Loading...
HomeMy WebLinkAboutC-2504 - 1985-86 Water Main, Sewer Main & Alley Replacement ProgramN CITY Of 0!y NEI^/f' ',''T OEACH, 2 Fountain Valley Transit Mix C' *' != 18030 Mount Washington s MAR 24 1gg7 t► 3 Fountain Valley, California 92708 d RECEIVED CITY c EAK 4 s Release of Stop Notice TO: CITY OF NEWPORT BEACH _..._ Construction Lender( or party with whom Stop Notice wasfiled) 3300 NEWPORT BLVD., NEWPORT BEACH, CA 92660 Address You are hereby notified that the undersigned claimant releases that certain Stop Notice dated OCTOBER 31, 1986 in the amount of 3 119239-08 CITY OF NEWPORT BEACH as owner or public body and DAKOVICH & BONS as prime contractor in connection with the work of improvement known as PARK & OPAL in theCity of NEWPORT BEACH County of ORANGE bare MARCH 249 1987 f "!_ TTO rya -I•'� f.� .j i ir. f7 i`t£.irift':i::. tit(. ��Jytic> ir State of California. Name of Claimant TAIN VALLEY T SIT MIX n Iqe) By C MAIM 10fftrial Coporirv) VERIFICATION • �',;;vr �%(,'� I the unricnigned, sune'. I am the AGENT OF Poriner0f'.'0%nrrof'.err.) 17 the claimant named in the foreeoinc Felcasc :I ha+c read saidReleaseof Stop Notice and know the contents thereof, ane 1 certify that the same is true of my own knots Icdee. I certify (or declare) under penaieg of periun under the last's of the State of California that the foregoing is true and correct. Executed on 87 at FOUNTAIN VALLEY, _CALIFORNIA ifornia. OFFICIAL SEILL W LARRY R JONES .. my t on LOW AM 21. I= ' ORANGE Coupirry CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 March 13, 1987 George Dakovich & Son, Inc. 422 Camino del Campo Redondo Beach, CA 90277 Subject: Surety: Bonds No. Contract No Project: The Ohio Casualty 2 -511 -601 C -2504 Insurance Company Water Main, Sewer Main and Alley Replacement Program The City Council of Newport Beach on February 9, 1987 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 in accordance with applicable sections of the Civil Code. The Notice was recorded by the Orange County Recorder on February 18, 1987, Reference No. 87- 087814. Sincerely, Wanda E. Raggio City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach EXEMPT - PLEASE RETURN TO: C12 8T =..- I4 City Clerk /� � %�v. v �+ City of Ned�itttppp r Be ch 60OLVOMCMUOS RECORDED IN OFFICIAL RECORDS 3300 Newport Blvd. OF ORANGE COUNTY, CALIFORNIA Newport Beach, CA 92663 -3884 ` NOTiCF. OF COMPLETION -200 PM 18' @7 NO CO'D_ MO'" PUBLIC WORKS a O"�'LIE,I 10 All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on February 9, 1987 the Public Works project consisting of Water Main, Sewer lfain and Alley Replacement Program (C -2504) _ on which George Dakovich & Son was the contractor, and The Oh was t rety, was completed. N'roc"ry OF r d- Ey A� Mr 131987. �dersigned, say: Inc VERIFICATION , P.O. Box 9212, Van CIT 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 11..1987 at Newport Beach, California. ji� �_/n 4d wt. 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 9, 1987 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 11, 1987 att Newport Beach, California. City Clerk ;a. i i01u K,c i i M) r v CIT)(*OF NEWPORT AACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 February 12, 1987 County Recorder's Office P.O. Box 238 Santa Ana, California 92702 (714) 6443005 Enclosed is the following document for recordation and return to the above -named office: Water Main, Sewer Main and Alley Replacement Program (C- 2504). Sincerely, 3300 Newport Boulevard, Newport Beach 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 recorded in accordance with applicable sections of the Civil Code. DISCUSSION: The contract for the construction of the subject project has been completed to the satisfaction of the Public Works Department. The bid price was $757,160.00 Amount of unit price items constructed 830,902.00 Amount of change orders 17,629.24 • Total contract cost $848,531.24 The increase in the amount of unit price items constructed was pri- marily due to additional water main (error in estimate; added footage requested by Utilities Department), street pavement (to provide better drainage) and alley pavement (alley added on Balboa Island). Seven change orders were issued. The first, in the amount of $393.25, provided for delays when an existing 10 -inch connection was found to be 6 -inch. The second, in the amount of $6,938.88, provided for removal of abandoned steel pipes and sewer flush tanks encountered in the Balboa Island alleys. The third, in the amount of $1,177.20, provided for additional hand excavation around the existing street lighting conduit and water main in the North Speedway which were not in the locations shown in the records. The fourth, in the amount of $5,014, provided for exploratory excavation to determine the extent of a previously replaced water main and the separation of the existing siamese services. The fifth, in the amount of $2,280.03, provided for potholing, hand excavation and special water main pipe fitting to avoid the Sapphire Street sewer pump station and the gas main in the same area. The sixth, in the amount of $766.59, pro- vided for assisting the City's forces with installation and removal of a tem- porary bypass in the area added at the request of Utilities. The seventh, in • the amount of $1,059.29, provided for a change in the grade of the sewer main in Winged Foot Lane. Funds were budgeted in the General Fund, Account No. 50- 9285 -001. The contractor is George Dakovich & Son, Inc., of Redondo Beach, California. The contract date of completion was May 16, 1986. The extra work (changes) and the additional work requested by the City delayed completion until tember 5, 10-06 Benjamin B. Nolan Public Works Director • February 9, 1987 BY THE CITY COUNCIL CITY OF NEWFORT BEACH CITY COUNCIL AGENDA ITEM NO. )[ -Ij TO: CITY COUNCIL FEB 9 1987 • FROM: Public Works Department APPROVED SUBJECT: WATER MAIN, SEWER MAIN AND ALLEY REPLACEMENT PROGRAM (C -2504) 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 recorded in accordance with applicable sections of the Civil Code. DISCUSSION: The contract for the construction of the subject project has been completed to the satisfaction of the Public Works Department. The bid price was $757,160.00 Amount of unit price items constructed 830,902.00 Amount of change orders 17,629.24 • Total contract cost $848,531.24 The increase in the amount of unit price items constructed was pri- marily due to additional water main (error in estimate; added footage requested by Utilities Department), street pavement (to provide better drainage) and alley pavement (alley added on Balboa Island). Seven change orders were issued. The first, in the amount of $393.25, provided for delays when an existing 10 -inch connection was found to be 6 -inch. The second, in the amount of $6,938.88, provided for removal of abandoned steel pipes and sewer flush tanks encountered in the Balboa Island alleys. The third, in the amount of $1,177.20, provided for additional hand excavation around the existing street lighting conduit and water main in the North Speedway which were not in the locations shown in the records. The fourth, in the amount of $5,014, provided for exploratory excavation to determine the extent of a previously replaced water main and the separation of the existing siamese services. The fifth, in the amount of $2,280.03, provided for potholing, hand excavation and special water main pipe fitting to avoid the Sapphire Street sewer pump station and the gas main in the same area. The sixth, in the amount of $766.59, pro- vided for assisting the City's forces with installation and removal of a tem- porary bypass in the area added at the request of Utilities. The seventh, in • the amount of $1,059.29, provided for a change in the grade of the sewer main in Winged Foot Lane. Funds were budgeted in the General Fund, Account No. 50- 9285 -001. The contractor is George Dakovich & Son, Inc., of Redondo Beach, California. The contract date of completion was May 16, 1986. The extra work (changes) and the additional work requested by the City delayed completion until tember 5, 10-06 Benjamin B. Nolan Public Works Director • CITY OF '� !1 NEWPORT BEACH, N� CALIF. NOTICE MY2O M&I 6 Stop Notice M C -zSOx of NEWPORT BEACH l ri�t♦VEQ (Name of Public Body or Lender) re S 3300 Newport Blvd. Newport Beach, CA 92660 (Address) /fit F (If Public Jo 1 office of controller, auditor, or other public disbursing officer whose duty it is to make payments under provisions of the contract.) (If Private Job — file with responsible officer or person at office or branch of construction lender administering the construction funds.) Prime Contractor: DAKOVITCH & SONS Sub Contractor(IfAny) J H CONCRETE Owner or Public Body: CITY of NEWPORT Improvement known as_ Park & Opal (Name and address ujproject or work uj'unprovement) in the City of Newport Beach , County of Orange State of California. FOUNTAIN VALLEY TRANSIT MIX claimant, a CORP. (claimant) (Corporation /Partnership /Sole Proprietorship) • furnished certain labor, service, equipment or materials used in the above described work of improvement. The name of the person or company by whom claimant was employed or to whom claimant furnished labor, service, equipment or materials is J H CONCRETE (Name oJSubcontractor /Contractor / Owner- Builder) 10096 Sixth Street, Rancho Cucamonga, CA 91730 The kind of labor, service, equipment or materials furnished or agreed to be furnished by claimant was READY MIX CONCRETE Idesrrrbe in detail) Total value of labor, service, equipment or materials agreed to be furnished ............. $ZR9L •.B l Total value of labor, service, equipment or materials actually furnished is ...............$ Credit Ior materials returned, if any ................ ..............................$ Amount paid on account, if any ............... ............................... I ...$ Amount due after deducting alljust credits and offsets ............................... $ -Zq_$1 YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project to satisfy claimant's demand in the amount of $11 ,2.39_O$as provided in Sections 3156 through 3214 of the Civil Code, and in addition thereto sums sufficient to cover interest, court costs and reasonable costs of litigation, as provided by law. A bond IS N01' attached. (Bond required on private jobs— not on public jobs.) (is /is not) Date October 31, 1986 E > 1 � �>.�oo, .. Cfi rJ C © ti. G: C V .m v v e�tt Nil i�J isza001 Name of Claimant FOUNTAIN VALLEY TRANSIT MIX (F m Name) By CRE MANAGER VERIFICATION (official 1, the undersigned, state: I a[n the AGLN i (Jf AS CRLDI 1 MANAGt -N ( ''agent of', "president of ", 'a partner oj" the claimant named in the foregoing Stop Notice; I have read said claim of Stop N • thereof, and I certify that the same is true of my own knowledge. MAP" )ts _Klo of .ec.) d 1{AeU► i 1 certify (or declare) under penalty of perjury under the laws of the State of California that the correct. Executedon California. and I9 8%, ar t' OV tw* IVA V HLLr�'Y r cif i "gnat rrrn , uuu ,, 4utbn/ ad ,4 arnn 1 1 0 0 CITY OF NEWPORT BEACH TO: FINANCE DIRECTOR Public Works FROM: CITY CLERK DATE: February 4, 1986 SUBJECT: Contract No. C -2504 OFFICE OF THE CITY CLERK (714 ) 640 -2251 Description of Contract Water Main, Sewer Main and Alley Replacement Program Effective date of Contract February 4, 1986 Authorized by Minute Action, approved on January 13, 1986 Contract with George Dakovich & Son, Inc Address 422 Camino del Campo Redondo Beach, CA 90277 Amount of Contract $757,160.00 Wanda E. Andersen City Clerk WEA:lr attach. City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 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 19th day of December , 1985, at which time such bids sha1T be opened and read for WATER MAIN, SEWER MAIN AND ALLEY REPLACEMENT PROGRAM Title of Project 2504 Contract No. $625,000 Engineer's Estimate lki ■ • • \�p� \\�\ \ `\ •� �. O Approved by the City Council this 25th day of November, 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 PROPOSAL WATER MAIN, SEWER MAIN, AND ALLEY REPLACEMENT PROGRAM 1985 -86 CONTRACT NO. 2504 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, CA 92658 -8915 Gentlemen: 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. 2504 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 @ Ten Thousand Dollars and No Cents $ 10,000.00 $ 10,000.00 Per Lump Sum 2. 1,500 Remove existing 8 -inch sanitary sewer and Lineal Feet construct new 8 -inch diameter sewer main @ Forty Dollars and No Cents $ 40.00 $ 60,000.00 Per Lineal Foot 3. 2,125 Remove existing 8 -inch sanitary sewer and Lineal Feet construct new 8 -inch diameter sewer main including trench resurfacing @ Forty -five Dollars and No Cents $ 45.00 $ 95,625.00 Per Lineal Foot N Pte+ ti O C+ N m cn a -S o 0 A ID 3 ( w m c'r V to S m O F IM m 0 z w � 3 w O w C CL n '< m m O a-, m v n O C H n T a= Z H z n n•O n-+,£ 0-1 0) 0?~~ 7 O 3 Z C+ <n n a s J.m F s3 a N O fiO �•�N E 7 C+ m D a vrr -Z M m O n 0 m M -� O O m t�D-1V m S O m Z m n < K O J. N Nam-? J. J D O 3 7 0 0 0 r N 7l< 7 O O m O t0 M Z Z 7 N = rr c+ ( s 0 o 0 0 m w n c+ c O v CL m m n n m �omJ•rt O m N N J •� + a C O 3 7r Z 7 a atom 3 C n W N m d V m mao .. -• 0 0 MF i�a•o cr 17 N CD 10 C+ t+ CD c 0-1 m � Foa- i 0 3 � a r iv�o -a rczm J.Q � O O J. J.-1 hF 7� n cr r+ a O Asti n (P) m N N O c -s n � • PR 1.2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 145 Remove existing 4 -inch sanitary sewer Lineal Feet main and construct new 4 -inch diameter sewer main including trench resurfacing @ Thirty-five Dollars and No Cents $ 35.00 $ 5,075.00 Per Lineal Foot 5. 445 Remove existing house connection and Lineal Feet construct new 4 -inch house connection @ Thirty Dollars an No Cents $ 30.00 $ 13,350.00 Per Linea oot 6. 1,860 Remove existing house connection and Lineal Feet construct new 4 -inch house connection, including trench resurfacing @ Thirty -five Dollars and No Cents $ Per Lineal Foot 7. 142 Construct house connection cleanout Each @ One Hundred Dollars and Nn Cents $ 8. 5 Install sanitary sewer cleanout Each @ Three Hundred Dollars and No Cents Each 9. 6 Construct sanitary sewer manhole Each 35.00 $ 65,100.00 1nn_of) rt 14.200.00 300.00 t 1,500.00 @ One Thousand Dollars No Cents $ 1,000.00 $ 6,000.00 10. Lump Sum Bracing excavations and trenches @ Five Thousand Dollars and No Cents $ 5,000.00 $ 5,000.00 Lump Sum • PR 1.3 •ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL rNO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 11. Lump Sum Abandon existing water mains and valves @ Five Thousand Dollars and No Cents $ 5,000.00 $ 5,000.00 Lump Sum 12. 1,080 Install 6 -inch water main Lineal Feet @ Twenty -five Dollars and No Cents $ 25.00 $ 27,000.00 Per Lineal Foot 13. 2,580 Install 8 -inch water main with trench Lineal Feet resurfacing @ Thirty -five Dollars and No Cents $ 35.00 $ 90,300.00 Per Lineal Foot 14. 2,210 Install 6 -inch water main with trench Lineal Feet resurfacing @ Thirty Dollars and No Cents $ 30.00 $ 66,300.00 er Lineal Foot 15. 30 Install 6 -inch butterfly valve Each @ Five Hundred Dollars and No Cents $ 500.00 $ 15,000.00 ach 16. 6 Install 8 -inch butterfly valve Each @ Six Hundred Dollars and No Cents $ 600.00 $ 3,600.00 Each 17. 3 Install 6 -inch tapping sleeve and Each resilient seat gate valve @ One Thousand Dollars and Mn Cents $ 1,000.00 $ 3,000.00 0 • PR 1.4 TTEM QUANTITY — - ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 18. 1 Install 8 -inch tapping sleeve and Each resilient seat gate valve @ One Thousand Two Hundred Dollars 19 20 21 PZ and No Cents $ 1,200.00 $ 1,200.00 Each 126 Replace existing service with 1 -inch Each service including trench resurfacing @ Two Hundred Dollars and No Cents $ 200.00 $25,200.00 Each 27 Replace existing service with 1 -inch Each service @ One Hundred Fifty Dollars and No Cents $ 150.00 $ 4,050.00 Each 4 Replace existing service with 1i -inch Each service including trench resurfacing. @ Three Hundred Dollars and No Cents $ 300.00 $ 1,200.00 Each 1 Replace existing service with 2 -inch Each service including trench resurfacing @ Four Hundred Dollars and No Cents $ 400.00 $ 400.00 Each 0 0 PR 1.5 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTA—L NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 23. 12 Remove existing and replace with new Each fire hydrant assembly including trench resurfacing @ Thirty -five Hundred Dollars and No Cents $ 3,500.00 $ 42,000.00 24. 1 Install new fire hydrant on Beacon Street Each @ One Thousand Five Hundred Dollars No and Cents $ 1,500.00 $ 1,500.00 Each 25. 2 Install new fire hydrant assembly in- Each cluding trench resurfacing @ Three Thousand Two Hundred Dollars No and Cents $ 3,200.00 $ 6,400.00 ach 26. 4 Remove existing and replace with new Each fire hydrant assembly @ Three Thousand Dollars and No Cents $ 3,000.00 $ 12,000.00 Each 27. Lump Sum Install temporary bypass water system @ Ten Thousand Dollars and No Cents $ 10,000.00 $ 10,000.00 Lump Sum PR 1.6 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 28. 22,600 Remove existing alley pavement and Square Feet construct new P.C.0 alley pavement @ Five Dollars No and Cents $ 5.00 $113,000.00 Per Square Foot 29. 2,160 Remove existing alley approach and Square Feet construct new alley approach @ Six Dollars and No Cents $ 6.00 $ 12,960.00 Per Square Foot 30. 3,335 Remove existing roadway pavement Square Feet and construct new roadway pavement @ Six Dollars and No Cents $ 6.00 $ 20,010.00 Per Square Foot 31. 2,000 Remove existing pavement and construct Square Feet P.C.C. pavement patch back @ Four Dollars No and Cents $ 4.00 $ 8,000.00 Per Square Foot 32. 350 Remove existing sidewalk and Square Feet construct new PCC sidewalk @ Five Dollars and No Cents $ 5.00 $ 1,750.00 Per square oot 33. 660 Remove existing beach driveway approach Square Feet and construct new P.C.0 driveway approach @ Six Dollars and No Cents $ 6.00 $ 3,960.00 Per Square Foot 0 9 • a PR 1.7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTA—L NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 34. 150 Construct Type "B" P.C.C. curb Lineal Feet @ Ten Dollars and No Cents $ 10.00 $ 1,500.00 Per Lineal Foot 35. 120 Construct P.C.C. sidewalk Square Feet @ Four Dollars and Cents $ 4.00 $ 480.00 o Per quare oot 36. 45 Place aggregate base Tons @ Twenty Dollars and No Cents $ 20.00 $ 900.00 Per on 37. 22 Place asphalt pavement Tons @ One Hundred Dollars and Cents $ 100.00 $ 2,200.00 Per on 38. 300 Construct wheelchair ramps Square Feet @ Eight Dollars and No Cents $ 8.00 $ 2,400.00 Per Square Foot TOTAL PRICE WRITTEN IN WORDS: Seven Hundred Fifty -seven Thousand One Hundred Sixty Dollars and No Cents $ 757,160.00 194375 A GEORGE DAKOVICH & SON, INC. Contractor's LIC. No. & MaS—S—if-I—Ca-f—ion Bidder (213) 325 -2417 Bidder's Telephone Number December 19, 1985 Date S /Vladimir Popovich, Construction Manager Authorized Signature /Title 422 Camino del Campo Redondo Beach, CA 90277 Bidder's Address I 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. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less that 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. The City of Newport Beach will not permit a substitute format for the contract documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of 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. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Page 2 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 and 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 seg.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the 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. 194375 A GEORGE DAKOVICH & SON, INC. Contr's Lic. No. & Classification Bidder December 19, 1985 S /Vladimir Popovich, Construction Manager Date Authorized Signature /Title I i 0 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. Subcontract Work Subcontractor Address 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. GEORGE DAKOVICH & SON, INC. Bidder S /Vladimir Popovich, Construction Manager Authorized Signature /Title *ORIGINAL SEE CITY CLERK'S FIL OPY Page 4 t BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, GEORGE DAKOVICH & SON, INC. , as bidder, and THE OHIO CASUALTY INSURANCE COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, Calfornia, in the sum of 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, SEWER MAIN AND Title of PROGRAM C -2504 in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver to said City the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of contract documents for execution to the above bounden bidder by and from said City, 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 individual, 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 161h day of December , 1985 GEORGE DAKOVICH & SON, INC. (Attach acknowledgement of Bidder Attorney -in -Fact) S /Judith H. McNiff S /Vladimir Popovich, Construction Manager Notary Public Authorized Signature /Title Commission Expires: March 1, 1988 THE OHIO CASUALTY INSURANCE COMPANY Surety By S /Michael R. Langan Title Attorney -in -Fact A . 9 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. GEORGE DAKOVICH & SON, INC. Bidder S /Vladimir Popovich, Construction Manager Authorized Signature /Title Subscribed and sworn to before me this 16th day of December , 1985. My commission expires: March 1, 1988 Judith H. McNiff Notary Public • • Page 6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. Prior CNB contracts GEORGE DAKOVICH & SON, INC. Bidder S /Vl Construction Manager uthorio ed Signature /Title • NOTICE • Page 7 The following are 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 8 & 9) FAITHFUL PERFORMANCE BOND (pages 10 & 11) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12, 13, 14) CONTRACT (pages 15 & 16) The City of Newport Beach will not permit a substitute format for these contract documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be (1) licensed to conduct business in California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property- Casualty. Coverages shall be provided 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 edition adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. • • Page 8 r9mii[N aMI31m,11 KNOW ALL MEN BY THESE PRESENTS, That Bond No. 2 -511 -601 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted January 13, 1986- has awarded to GEORGE DAKOYICH 8 SON. INC. hereinafter designated as the "principal ", a contract for Mater Main, Sewer Hain and Alley Replacennt Program (E -25041 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, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We George Dakovich & Son, Inc. as Principal, and The Ohio Casualty Insurance as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Seven Hundred Fifty -Seven Thousand One Hundred Sixty and no /100 Dollars ($ 757,160.00 ), 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, or other supplies, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemploy- ment 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. The bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon k s i Payment Bond (Continued) • Page 9 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 16th day of January 19 86 George Dakovich & Son Inc. (Seal) Name of Contractor nc Priipal /1 �u$horized Signa u and Tit ei - Authorized Signature and Title The Ohio Casualty Insurance Company (Seal) Name of Surety P.O. Box 9212, Van Nuysn CA. 91409 -9212 ddress o Surety vA% igna re and Title f ut rized. -Agent [icharel R. Langan, Attorney -in -Fart (213) 681 -4814 Telephone No. of Agent `J r_ -. __ � '_' �. � i FEE II I I•li .m Ox^ o�d m w� �m s rI ro A S. R �l h S � N r :w ;w :n dry Y m o+ s L COPY OF POWER OF 2W ALTY II1T8081 >,` _ x *- sofa arum IwfareK No. 1"96 Arm III �I�t �Ct p That THE — AL7Y B�t1f7RANCE C< of eiR6ority 6F Ar L VI. Saatioo 7 of ByLawa of 'skid . do" hereby nomieate. Michael R �".:� an — — — — — — _ , i - _ _ _ of Pasadena, Ca; its tram and law(aI'agaag._. goad 4&-fact. to Baal and agii", few and as a7 Its act and deed any and & $OH TAKBK3S, ITANCES, not oeme" TWO MILLION FIVE HMRED THOUSAND — — — — — — — '(; excluding, however. any bood(s) or andartakfng(s) guaranteeing the payment of not" m And - At execution of swk bend• or undertakings I• usuce of the" yr.ae Ste. abalf leis es a an intents and parpe�y u if they had been "doy exewtand mlt i ei the Compaq at its = is,, IIassil . Ohio. id that own Pr[►0; .VW 45�OW ,Dollam kmlis vpb aeknowlWged y the r•rd"Ir orie. . . The autherhy gtaatsd kaputtdar •�araadr any rftyaretofere prarHad the abozh named attoeasy(s) -is feat Is WfINFSS the ""wdar=gd•d o &car of tlia;aid The Ohfo Casualty bnwaaea Company has subscribed Ilia aam• and a Corporate SEAL said The Ohio Casualty Cempsay thou 10th day', Febmary At9' 7g (Signed) Richard T.' 1iof: a : ......_...... , . ». _......_. STATE OF OHIO. l4 Assistant Secretary ' ~ COUNTY OF BU IFA 1 on this 10th dv*Q February. A. D 19 '%J- before the subaeramr. a Notary Public of tits, State of Ohio, is and for the County of Butler. day commissioned and 'came Richard T. Hoffman.. Asst." Secretary r :,: of THE OHIO itAS(IALTY":44SURANCE:COMPANY t�.m• perw ally known to be the Iaobsidwl'aad officer' ' :in, and who executed the praea Kng instrameat. and ow- gad the execution of the acute, sad being 67 ms, n deposeth and with that Be is the officer of the puny aforesaid, and " tot the anal a8'med to rite Preceding LL t is the Corporate SCSI of said Company. and tSe acid Corporate Seal and his eignatu» u of cer'wen only affixed and bed to the said tweroeiM by the an WHY and dito of the rid Corporatiea. 1_��� IN MMMONY- *HFREOF. 1 have herocsto set my band and. afised my Oflfcial tt4 Seal at the City of Hamilton. State of Obio, the day and your first mbovtonm (Signed) Dorothy Bibee _...... »._.... »...:. . Notary Public in and far. County of Batley. State of Ohioe My Commission axyires This power of attorney is granted under and by authority of Article VI, Section 7 of the By -Laws of the Company, adopted by its directors on April $ 1954: extracts from which read: ••ARTicLp Vr• t "Section 7. Appointment of Attoiwy- in- Fact..ete. The chairman of the board, the presidestr - any vice - president, the secretary or any assistant " r ty shall be and is hereby vested with full power and authority tug appoint attorneys -in -het for the purpose of signing tktl ame of, the Company as surety to, and to execute, attach the: - corporate goal. acknowledge and deliver any and all bondµ r. ognixaaees, Kfpolations, undertakings at other instruments of sam"hip. and policies of insurance to be given in favor off( any i=%viduet, firm. corporation, or the official reprosentative thereof, or to any county or Kate, or any official board -or tloards of county or state. or the. United States of America, or to 010y-ether political sub- division.' This instrument is signed and sealed by facsimile as authorized by the following Resolution adopted by Vthe directors of the Company on May 27. 19701 'RESOLVED that the signature of any officer of the Company authorized by Article VI Section .7 of the by-laws to appoint attorneys in fact, the signature of the Secretary or any Assistant Secretary certifying to the edtreetneor of any copy of a power of attorney aria the seal of the Company may be affixed by facsimile to any power of attorney or copy thereof forced on behalf of the Company. Suck'signatures and seal are hereby adopted by the Company . as original signatures and soul• to be valid and binding upon the Company with the same force and effect as though manually affixed." CERTIFICATE t 1, the undersigned Assistant Secretary of The Ohio Casualty Insurance Company, do hereby certify that the foregoing power of attorney. Article VI Section 7 of the by -laws of the Company and the above Resolution of its Board of Directors are tress and correct copies and are in full force and effect on this date. IN WITNESS WHEREOF• I have hereunto set my hand and the seal of the Company this 16th day of Jan A.D„ 19 86 )llrt s • � Assistant Secretary 0-43Wr-- 1240-M . >, <. ... �:. ::35 � .� ... .. .... ..�: a... .. a.% ...rd...^.2�.e..r_ar3ik •,r_ -cL "- X.:?mw- '..:� 'i i ` - f. . I ; _ t , 14W q1I 4'0'r.b`' p� le ifs i , ::. ' fA I i • ! Page 10 Bond No. 2 -511 -601 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 January 1:, 19M- has awarded to RFORGF GAKGVISN A SAN, ING hereinafter designated as the "Principal ", a contract for Water Main, Sewer Main and A11er Reolat Mnt Progrrem (C -2504) 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 The Ohio Casualty Insurance Company as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Seven Hundred Fifty -Seven Thousand One Hundred Sixty and No /100ths Dollars ($ 757,160.00 ), 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 0 • Page 11 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 16th day of January , 19 86 George Dakovich & Son, Inc. (Seal) Name of Contractor (Principal) �,i�S7XGcT 6�(1 41 &&Ak6Cntk A uthorized Sign&tuft and Title Authorized Signature and Title The Ohio Casualty Insurance Company (Seal) Name of Surety P.O. Box 9212, Van Nuys, CA. 91409 -9212 Address of Surety / (/ V L t Cn SigrAtbre and Title of A orized Aunt Michael R. Langan, Attorney- in- FacC;.. 100 N. Hill Ave., X1102, Pasadena,-CA-1 91106 (213) 681 -4814 Telephone No. of Agent K 3 a sa?�oo c '{ 3rsaScf �rresTD good r an -n3M �C m W -1 re i z K b C7 pw� M i� L a' •n 2L OD :v em 2� :G 2 2 iOD i� i y N e CXRTVFD COFY OF POWER OF A r TM OHIO. _C UALTY INSiTi¢A11T�I�C�11lA1�Y RtOgli tyfs+. fIMOf.Tp4 oleo No. 14496 - >w � That CASUALTY DZURANCE COhHlAN1f, Ir pups f' eE. - y_ V Sweiou 7 of eh. Brtww4' .- .Company, der hereby nokinae esus &:tad t Michael R. Largo i -- — — — — — — — — • — — — — — - of Pasadena, California - - - its trna and lawfd and a ss hi -foet, to make, oxeeute sun) and deliver for and on its behalf as surety, and u ice act and deed any i 8 e,9 BOHDb��UNDFRTAKIN0.4. and RECOr-NM#V= not exceeding in any Minsk instance .TWO MILLION FIVE HWRED THOUSAND - - - _ .. - . ti - - _ ( :2,500,000.00 - Dolton, .exeladiog, however, any bead(s) :er undertaking(s) guaranteeing payment of notes and interest thereon As* the execution of such btFid. ass undertakings is punnsnae of that- p. atio, Aalll �i u binding open said CompaMC - u sad amab. to an and purposes, u if they Had been tlotf. oakuted' and acknowledged by the. nguk, ek ;}Mara if( the Ce m it. o &a is Homfitan. Ohio, to their awn proper persons. _ The authority gtagbd hereunder supenedr any authority heretofore, granted the above named. atternsy(s)- in-hct. - t In WITNESS VH F. the undersigned officer of iba rid The. Okfs "Casnalty Insurance Company has b unto subscribed his same and affixed the Corpemtit 264 01 .11641 -bald The Ohio Casualty Insurance Company thin-' 10th, day of February 19.77. ( Signed) Richard' T. Hoffman, STATE OF OHIO ~~ Assistant Secretait .........._......... SL COUNTY OF BVRFR On this 10th February A. D. 19 77 before s the subscriber. - a.Noary Paidic of the State of Ohio. in and for the County of Butler. -duly commiusia"A and qualified, came - - Richard T. $6ffman,= Asst. Secreta; of THE OHIO CASUALTY INSURANC114 C OMPANY, to we yerwnaII known to be the individual' #red officer disen%ed in. and who executed the Amending_' G and he ackaow. - lodged the execution of the same, and being by ms="y sworn deposeth and ;rith.Ithat he a =0 111, of the Company -- - aforesaid, and that the seal saxed to the preceding *trument is the Corporate Seal of rid Company. and the rid Corporate Seal and kin signature as officer ware duly affixed an8'eubrribed to the rid instrument by the authority and direction of the rid Corporation. .. - m - W TESTIMONY4. MREOF, 1 have hereunto sat my hand any -a &zed my Official - gW_rt Seal at the Cfry of Hamilton. State of Ohio, the any and year first abet written. OWN (Signed) Dorothy Bibee .. ..... .......... ......_......................._ . „0 ....................... - - Notary Public in .and for County of Butler. State of Oki *" MY Commission expires '........... . C a 11 j.. 1 90 This power of attorney is granted under and by authoiff¢ of Article VI, Section 7 of the By -Lows of the Company, adopted by its directors on April 2, 1954, extracts from which read: - - :�_ 1RTICiE VI" "Section 7. Appointmeat of Atterneydn -Fact, eke. The chairman of the board, the president, any vice- president, tits Me retary or any assistant r¢r�ty &hall be and is hereby vested with full power and authority to., tippoint attorneys -in -fact for the purpose of signing a .ante of, the Company as surety to, and to execute, attach the cetponta seal. acknowledge ` and deliver any and all bonds, retogaimaces, stipulations, undertakings or other instruments of suretyship and policies of insurance to be given in favor o(. any individual. firm. corporation. or the official representative thereof, or to any teunty or state, or any official board or bards of county or state, or the United States of America,' or to any . other political sub- division." This instrument is signed and sealed by facsimile as authorized by the following Resolution adopted by the directors of the Company on May 27. 1970: - - - RESOLVED that the signature of any officer of the Company authorized by Article VI Section 7 of the by -laws to appoint attorneys in fact. the signature of the Secretary or any Assistant Secretary certifying to the correctness of any copy of a ` power of attorney and the seal of the Company may be affixed by facsimile to any power of attoer copy thereof issued an behalf of the Company. Such signatures and seal are hereby adopted by the Company as. " a signatures and seal. to be valid and binding upon the Company with the game force and effect as though manually affixed." CERTIFICATE I, the undersigned Assistant Secretary of The Ohio Casualty Insurance Company, do hereby certify that the foregoing power of attorney, Article VI Section 7 of the by -laws of the Company and the above Resolution of its Board of Directors are true - and correct copies and are in full force and effect on this Jets. ._ IN WITNESS WHEREOF, I have hereunto set my hand and the seal of the Company this 16th day of Jan.A.D., 19 86 - �l11 iyl, Asaistont Sec'tetary 3 -e30WC 12 -00-7011 el' . .:�.: .. .. Rte.,,' 1 e ?. a.' • CERTIFICATE OF INSURANCE • "Page 12 CERTIFICATE HOLDER INSURANCE COMPANIES AFFORDING COVERAGES City of Newport Beach Company 3300 Newport Boulevard Letter A CONSOLIDATED AMERICAN Newport Beach, CA 92663 Company NAME AND ADDRESS OF INSURED B Letter UNIVERSAL SECURITY INSURANCE Company C GEORGE DAKOVICH & SON, INC. Letter 422 Camino del Campo Company D Letter Redondo Beach, CA 90277 Company E Letter 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). Policy LIMITS OF LIABILITY IN THOUSAN 11 000 COMPANY TYPES OF INSURANCE Policy Exp. g. ro uc LETTER COVERAGE REQUIRED No. Date Each Completed Occurrence Operations GENERAL LIABILITY Bodily Injury $ $ x Comprehensive Form Premises - Operations CAP Property Damage $ $ A Explosion & Collapse Hazard 1Xxx Underground Hazard 178 129 6 -1 -86 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 $500 Aviation AUTOMOTIVE LIABILITY ❑x Comprehensive Form Bodily Injury $ F//// (Each Person A ❑x Owned CAP $ — Bodily Injury 178 129 6 -1 -86 Each Occurrence ProQerty Damage n Hired Bodily Injury and Fx Non -owned Property Damage Combined $ 600 EXCESS LIABILITY ® Umbrella Form Bodily Injury B ❑ Other than Umbrella Form U5319 6 -1 -86 and Property Damage Combined $1000 $1000 WORKERS' COMPENSATION Statutor and kLaCh EMPLOYER'S LIABILITY Accident) NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof,.the-Insurance Company affording coverage shall provide 30 ays' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. By: Agency: Langan Bonding, & Insurance Agency. Inc. MitTiorized Rep esenta ve Date: Michael R. Langan Jan. 16, 19U6 Telephone: (213) 681 -4814 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: WATER MAIN SEWER MAIN AND ALLEY REPLA EME P Project Title and Contract Num er NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. 31 • 0 Page 13 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 I 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 SEWER MAIN AND ALLEY REPLACEMENT PROGRAM C -2504 Pro.iect Title and Contract No. . This endorsement is effective Jan. 16, 1986 at 12:01 A.M. and forms a part of Policy No. cap 178 129 Named Insured ceoree n kovich & son. Inc. —Endorsement No. Name of Insurance Company Consolidated American By 4a, Author' Lid Represe tative • Page 14 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 wi.th 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 nold 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 (,) 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 MAIN SEWER MAIN AND ALLEY REPLACEMENT PROGRAM ro ect it a an Contract No. This endorsement is effective Jan. 16, 1986 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 �Q CIc ritc- 1/91�_ ized Representative • Page 15 CONTRACT THIS AGREEMENT, entered into this day of �19 RI , by and between the CITY OF NEWPORT BEACH, hereinafter "City, ands°" hereinafter "Contractor, "is made with reference to the fol owing facts: (a) City has heretofore advertised for bids for the following described public work: Water Main, Sewer Main and All Title of Proiecl 31acement Pro 2504 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 Main, Sewer Main and Alley Replacement 2504 Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of Seven Hundred dr d ixt and no 100 Dollars ($ 757 160.00 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) (f) Plans and Special Provisions for e of Project (g) This Contract. Contract No. Page 16 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: APPROVED AS TO FORM: &W4 I K-&—t&dk City Attorney RGE DAKOVICH & SON. INC. Nap f Contractor rincipal) Authorized Signatdre and'-•Tl'tle Authorized Signature and Title CITY 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR 9 SP 1 of 9 WATER MAIN, SEWER MAIN AND ALLEY REPLACEMENT CONTRACT NO. 2504 I. SCOPE OF WORK 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. R- 5520 -S, W- 5161 -S, A- 5113 -S and S- 5114 -S), (3) the City's Standard Special Provisions and Standard Drawin s for Public Works Construction ( 9 Edition), and the Standard ecifications or Public Works Construction (1985 Edition). Copies of the tandard 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. 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 concerning award and execution of the contract. III. TIME OF COMPLETION A. All work under this contract shall be completed by May 16, 1986. B. The Contractor's schedule shall consider the phasing of water main construction, testing, disinfection, and connection to the exisitng 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. The test pressure shall be 175 PSI. Any temporary bulkheads for thrust resistance will be the responsibility of the contractor. 0 SP2of9 3. Cutting -in of new water mains shall be the least disruption to water service. hours during the day will be permitted bypass. Operations requiring a longer quired a temporary bypass. done at times resulting Shutdowns of up to four and will not require shutdown period will re- in 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. The Contractor shall complete all work on each alley or street within thirty (30) 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 thirty (30) 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 thirty (30) 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. The Contractor shall complete all work on the Corona del Mar Beach entrance within 12 consecutive calendar days after commencing work or by March 21, 1986, whichever comes first. The contactor shall also maintain vehicular access to the beach at all times. E. No work shall begin until a schedule of work has been approved by the Engineer, The Contractor, in preparing his schedule of work, should con- sider phasing construction to minimize traffic congestion during the Easter holiday, from March 21 to April 6. Partial payments for mobilization shall be made in accordance with Section 10264 of the California Public Contract Code. 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. Partial payments for mobilization shall be made in accordance with Section 10264 of the California Public Contract Code. 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. • • SP4of9 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 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 III. 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. Constructing 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 prior to the start of work. • . SP5of9 1. Sewer Alternatives The Contractor shall select one of the following alternative materials and shall use the selected material homogenously for sewer items Nos. 2 through 8 of the Proposal: a. Vitrified Clay Pipe (V.C.P.) (1) Sewer Main Sewer pipe, house connections (H.C.) sewer cleanouts, and fittings shall be extra strength vitrified clay pipe (V.C.P.). (2) House Connections (H.C.) New H.C. laterals shown on the plan shall be aligned 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. Grout, proportioned by volume, shall be 1 part portland cement and 21 to 3 parts sand to which 1110 part lime may be added. 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). • • SP6of9 (3) Manhole Connections Manhole connections shall be watertight. Approved methods for connection can be made as follows: (a) Manhole couplings with elastomeric gasket seals shall be cement - grouted into the manhole walls. Pipe inserts into coupling. (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. (d) Grout, proportioned by volume, shall be 1 part portland cement and 2} to 3 parts sand to which 1/10 part lime may be added. 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 02996 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.1.a.(2). (3) Manhole Connections See "CONSTRUCTION DETAILS ", XI.A.1.b.(3). • I • SP7of9 B. 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 -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 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. c. Resilient Seat Gate Valves Resilient seat gate valves shall equal or exceed the require- ments established by specifications of the American Water Works Association. They shall be M & H, Mueller, Clow, or Kennedy with non - rising stems. 2. Water Meter Boxes The Contractor shall salvage and reset existing concrete meter boxes. The City shall furnish to the Contractor, at no cost, meter boxes to replace those boxes which are identified on the plans to be substan- dard or broken prior to construction. Meter boxes provided by the City shall be picked up by the Contractor, at the City's Utilities Yard at 949 West 16th Street. Boxes broken during the course of construction shall be replaced by the Contractor at his expense. SP 8 of 9 3. Water Main Abandonment Water main abandonment shall include the following: a. 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. b. Abandoned pipe openings shall be plugged with 4 inches mini- mum Class E mortar. c. All water valves to be abandoned shall be left with the valve set in the open position, unless otherwise indicated. 4. Water Main Conflicts At the intersections of an existing main to be abandoned and a new main, where a conflict occurs, the existing main shall be removed to allow the new main to be installed straight and level. C. 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. 2. Existing Utilities The Contractor shall adjust to finished grade all sewer manholes, sewer cleanouts, water meter boxes, water valve covers, and monuments prior to the placement of pavement. The Contractor shall be responsible for any damages to existing utilities resulting from his operations. 3. 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 Utilities Yard at 949 West 16th Street. To determine the number of plates 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 alley approaches to join included in the cost of Temporary Resurfacing 1' i • curb and sidewalk adjacent to nev, existing improvements shall be constructing PCC alley approaches. Paragraph 4, Section 306 - 1.5.1, "Temporary Resurfacing" of the Standard Specifications shall be deleted and the following added: SP9of9 The cost of furnishing, placing, maintaining, removing and disposing of temporary resurfacing shall be included in the unit costs to install the water system items which include trench resurfacing. Temporary resurfacing shall be 2" in thickness, and is required over all backfilled pavement areas prior to opening to traffic. 6. Encroaching Improvements The Contractor shall salvage any brick or fence encroaching in the alley in conflict with the work, and stack it neatly on the property adjacent to the alley. The Contractor is not required to replace or adjust any encroaching improvements within the alley right of way. 7. Patch Back and Reinstalling Brick The Contractor shall patch back bricks and PCC within private property at locations shown on the plans in a manner that matches the adjoining private property improvements in structural section, texture and color. • • January 31, 1986 To: CITY CLERK FROM: Public Works Department SUBJECT:, Attached are four copies of the subject contract documents. Please have executed on behlaf of the City, retain your copy and insurance certificates, and return the remaining copies to this department. Stephen J. Luy Project Engineer SJL:em Att: • TO: CITY COUNCIL FROM: Public Works Department • BY THE CITY COUNCIL CITY OF NEWPORT BEACH JAN 13 1983 APPROVED January 13, 1986 CITY COUNCIL AGENDA ITEM NO. F -3(a) SUBJECT: WATER MAIN, SEWER MAIN AND ALLEY REPLACEMENT PROGRAM (C -2504) RECOMMENDATION: 1. Award Contract No. 2504 to George Dakovich & Son, Inc., for the total price of $757,160, and authorize the Mayor and the City Clerk to execute the contract. _W At 11:00 A.M. on December 19, 1985, the City Clerk opened and read the following bids for this project: Bidder Total Price Low George Dakovich & Son, Inc. $ 757,160 2 Peter David Co. 1,125,625 The low bid is 21% higher than the Engineer's estimate of $625,000. The low bidder, George Dakovich & Son, Inc., is a well - qualified general contractor who has satisfactorily performed previous contracts for the City. The small number of bidders, together with the disparity between the low bid and the Engineer's estimate, appears to be due to the current high volume of construction activity in Southern California. This activity has reduced the number of contractors bidding on projects, and has resulted in higher bid amounts than the depressed prices which had prevailed for the past few years. The Utilities Department advises that an increasing number of failures is being experienced in some of the utility lines scheduled for replacement in this contract. This fact, together with the desire to complete the work prior to the summer season, results in the recommendation for award of the contract at this time. The project provides for the replacement of approximately 5,900 lineal feet of deteriorated water mains and water service lines. The project also is includes the replacement of approximately 5,500 lineal feet of deteriorated 8- inch - diameter sewer mains; replacement of deteriorated sewer laterals; replace- ment of 110 lineal feet of 4 -inch- diameter sewer main; and reconstruction of alley pavement. The locations where alley pavement is to be reconstructed are along the North Bay Front of Balboa Island from Park Avenue to Collins Avenue; and in the alleys southerly of Edgewater Avenue from Fernando Street to Alvarado Street. In addition, the beach entrance at Corona del Mar Beach will be reconstructed and curb access ramps built at Bayside as a part of this project. (See attached exhibit for locations.) 0 0 January 13, 1986 Subject: Water Main, Sewer Main and Alley Replacement Program (C -2504) • Page 2 The replacement water mains will improve domestic water service and provide increased pressure and reliability for fire protection. 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 reconstruction of alley improvements will facilitate drainage and provide a smooth driving surface. The reconstruction of the beach entrance will facilitate the flow of traffic, improve the appearance of the beach entrance and improve the flow of drainage water along Ocean Boulevard. Funding for the work is proposed from the following accounts: Account Description Sewer Main Replacement Program Water Main Replacement Program • Street & Alley Resurfacing Program Corona del Mar Beach Entrance Reconstruction Budget Amendment to Water Main Replacement Program Sidewalk, Curb & Gutter Replacement Program Sewer Pump Station Program Maintain Sewer Access Road Budget Amendment to Sewer Main Replacement Program Raise Valve Covers to Grade Total Account No 02- 5585 -102 50- 9285 -001 02- 3385 -015 02- 4197 -348 02- 3397 -183 02- 5585 -013 02- 5597 -363 50- 9297 -156 Amount $251,072.42 345,922.61 26,464.97 7,700.00 38,000.00 30,000.00 5,000.00 5,000.00 28,000.00 20,000.00 $757,160.00 Budget amendments to appropriate the necessary additional water and sewer main replacement funds have been prepared for Council consideration. The addi- tional $38,000 needed for the water main replacement portion of the project is proposed to be appropriated from Water Fund reserves. The additional $28,000 needed for the sewer main replacement portion of the project is proposed to be transferred from salary savings in the sewer operating budget. • The plans and specifications were prepared by the Public Works De artment. The estimated date of completion is May 15, 1986. Benjamin B. Nolan Public Works Director SJL:jd Att. • • E _w A T PROJECT LOCATION ove ROJFCT 1151 LOCATION' • it It. 7bww cc&"Fe 'ep % 6A*f CO, - ------------- _41r -el IN e '7Z u, 5f 7 o"t ----------- 36j OEACH �eoc PROJECT LOCATION C-25 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WATER MAIN, SEWER MAIN AND -ALLEY REPLACEMENT PROGH DRAWN _J�T _L DATE �7 APPROVED 121 _./ / NO. • • • 0pvember 25, 1985 BY THE CITY COUNCIL CITY COUNCIL AGENDA ITEM N0. F -12 CITY OF NEWPORT BEACH TO: CITY COUNCIL NOV 2 51 °$5 FROM: Public Works Department bppRnVEn SUBJECT: WATER MAIN, SEWER MAIN AND ALLEY REPLACEMENT PROGRAM (C -2504) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to to be opened at 11:00 a.m, on December 19, 1985. DISCUSSION: The project provides for the replacement of approximately 5,900 lineal feet of deteriorated water mains and water service lines. The project also includes the replacement of approximately 5,500 lineal feet of deteriorated 8- inch - diameter sewer mains, replacement of deteriorated sewer laterals, replace- ment of 110 lineal feet of 4 -inch- diameter sewer force main and reconstruction of alley improvements. In addition, the beach entrance at Corona del Mar Beach will be reconstructed and curb access ramps built at Bayside as a part of this project. (See attached exhibit for locations.) The replacement water mains will improve domestic water service and provide increased pressure and reliability for fire protection. 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 reconstruction of alley improvements will facilitate drainage and provide a smooth driving surface. The reconstruction of the beach entrance will facilitate the flow of traffic, improve the appearance of the beach entrance and improve the flow of drainage water along Ocean Boulevard. The plans and specifications were prepared by the City. The Engineer's estimate is $625,000. Adequate funds to award this amount are available in the sewer main replacement program, the water main replacement program, the appropriation for alley replacement, the appropriation for the reconstruction of the Corona del Mar Beach entrance, and the street and alley resurfacing program. • The work will begin after the first of the year. All work is to be completed by May 15, 1986. 0, / '`1L 8 4 Benjamin B. Nolan Public Works Director SJL:jd Att. ------------- A J PROJECT LOCATION o ,OVESI -Z PROJECT LOCATION'-- is' 7r .4 V A Ll Yvw. v 's V!, sn 000--- UlJt IL zz:v 94 1!7 L Nk NEL- --- ------- N 4r . ......... .77, LZ $A PWLIC A-L 0 to ­PROJECT &UAW pw LOCATION &2504' DRAWN S.T L DATE ' ° -28 -g5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT APPROVED WATER MAIN, SEWER MAIN AND ALLEY REPLACEMENT PROGRAM DRAWING NO. EXHIBIT A Authorized to Publish Advertisements of all kIs including Public notices by Decree of the Superior Court of Orange County, California. Number A -6214, dated 29 September, 1961, and A- 24831, dated 11 June, 1963. STATE OF CALIFORNIA County of Orange PuN. "I1 •d~.S" cowe4 W Ilw mi, CM .11n 10 column .stn I am a Citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the below entitled matter. I am a principal clerk of the Orange Coast DAILY PILOT, with which is combined the NEWS - PRESS, a newspaper of general circulation, printed and published in the City of Costa Mesa, County of Orange, State of California, and that a Notice of Tnv-itzing Rida of which copy attached hereto is a true and complete copy, was printed and published in the Costa Mesa, Newport Beach, Huntington Beach, Fountain Valley, Irvine, the South Coast communities and Laguna Beach issues of said newspaper for I t i jilee 9VA*%MXQ W99MA0 wit the issue(s) of —November 29 198 5 ,198— 198_ 198— , 198— I declare, under penalty of perjury, that the foregoing is true and correct. Executed on November 29 .198 5 at Costa Mesa, California. AA Signature 14,95. 0 KEL wonete � ., y the city h day of No- wilow qft bidders fflW of bid'dtxw