc- tion in an orderly, pre - planned, continuous fashion, so as to mini- mize the time an alley is closed to vehicular traffic. • • SP3of9 D. No work shall begin until a schedule of work has been approved by the Engineer. IV. PAYMENT The unit or lump sum price bid for each item of work shown on the Proposal shall be considered as full compensation for all labor, equip- ment, materials, and all other things necessary to complete the work in place, and no additional allowance will be made therefor. Payment for incidental items of work not separately provided for in the proposal shall be included in the unit price bid for each item of work. The substitution of securities for any payment withheld in accordance with Section 9 -3.2 of the Standard Specifications is permitted pursuant to Government Code Sections 4590 and 14402.5. V. NOTICE TO RESIDENTS AND "NO PARKING" SIGNS A. Notice to Residents 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 schedule will require Contractor renotification using an explanatory letter furnished by the Engineer. B. "NO PARKING" Signs The Contractor shall furnish, install, and maintain in place "NO PARKING" signs (even if streets have posted "NO PARKING" signs) which he shall post at least 40 hours in advance of the need for enforce- ment. In addition, it shall be the Contractor's responsibility 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. C. Street Sweeping Signs The Contractor shall bag or cover street sweeping signs on those streets adjacent to the construction site in a manner approved by the Engineer, after posting "NO PARKING" signs. All street sweeping signs shall be uncovered immediately after completion of work and upon removal of the "NO PARKING" signs. VI. CONSTRUCTION SURVEY STAKING Field staking for control of construction will be provided by the Engineer. VII. WATER SP4of9 If the Contractor desires to use City's water, he shall arrange for a meter and tender a $500 meter deposit with the City. Upon return of the meter in good condition to City, the deposit will be returned to the Contractor, less a quantity charge for water usage. VIII. 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. IX. WATER AND TEMPORARY BYPASS WATER SYSTEM The Contractor may obtain, at no cost, City water and temporary bypass water system for use on this project. The Contractor shall make arrange- ments 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 damaged or borrowed and not returned. X. SURFACE AND GROUNDWATER Groundwater may be encountered in the project area. The Contractor will be responsible for providing, installing, maintaining and operating a dewatering system in the project area. Groundwater or surface runoff water containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into the bay. XI. CONSTRUCTION DETAILS A. Constructina Sewer Mains The Contractor shall be responsible for maintaining sewer service at all times during construction of this project. Method of maintaining service shall be approved by the Engineer. 1. Sewer Alternatives The Contractor shall select one of the following alternative materials and shall use the selected material homogenously for sewer items Nos. 1 through 6 of the Proposal: • a. Vitrified Clay Pipe (V.C.P.) (1) Sewer Main • SP5of9 Sewer Pipe, house connections (H.C.) sewer cleanouts, and fittings shall be extra strength Vitrified Clay Pipe (V.C.P.). (2) House Connections (H.C.) New H.C. laterals shown on the plan shall be aligned perpendicular to the new sewer main unless otherwise shown on the plans. To accomplish this, the Contractor shall determine the exact location of existing H.C. at property lines prior to laying new pipe. The material and size of existing laterals at property lines may vary and shall be verified by the Contractor at his own expense. The Contractor shall furnish and install a sewer cleanout at each house connection lateral shown on the plans. (3) Manhole Connections Manhole connections shall be watertight. The vitrified clay pipe shall be cement - grouted to existing manholes. b. Polyvinyl Chloride (PVC) (1) Sewer Main Sewer pipe, house connections (H.C.), sewer cleanouts, and fittings shall be Polyvinyl Chloride (PVC) SDR 35 and shall conform to the requirements of ASTM D1784 and 3034. The PVC pipe shall have a nomi- nal diameter of 8 inches except for house connec- tions, and shall have integral bell and spigot connections with elastomeric gaskets. (2) House Connections (H.C.) See "Construction Details ", Section XI.A.1.a. (2). (3) Manhole Connections Manhole connections shall be watertight. Approved methods for connection can be made as follows: (a) Manhole couplings provided elastomeric gasket seal. Unit is grouted into manhole wall. Pipe inserts into coupling. 0 SP6of9 (b) Waterstop in various forms (e.g. flexible boot or sleeve 0 -ring or gasket) produced from elasto- meric compound is grouted or locked into manhole wall. Pipe inserts into waterstop. (c) Grouted connections directly to PVC pipe may be effective if the pipe at the connection is first softened with solvent and covered with sand. c. Fiberglass Composite Pipe (RPM) (1) Sewer Main Sewer pipe, house connections (H.C.), sewer cleanouts, and fittings shall be filament- wound, glass fiber reinforced thermosetting resin pipe with ther- moplastic resin liner. Fiberglass pipe shall be produced from Type I, Grade 1, Class HZ5001 material in accordance with ASTM D2996 and shall be "Permastran" as manufactured by Johns- Mansville or approved equal. The RPM shall have a nominal diameter of 8 inches except for house connections, and shall have integral bell and spigot connections with elastomeric gaskets. All pipe displaying evidence of separation between the PVC core and the fiberglass epoxy overwrap shall be considered to have sufficient cause for rejection of the pipe. All pipe, fittings, and connections shall not fail when subjected to tests outlined in AWWA C 900. (2) House Connections (H.C.) See "CONSTRUCTION DETAILS", XI.A.I.a.(2). (3) Manhole Connections See "CONSTRUCTION DETAILS ", XI.A.1.b.(3). SliD Linina Sewer Mains Cleaning The existing 8" cement sewer shall be cleaned free of debris, tuberculation, and other obstructions prior to insertion of the PVC liner. Method of cleaning shall be approved by the Engineer. L 2. Material a. Liner • SP7of9 The slip liner shall be PVC SDR 35 and shall conform to the requirements of ASTM D1784 and 3034. The PVC pipe shall have a nominal diameter of 6 inches except for house connections, and shall have integral bell and spi- got connections with elastomeric gaskets. b. House Connections (H.C.) See "Construction Details ", Section XI.A.I.a.(2). c. Manhole Connections See "Construction Details", Section XI.A.l.b.(3). 3. Installation Method of installation shall conform to PVC pipe manufac- turer's installation manual. A bumper protection shall be provided to prevent sharp edges of broken out sewer pipe from scoring the exterior area of the liner as it is being pulled through the pipe. C. Constructing Water Main 1. Materials The Contractor shall use asbestos cement pipe materials at all locations. a. Pipe and Fittings Water pipe and fittings shall conform to Section 207 -7 of the Standard Specifications. b. A.C.P. Installation A.C.P. laying shall be performed in accordance with the recommendations of the manufacturer as described in the most recent publication of "Installation Guide, Transite Ring -Tate 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. • . SP8of9 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 opera- tions shall be disposed of in a manner that will not contribute airborne asbestos dust to the atmosphere. Loose material shall never be dry swept. Water or other dust suppressants shall be applied in those circumstances where sweeping is unavoidable. Water Meter Boxes The Contractor shall use existing concrete meter boxes. The City shall furnish to the Contractor, at no cost, meter boxes to replace those boxes which were identified by the City to be substandard or broken prior to construction. Boxes broken during the course of construction shall be replaced by the Contractor at his expense. D. Street and Alley Construction 1. Removals and Excavation The work shall be done in accordance with Section 300 - 1.3.2. of the Standard Specifications except as modified and supplemented herein. Final removal at the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not.be permitted on the job. Final removal accomplished by other means must be approved by the Engineer. Existing Utilities The Contractor shall adjust to finished grade all sewer manholes, sewer cleanouts, water meter boxes, water valve covers, and monuments prior to the placement of pavement. The Contractor shall be responsible for any damages to existing utilities resulting from his operations. Steel Plates The City can provide, free of charge, a limited quantity of 1" thick, 5' x 10' steel plates. These plates may be obtained from and shall be returned to the City's Corporation Yard at 592 Superior Avenue. To determine the number of pla- tes available and to reserve the plates, the Contractor must call the City's Utilities Superintendent, Mr. Gil Gomez at (714) 644 -3011. 4. PCC Curb The cost of constructing curb and sidewalk adjacent to new alley approaches to join existing improvements shall be included in the cost of constructing PCC alley approaches. 5. 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 required over all backfilled pavement areas prior to opening to traffic. SP9of9 0 z d Z O N T V nv 0. --% 0-swos- Z o o z .. 's `J•m f :3r3 d In O A �• E T i d c+o �•�cm F VI S Z C T n fD cr cr - S fD fD (D O �D n 0 h O O N �DII"O CD S O N Z N < 7 0 G p +. v 1 �•C+ 3 O 'DO -•v< 3 7 O -• A N 7 O N O O O to -h T -5 S � e+ CF 0 0 (s0 m w i +c o p C fD N m 0 a m sCL O (D c+ N d 0 c o �. d d D � a C 3 w (D p N V (p ry d O O O fi d h E i Z5 O 3 �• T cr + 7 N S + N Cr rF CD C S n-S CD . s 3 r) d r O A O d �r m o- �G O p fi F 7 l n e+ C+ d O S Sf) O. n m u� vi O c •s n i s City of Newport Beach 3300 Newport Boulevard Vewport Beach, CA 92663 VAME AND ADDRESS OF INSURED CERTIFICATE OF INSURANCE Page 13 Company A CONSOLIDATED AMERICAN is is to certify that policies of insurance listed below have been issued to the insured named 3ve and are in force at this time, including attached endorsement(s), 4PANY FTER TYPES OF INSURANCE COVERAGE REQUIRED Policy No. Policy Exp. Date LIMITS OF LIABILITY IN THOUSA DS 00 Each Ag . ro uc Completed Occurrence Operations GENERAL LIABILITY Comprehensive Form Bodily Injury $ $ Premises - Operations Explosion & Collapse Hazard Ix CAP 178 Property Damage $ $ A Underground Hazard 129 6 -1 -86 Products /Completed Operations 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 $Included Aviation AUTOMOTIVE LIABILITY A �]x Comprehensive dorm Ox Owned CAP 178 129 6 -1 -86 Bodily Injury Each Person $ $ o i y Injury Each Occurrence © Hired ro er ama e o y nuryan Property Damage ❑x Non -owned Combined $ 600 EXCESS LIABILITY E ® Umbrella Form ❑ Other than Umbrella Form 202 -105 538 6 -1 -86 Bodily Injury and Property Damage Combined $5000 $ 5000 WORKERS COMPENSATION Statuto and EMPLOYER'S LIABILITY IlEac, Accident) TE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. NCELLATION: 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./. ,,7 Agency: Authorized Representative ss scription of operations /locations /vehicles: All operations performed for the City of Newport ach by or on behalf of the named insured in connection with the following designated contract: SUER Project t e and ontract Num er This certificate or verification of insurance is not an insurance policy ano Goes 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. I. It is agreed that: CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT Page 14 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 $ each occurrence Property Damage Liability $ ( X) Single Limit occurrence Bodily Injury Liability $ 600,000 each occurrence and Property Damage Liability Combined The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company for all damages as the result of any one accident or occurrence in excess of the limits of Liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: SEWER MAIN REPLACEMENT PROGRAM - CONTRACT 110. 2467 Project Title and Contract No. T. This endorsement is effective 5 -31 -85 at 12:01 A.M. and forms a part of Policy No. CAP 178 129 . Named Insured George Dakovich S Son, lnc. —Endorsement No. Name of Insurance Company Consolidated American horized Repr sentati CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 15 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 $ 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: SEWER MAIN REPLACEMENT PROGRAM - CONTRACT NO. 2467 Project Title and Contract No. This endorsement is effective 5 -31 -RS at 12:01 A.M. and forms a part of Policy No. cAr »R 129 Named Insured Name of Insurance Company Consolidated American By Endorsement ve 0 • �Sl TO: CITY COUNCIL FROM: Public Works Department BY THE CITY COUNCIL CITY OF NEWPORT BEACH MAR 2 51185 APPROVED SUBJECT: SEWER MAIN REPLACEMENT PROGRAM, 1984 -85,(C -2461) RECOMMENDATIONS: March 25, 1985 CITY COUNCIL AGENDA ITEM NO. F -3(a) 1. Award Contract No. 2467 to George Dakovich & Son, Inc., for the total price of $138,800, and authorize the Mayor and the City Clerk to execute the contract. 2. Authorize a change order with Dakovich for the replacement of approximately 3,700 square feet of asphalt alley paving with concrete paving at $5.40 per square foot. At 11:00 A.M. on March 8, 1985, the City Clerk opened and read the following bids for this project: * Corrected Total Price Bid is $166,660.00. The low bid is 20% higher than the Engineer's estimate of $115,000. The low bidder, Geroge Dakovich & Son, Inc. is a well - qualified general engi- neering contractor who has satisfactorily performed previous contracts for the City. A change order is required since the construction of an item of necessary work, the replacement of asphalt alley paving with concrete, was inad- vertantly omitted from the bid proposal. Dakovich has proposed to construct the item for $5.40 per square foot, a reasonable price under current construction conditions. The additional work will total approximately $20,000.00, well below the 2nd bidder's total price without the change order. The project provides for the replacement of approximately 855 lineal feet of deteriorated 8 -inch- diameter sewer mains, replacement of deteriorated sewer laterals, replacement of 6 -inch- diameter water main, and reconstruction of alley improvements. (See attached exhibit for locations.) Bidder Total Price Low George Dakovich & Son, Inc. $138,800.00 2. Clarke Contracting $166,316.50 3. Thibodo Construction $166,760.00* 4. Gillespie Construction $179,771.00 5. Savala Construction $192,538.50 * Corrected Total Price Bid is $166,660.00. The low bid is 20% higher than the Engineer's estimate of $115,000. The low bidder, Geroge Dakovich & Son, Inc. is a well - qualified general engi- neering contractor who has satisfactorily performed previous contracts for the City. A change order is required since the construction of an item of necessary work, the replacement of asphalt alley paving with concrete, was inad- vertantly omitted from the bid proposal. Dakovich has proposed to construct the item for $5.40 per square foot, a reasonable price under current construction conditions. The additional work will total approximately $20,000.00, well below the 2nd bidder's total price without the change order. The project provides for the replacement of approximately 855 lineal feet of deteriorated 8 -inch- diameter sewer mains, replacement of deteriorated sewer laterals, replacement of 6 -inch- diameter water main, and reconstruction of alley improvements. (See attached exhibit for locations.) r I • • March 25, 1985 Subject: Sewer Main Replacement Program, 1984 -85 (C -2467) Page 2 The sewer main and lateral replacements will (1) restore the original flow capacity to the main and (2) preclude the infiltration of groundwater and sand into the deteriorated main. Such infiltration has resulted in rapid wear of sewer pumps and street surface settlements in recent years. The replacement water main will improve domestic water service and provide increased pressure and reliability for fire protection. The reconstruction of alley improvements will facilitate drainage and provide a smooth driving surface. Funding for the work is proposed from the following accounts: Account Description Sewer Main Replacement Program Balboa Island Alley Replacement Account No. Amount 02- 5584 -102 $126,800 01- 3397 -276 32,000 The plans and specifications were prepared by the Public Works Department. The estimated date of completion is May 31, 1985. a;7�' J�4z Benjamin B. Nolan Public Works Director SL:jd Att. 3 �r r� 1 ' , J Y I S t J i I 1 J I 3Bi i a z 0 0 0 ® AREAS WhHERE SEWER 1WA 11V5 W /LL BE REPLACED AND ANY ALLEYS N/L L /jE �PECONSTiPUGTE/> /N CONCRETE. WA ( M' /1 J r ro i 9 N ( s ar $ s i a � G ! c G r x L m r�� V C iM R «u z 3 E A 1i �z a n ?i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT %5EWeE e AilA /N REPL ALEMENT P.POG.PAHI C- 2467 DRAWN LLL DATE APPROVED ��/ �,.,E . 7 DRAWING NO. EXH /B� T A A!!E [/E t /fM �.nNw ✓� n /G 5!. 6f 77 Z 8 tY y Nr i.a. . 5L d. 1 u .S `S k is rs p As /s j AS K S - R R u Oro b} ro N J! i ro a q; (j n N C u 3 JG % SD /! �t' !s i e/ u t e/ P i S e/ d i m JA x ' (�� A t/ ➢ �` .j 1/ f n q 2✓ ➢ y a 24 f 122 71 ii k� X A 16 t{ 16 �_ t 415 B ii 65 :2! 19 i C j! m dR z f 31 1i z 7 5t t3 x 7.8 li 9• ;' ; z! 4 i �Y rra esc� /rraf r2 -4 1 0 A 6 �a � CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT %5EWeE e AilA /N REPL ALEMENT P.POG.PAHI C- 2467 DRAWN LLL DATE APPROVED ��/ �,.,E . 7 DRAWING NO. EXH /B� T A • TO: CITY COUNCIL FROM: Public Works Department SUBJECT: SEWER MAIN REPLACEMENT PROGRAM 1984 -85 (C -2467) RECOMMENDATIONS: February 25, 1985 CITY COUNCIL AGENDA ITEM NO. F -17 s' THE CITY COUNCIL C! 6' NEWPORT REACH FEB 2 51985 1. Approve the plans and specifications. 2. Authorize the City Clerk to " ryRUhiitl to be opened at 11:00 a.m. on March 8, 1985. DISCUSSION: The project provides for the replacement of approximately 855 lineal feet of deteriorated 8 -inch- diameter sewer mains, replacement of deteriorated sewer laterals, replacement of 6- inch - diameter water main, and reconstruction of alley improvements. (See attached exhibit for locations.) • The sewer main and lateral replacements will (1) restore the original flow capacity to the main and (2) preclude the infiltration of groundwater and sand into the deteriorated main. Such infiltration has resulted in rapid wear of sewer pumps and street surface settlements in recent years. The replacement water main will improve domestic water service and provide increased pressure and reliability for fire protection. The reconstruction of alley improvements will facilitate drainage and provide a smooth driving surface. The plans and specifications were prepared by the City. The Engineer's estimate is $115,000. Adequate funds to award this amount are available in the sewer main replacement program, the water main replacement program, and the appropriation for alley replacement on Balboa Island. The estimated date of completion is May 31, 1985. d ��yW J, yl Benjamin B. Nolan • Public Works Director SL:jw Att. • • i r 5 2 i . i 1 1 I i i i A i I ) /i'M 7 IT ® AREAS WHERE SEWER MA 1tV5 WILL BE RERL,4LE0 AND ANY ALLEYS W/G L /,�E /tV CONCRETE. c } G r Z 'e� b YS� p• Qum -� 1 Y P .i • Ai/E UE t M m 7n0 r 17 � 3 9 z 7 rzYo $ 7 n3 zsY w 2 cnJ .i • Ai/E UE t M CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT .SEDVE.P "411v 1V6-10LAIEME/17' Ae,06 74Hl C- 2467 DRAWN SL DATE r2eZ4f9 APPROVED DRAWING NO. EX1-11B/ 7- A R. 17 ` d sr Ad AS 5 i t E N N 4 O M Ag K N w 4 b S r4 O rat x m tS ts o S nO , c• r f ar 14 u r z m 13 i (o b 21 r1 1 2 [ v c a y 2t c m 6$ N - , 23 tp >« a e s 6 s c Y CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT .SEDVE.P "411v 1V6-10LAIEME/17' Ae,06 74Hl C- 2467 DRAWN SL DATE r2eZ4f9 APPROVED DRAWING NO. EX1-11B/ 7- A THE NEWPORT ENSIGN PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA, County of Orange, I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the above - entitled matter. 1 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 1 1985 Signature i OW Th*ace is for "e County Clerk's Filing Stamp F1 Proof of Publication of NOTICE SNV mo BIDS --Sealed bide may be received at the office of Ali CRY Clark ...oa..rn moan tu:ru�t;a:asznr rnvuzuses. _ Title of`Pretect.. _ .. 'Co'niiiii go. 111411,1100. .. - thv 25th dada E, RaWo y'ol-Febivar�,.. .. . Wan (i+y Clark - Prospective bade' "obtain' cne so of bid doo wie alms' mst.at the.office of the Public Woilo.l7•ymtmsat gBoull P Q $cz 1768 Neaporll ; PROOF OF PUBLICATION