HomeMy WebLinkAboutC-2566 - 1986-87 Water Main ReplacementCITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
August 10, 1987
George Dakovich & Son, Inc.
422 Camino Del Campo
Redondo Beach, CA 90277
Subject: Surety: The Ohio Casualty Insurance Company
Bonds No. 2 -594 -739
Contract No.: C -2566
Project: 1986 -87 Water Main Replacement Program
The City Council of Newport Beach on July 13, 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 July 17,
1987, Reference No. 87- 408503.
Sincerely,
Wanda E. Raggio
City Clerk
WER:pm
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
3E RETURN TO: $T- 408503 RECORDED IN OFFICIAL RECORD,
Clerk . EXEMPT RECORDING REQUEST PE OF ORANGE COUNTY. CAUFORNL
y of Newp rt B ach GOVERNMENT CODE 6103
IO Newport Blvd. •14s PPA JUL 17'81
.ewport Beach, CA 92663 -3884
NOTTCF. OF COMPI,ETION I < G � o cv�� ECORDE
REWRDER
NO CONSIDERATION PUBLIC WORKS E C � T
I o All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on July 13, 1987
the Public Works project consisting of 1986 -87 Water Main Replacement Program (C- 2566).
on which George Dakovich & Son, Inc., 422 Camino Del Campo, Redondo Beach CA 90277
was the contractor, and The Ohio Casualty Insurance Company, P.O. Box 5253, Fresno,
was the surety, was completed. CA 93755
VERIFICATION
I, the undersigned, say:
CIT OF NEWPORT BFACH
15ublic'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 penally of perjury that the— oregoing is true and correct.
Executed on July 15. 1987 at Newport Beach, California.
Public Wbrks 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 July 13, 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 July 15, 1987 at Newport Beach, California.
City of Newport Beach, Owner
CRY CM
AUG "10 WT
flbd
Now MKk
CMII.
City Clerk
CIT -POF NEWPORT AACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
July 16, 1987
County Recorder's Office
P.O. Box 238
Santa Ana, California 92702
(714) 644 -3005
Enclosed is the following docurent for recordation and return
to the above -named office:
C -2566 (1986 -87 Water Main Replacement Program) and
C -2575 (Summit Street Improvements and Balboa Parking Lot
Improvements).
Sincerely,
C i ,7
Wanda E. Raggio
City Clerk
3300 Newport Boulevard, Newport Beach
•
•
BY THE CITY COUNCIL
CITY OF NEWPORT BEACH
JUL 13 198T
TO: CITY COUNCIL - APPROVED
FROM: Public Works Department
0
July 13, 1987
CITY COUNCIL AGENDA
ITEM NO. F -18
SUBJECT: ACCEPTANCE OF WATER MAIN REPLACEMENT PROGRAM, 1986 -87 (C -2566)
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 water main replacement
program has been completed to the satisfaction of the Public Works Department.
The bid price was $ 89,850.00
Amount of unit price items constructed 120,500.00
Amount of change orders 26,100.00
Total contract cost $120,500.00
During construction, the Utilities Department requested that an addi-
tional 450 lineal feet of water main be replaced on Newport Island. A change
order in the amount of $26,100 was issued to provide for this work.
Funds were budgeted in the Water Fund, Account No. 50- 9286 -001.
The contractor is George Dakovich & Son of Redondo Beach, California.
The contract date of completion was March 31, 1987
Due to the increased work under the change order and in order to coor-
dinate the water main replacement with a subsequent sewer and alley project by
the same contractor, completion was delayed until June 12, 1987.
• ` A sketch showing location of the work is attached.
Benjamin B. Nolan
Public Works Director
GPD: j d
Att
ri
VICINITY MAP
SCALE I "=1600'
9
4
• AWN f
7 PROJECT LOCATIOWS
�AIDJ 8A�a0� r
s,
d q r
FVMWM S„=
• [rpD i •J
O
IV
tg
Y
CITY OF NEWPORT BEACH DRAWN Jw DATE_J119JU
PUBLIC WORKS DEPARTMENT APPROVED
1986 -87
WATER MAIN REPLACEMENT PROGRAM
C -2566 DRAWING NO. EXHIBIT 'A'
CITYOOF NEWPORT B BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
TO: )!INANCE DIRECTOR
7
FROM: CITY CLERK
DATE: January 27, 1987
SUBJECT: Contract No. C -2566
Description of Contract 1986 -87 Water Main Replacement Program
Effective date of Contract January 27, 1987
Authorized by Minute Action, approved on January 12, 1987
Contract with George Dakovich & Son, Inc.
Address 422 Camino Del Campo
Redondo Beach, CA 90277
Amount of Contract $89,850.00
"W� 4�-q Le
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
CITY CLERK
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, P. 0. Box 1766, Newport Beach, CA 92658 -8915
until 11:00 a.m. on the 11th day of December 1986,
at which time such bids shall be opened and aead for
1986 -87 WATER MAIN REPLACEMENT PROGRAM
Title of Project
V
2566
Contract No.
$67,000
Engineer's Estimate
n
1s.
Approved by the City Council
this 24th day of November, 1986.
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
1 . • PR 1.1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
WATER MAIN REPLACEMENT PROGRAM
CONTRACT NO. 2566
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. 2566
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
@ Two Thousand Dollars
and
-- Cents $ 2,000.
Per Lump Sum
2. Lump Sum Abandon existing water mains and valves
@ Fifteen Hundred Dollars
and
-- Cents $ 1,500.
Lump Sum
3. 2 Remove existing fire hydrant assembly
Each
@ Five Hundred Dollars
and
Cents $ 500.00 $ 1,000.
Each
4. 2 Install new fire hydrant assembly
Each including trench resurfacing
@ Twenty Five Hundred
Each
Dollars
and
Cents $2,500. $ 2,500.
A l0
o00
A i
.1> co
3 V
_ E
n �
m
N A
rn 3
rn n
ti
z
A
m
v
r
a
m
m
m
m
Z
A A fib
(D N m
O_ N O
O A
In n m
0 m
o �
.o
W 0 D
a O O
rD
n o
� n
x
C-) a rp
CD -O N
C
z
N
V
z
n
f") 'a dam£ -
0 Z a O S+
3 O 3 � J•
3 f+ (D a
O' r+ -�
(D S m O
-Mh m n -+,
0 0 (D
3 c <+
m(es
o(D -s(D
n <t4
K a O
o =o°
n N 7 L0� N
J. \ J.
00 (D O
CM -h -S
N
K c+
= 0
S S O O O
CD a M
t* C Q
O 0 (p V
(D n d (D
-S O (D J. n
O N C+ N J
W a O
7C
a m 7
a m m
C d W
0 d
n N V
M m D o
h 0 0
h :E I J• o
J.
I.} 7 N
SAN F Ph
fD C S
n Z fD
£ o a J
I CT a)
��m
�0
0 J. J.
-h f \ n
rt ri a o
�sn d
n (D
N N O
C Z
n i
7
I 1
0
0
PR 1.2
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
5.
1
Relocate existing fire hydrant
Each
assembly including trench
resurfacing
@ Fifteen Hundred
Dollars
and
--
Cents
$ 1„snn_
$ 1,500.
Each
6.
525
Install 6 -inch water main
with trench
Lineal Feet
resurfacing
@ Fifty
Dollars
and
Cents
$ 50.
$26,250.
Per Lineal Foot
7.
595
Install 8 -inch water main
with trench
Lineal Feet
resurfacing
@ Sixty
Dollars
and
Cents
$ 60,
$35,700.
Per Lineal Foot
8.
1
Install 6 -inch butterfly
valve
Each
@ Four Hundred
Dollars
and
--
Cents
$ 400.
$
400.
Each
9.
3
Install 8 -inch butterfly
valve
Each
@ Six Hundred Dollars
and
Cents $ 600. $1,800.
10. 43 Replace existing service with 1 -inch
Each service including trench resurfacing
@ Three Hundred Dollars
and
Cents
Each
$ 300 $12,900.
1 0 • PR 1.3
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS _ PRICE PRICE
11. 1 Replace existing service with 11 -inch
Each service including trench resurfacing
@ Five Hundred Dollars
and
-- Cents $ 500. $ 500.
Each
12. 1 Replace existing service with 2 -inch
Each service including trench resurfacing
@ Eight Hundred Dollars
and
-- Cents $ 800. $ 800.
Each
13. Lump Sum Temporary bypass water system
@ Five Hundred Dollars
and
Cents $ 500.
Per Lump Sum
TOTAL PRICE WRITTEN IN WORDS:
Eighty Nine Thousand Eight Hundred and Fifty ------- - - - - -- Dollars
and
- Cents $ 89,850.
194375 A GEORGE DAKOVICH & SON, INC.
Contractor's Lic. No. & Classification Bidder
(213) 325 -2417
Bi'dder's Telephone Number
December 11, 1986
Date
S /Vladimir Popovich, Vice Presi.dent
Authorized Signature/Title
422 Camino Del Campo
Redondo Beach, CA 90277
Bidder's Address
r • •
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 SUBCONTRACTORS)
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 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.
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.
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
discrepancy 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 respon-
sible 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 a
corporate officer or an individual authorized by the corporation. For part-
nerships, 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
contract. 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
inclusive). The Contractor shall be responsible for compliance with Section
1777.5 of the California Labor Code for all apprenticeable occupations.
194375 A GEORGE DAKDVICH & SON, INC.
ontr's Lic. No. & C ossification Bidder
December 11, 1986 S /Vladimir Popovich, Vice President
Date Authorized Signature /Title
Page 2
•
DESIGNATION OF SUBCONTRACTORS
0 Page 3
The undersigned certifies that he has used bid(s) of the following listed
subcontractor(s) in making up his bid,and that the subcontractor(s) listed
will be used for the work for which they bid, subject to the approval of the
Engineer and in accordance with the applicable provisions of the Specifications.
No change of subcontractor may be made except with the prior approval of the
Engineer and as provided by State law.
Subcontract Work Subcontractor Address
1. None
a
3.
4.
S.
6.
7.
8.
9.
10.
11.
12.
GEORGE DAKOVICH & SON, INC.
S /Vladimir Po ovich Vice President
Authorized Signature Tit e
FOR ORIGIN�EE CITY CLERK'S COPY
Page 4
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, GEORGE DAKOVICH & SON, INC. , as bidder,
and The Ohio Casualty Insurance Company
and firmly bound unto the City of Newport
Ten Per Cent of Amount Bid
lawful money of the United States for the
be made, we bind ourselves, jointly and s.
THE CONDITION OF THE FOREGOING OBLIGATION
, as Surety, are held
Beach, Calfornia, in the sum of
Dollars ($ 10% )>
payment of which sum well and truly to
>verally, firmly by these presents.
IS SUCH,
That if the proposal of the above bounden bidder for the construction of
1986 -87 WATER MAIN REPLACEMENT PROGRAM (C -2566)
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 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.
of
IN WITNESS WHEREOF, we hereunto set our hands and seals this 11th day
December , 1986
(Attach acknowledgement of
Attorney -in -Fact)
_S/Donna M. Smith
Notary Public
Commission Expires: Jan. 27, 1989
GEORGE DAKOVICH & SON, INC.
S /Vladimir Popovich, Vice President
Authorized Signature /Title
The Ohio Casualty Insurance Company
Surety
By S /Steven P. Edwards
Title Attorney -In -Fact
or 0 9
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, Vice President
Authorized Signature /Title
Subscribed and sworn to before me
this 11th day of December ,
1986 .
My commission expires:
September 25, 1987 S /Beverly M. Baskin
Notary Public
Page 5
i
• 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.
Previous CNB Contracts
GEORGE DAKOVICH & SON, INC.
Bidder
S /Vladimir Popovich, Vice President
Authorized Signature /Title
4
•
NOTICE
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 Ratin Guide: Pro ert - 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 edition
adopted or use in the City of Newport Beach T, except as supplemented
or modified by the Special Provisions for this project.
Page 7
' A# 2 -594 -739 9
PAYMENT 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 12, 1987
has awarded to GEORGE DAKOVICH & SON. INC.
hereinafter designated as the "Principal ", a contract for
1986 -87 WATER MAIN REPLACEMENT PROGRAM (C -2566)
Page 8
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 pny 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 COMPANY
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
EIGHTY NINE THOUSAND EIGHT HUNDRED FIFTY AND N01100 - -- Dollars ($ 89,850.00 )
said sum being equal to 100°%0 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
v
• • Page 9
Payment Bond (Continued)
this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil Code of
the State of California.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or the specifications accompanying the same shall in
any wise affect its obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions to the terms of the contract
or to the work or to the specifications,
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 16th day of JANUARY , 19 87
GEORGE DAKO 1 1 SON INC. (Seal)
Name of Contractor Principal
uthorized Signal:uW a6d-Title
Authorized Signature and Title
THE OHIO CASUALTY INSURANCE OOMPANY(Seal)
Name of Surety
P.O. BOX 5253. FRE
Addre_rety
Signature and and Title of Authorized Agent
STEVEN P. EDWARDS, ATTORNEY IN FACT
P.O. BOX 7911, FRESNO, CA 93747
ddress of Agent
252 -2812
Telephone No. of Agent
CORPORATE
«m_Emmml
{ z
f JGo
\ \ \ \ \/
\
k § §§
Q =§E
\ \(�
3! ;£
�k(\
!_
\(�)
�kf{
( \\
�{
�(
(
■
co
)
u
yIt
2
)
g
>
■
co
)
u
•
CERTIFIED COPY OF POWER OF ATTORNEY
TlIE OHIO CASUALTY INSURANCE COMPANY
HOYL OrrWit. KAMELTON. ONTO
ISO. 21 -637
iC"w AU Am hp ( ##rot frenetder That THE OHIO CASUALTY INSURANCE COMPANY, in panaoace
of authority granted by Article VL Section 7 of the By -Laws of mid Company, does hereby nominate, constitute and appoint,
Stevan P. Ldwards - - - - - - - - - - - - - - - - - - of Fresno, Califoy-nin - - - - -
it. true and lawful ng at and attorney -in -fact. to make, .xocute...I and d.6.er for and on its Imhoff a w,.ty. and as
its act and deed any aad all BONDS, UNDERTAKINGS, and RECOGNIZANCFS. ant exceeding in any single iatance
$� �1 (� (b I)p 000 00 - _) DoWra.
ixdudtn9. 6owe ere any Iond (s) or uadert.ki og (s) gua ranlIseing the payment of notes U ,otireat ttrereon
And the exeeutioa of such bend. or undertakings in pursuance of these presents. shall be as binding upon mid Company.
.. fully and amply. to •11 intent. and perp..... as if they bad been duly executed and aeknowledged by the regularly
elected once" of the Company at its office in Hamilton. Ohio, in their own proper persons.
Tho authority granted hereunder supersedm any previous authority heretofore granted the above a.med attorney(-) =tn -fact.
car In WITNESS WHEREOF, the undersigned, officer of the mid The Ohio Casualty
J \11' ^7!•Y,
lavraou Company has hereunto subscribed his oanae and affixed the Corporator Seel of the
i
�!
an The Ohio Casualty Insurance Company this day of 19.
`SEAL jc 24th May 85.
•\ (Signed)
......................... 1710;IivN,4.. ( Za... H. i.J. dak ,C.A7AA.......................
STATE OF OHIO. l S5 Asst. Secretary
COUNTY OF BUTLER j
On this 24th day of May A. D. 1985 6cfor.
the .ub.c,i6.,. a Notary Public of the State of Ohio, in and for the County of Butler, duly commissioned end qualified, came
Thom. " Hildtrt4Eud Age{ ge e�yr of THE OHIO CASUALTY INSURANCE COMPANY. to me
permn Sly )ceown to be the tddi.tdu.i kr.d oar de.�ri�div, end who executed the preceding instrument, and he ecknow.
lodged the e:ewtion of the ma. and being by me duly sworn depa.eth end .eith, that he i. the officer of the Company
afore.. id, and that the -e.1 Ifixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate
Sul and his .4.ature a- officer were duly affixed and .u6.c6bed to the mid irrtru mcnt by the authority sod direction of the
mid Corporation.
spaa.u.n„ IN TESTIMONY WHEREOF, I base hereunto act my hand and slLx.d my Official
daa'J"trty4S Seat at the City of H.miltoo. State of Ohio, the day and year first .6o.-. written.
.: A
�1 I esigned)
..........UOrf]ih ..Mi1,ICC ......................
e +r Note ry Public in and for County of Butler. State of Oh'o
rt qay mVt►� My Commu.ioo expire.
sees... U
This power of attorney is granted under and by authority of Article VI. Section 7 of the By -Law. of the Company, adopted by
it. director. on April 2, 1954, ours.. from which rand;
"ARTICLE VI"
"Section 7. Appoiotmeal of Attorney -in -Fact, ate. The chairman of the 6o.,d. the pre.idcnt, say .ice -p rc+idc nq the
secrete ry or any a 4t.nt .ceret.ry .hall be and is he,e6y .cacd with full power end autho city to appoint situ, nc y.• n -fs <t
for the p.,p... of .igning the e.. of the Company a. .ure,y to, and to caccut e, attach the eorporete real. ecknowlcdgc
and deliver any sod .11 bond.. reeogniu nee.. stipulation.. undertakings or other n.trumenta of retyahlp and policies of
insurance to be given in favor of any ndi.-idusl. firm, corpor.tion, the ofhci.l rcprc ntuivc [hereof, or to any county
or any official board or boards of county or attic. or the United Statc. of America, or to any other po!itical .ub-
divr.�on."
Thf. instrument is afe..ed end .e.lyd by f.e.imfle .. emhorised by the folio. -ing Rt,.olunon adopted by ,he director+ of the
Company on May 27, 1970:
"RESOLVED that the aigneture of any officer of the Company authorised by Article VI Section 7 of the by.I.w. to appoint
attorneys in fact, the aign.t.,. of the Secretary or an, A.+iaam $r<rmary eer[il yang to the eorre c[ne.. of ny copy of
p. er of attorney and the • .1 of the Company mey be sly red 6, fac.im ik [o any power of attorney or copy thereof i - ued
on behalf of the Comp.ny. Such .ign.,.re. and .cal are hereby adopted 6y the Company .
riginal .;gn[urc. and .e.1.
to be ,.lid and binding upon the Company with the .ante force and eHeet .. ,hough rnanu.11y .IF.ed."
CERTIFICATE
1, the undeni,rcd A..I.tant Seere[.ry of The Ohio C..ualty In.u.. nee Company, do hereby certify that the fo,egoing power
of suornry, Amele VI Section 7 of the by -I.w, of t6r Company and she .boar 11...l utlon of it. Bo.,d of Dbcctw. err .rue
and eorrrc[ eopi . and .re m full foree and rff,c' nn t},. data.
IN WITNESS WHEREOF. 1 ha.a hereunto .et my hand end ,h- .r.' of the Company ihi. 16th day of A. t9 87
Jaru3ry
SEAL
..amen t t...ennu
/ Atrrtont Scc n,ory
• • Page 10
BOND# 2- 594 -739
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted January 12, 1987
has awarded to GEORGE DAKOVICH & SON, INC.
hereinafter designated as the "Principal ", a contract for
1986 -87 WATER MAIN REPLACEMENT PROGRAM (C -2566)
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We,
GEORGE DAKOVICH & SON, INC.
as Principal, and THE OHIO CASUALTY INSURANCE COMPANY
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
EIGHTY NINE THOUSAND EIGHT HUNDRED FIFTY AND NO 1100 - -- Dollars ($ 89,850.00 ),
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
t 1 r 0
Faithful Performance Bond (Continued)
0 Page 11
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 Principa�7and
Surety above named, on the 16th day of JANUARY , 19
GEORGE DAKOVICH & SON, INC. (Seal)
Name of Contractor (Principal)
Authorized Sign t e and Title,.
Authorized Signature and Title
THE OHIO CASUALTY INSURANCE COMPANY (Seal)
Name of Surety
P.O. BOX 5253, FRESNO, CA 93755
Address of Surety
l
Signature and Title of Authorized Agent
STEVEN P. EDWARDS, ATTORNEY IN FACT
P.O. BOX 7911, FRESNO, CA 93747
Address of Agent
252 -2812
Telephone No. of Agent
x
C7
O
3
3
O
O
CORPORATE
ACKNOWLEDGEMENT
y 1 -
f $ {
7
3
Z
Z
O
d
9
O
R
p
J '
u
a o c
0 0 �
O O + 6
J J M
� > 3
A O
� 7
S
a o
O �^
x J
v A ffi
o t0
v
� n
m d o
� 3 �
p 6 �
J J N
C d m
3 �
m � o
n
c m
? p
O O O
m
� N O
N a %
p T O C
Odn O O
� 6
9
o s
O C
x c
a H
n
Q
� c
o ..
n y
m _
o >-
s
m a
t w a
� F
6 7
\xO
i\ S
R
O N
O O_
R R
n n
9
D
F
O
7
O
3
m
n
O
O C
J Z
ti
N{
> T
/p. N
yH
2
Z �
O O
d
� yyy4
e
O'
m
N
W
a
9
9
N
6
m
m
ca
OJ
V
C
O
R
2
-yi
D
1
m
Q
T
I
N
H
? • •
CERTIFIED COPY OF POWER OF ATTORNEY
THE OHIO CASUALTY INSURANCE COMPANY
HOUK OIyH; HAWLTOK OHIO
NO. 21 —CJ%
W=w All bra bg 01p of frtart4et Th.t THE OHIO CASUALTY INSURANCE COWANY, in paraosuce
of ootk.rity grunted by Article VL Section 7 of the By -laws of said Company, doe, hereby nemioate, constitute and appoint,
Steven P. Fdwarda - - - - - - - - - - - - - - - - - - of Fresno, California - - - _ -
ita true and lawful agent and attorney -ir. -fact, to took,, xacute, .sal and deliver for and on its behalf as ararety, and as
its act gad dead any gad all BONDS. UNDERTAKINGS, and RECOGNIZANCES, not ..ceadicg in any single isatene.
8I&MILLION —__ __ _ —__ __ —___ _ (6dgo00000— _)D.11.r.,
xe I& MILLION
.wooer. any bend(,) or ondartaki et (.) gu. ranteeing the payment of notes a ant rest t�icroon
And the e:xutio . of ouch bead. or u.d.n.kinev in pursuance of these preseuts, shell 6e as binding upon said Company,
as fully sod .reply, to all intent, sad purposes, a if they Id been duly executed and acknowledged by the regularly
elected oBicers of the Compaay at its office in Hamilton. Ohio, in their own proper persons.
Th. authority crested hereunder supereedea any previous authority heretofore granted the above named attorney(s) -la -6d.
xa�ll lrtrr In WITNESS WHEREOF, the undersigned officer of the said The Ohio Casualty
laurance Company has hereunto subscribed his Dame gad adxed the Corporate Seal of the
�+ `! said The Ohio Casualty I........ Company this day of 19.
SEAL I. 24th Hay 85.
(Signed)
�itiii al
........................ ZaMAB...W w ... Ul li .Rt?T=Q ...................
....
STATE OF OHIO. SS Aeet. Secretary
COUNTY OF BUTLER
On this 24th day of May A. D. 1985 before
the .ubsariber, • Notary Public of the State of Ohio, in and for the County of Butler, duly commissioned and qualified, came
Thotnaa Y ililde6br�rtd .A�e �.�eret$c�r °f THE OHIO CASUALTY INSURANCE COMPANY. to me
person. ly known to t a trld.n u. o car r,G io, and who executed the preceding instrument, and he acknow-
ledged the execution of the same, and being by me duly sworn depo.eth end s.ith. this he is the officer, of the Company
.fore..id, and that the ...I affixed to the preceding ir.atrument is the Corporate Seal of .aid Company, and the said Corporate
Seel and his signature as officer were duly affixed and subscribed to the said insrrument by the authority end direction of the
said Cerpor.tw..
A* 1F. , IN TESTIMONY WHEREOF. I he.. hereunto set my hand and axed my Official
Oyesomu sr ,-N Sul at the City of Hamilton. States of Ohio, the dry gad year first above written,
c
(Signed)
.................... iMrlo ttx dL11tf
,.� Y . ..... ...............................
a i...
Note Public in and for County of Butler. State of Oh;o
�'iyp rtrrt+' a.J
,almaar� MY Commis.ioe expire. ........D'ArA'Llb'0Y "'2D'; "'1956':'
This power of attorney is granted under and by authority of Article VI. Section 7 of the By -Law. of the Company, adapted by
it. director. on April 2, 1951, e.tr.ct. from which read:
"ARTICLE VF'
"Section 7. Appointment of Attorney.in -F.ct, etc. The chairman of the board, the president, any rice - president, the
.euet.ry or any assistant .eeret.ry .hall be and is hereby vested with full power and authority to appoint attorneys-in-fact
for the purpose of signing the name of the Company as surety to, and to execute, attach the corporate seal. acknowledge
and deliver any and all bond.. reeogn x e, Stipulations. undertakings or other instruments of and nd politics of
insurance to lee given in favor of any individual. firm. corporation, or the official representative thereof. or to any county
or state. or any official board or boards of county or state, or the United State. of Am.nca, or to any other political ..S.
division."*
This instrument is signed and scaled by facsimile as su,kcri,ed by the following Resolution adopted by the director. of the
Company on May 17, 1970:
"RESOLVED that the signature of any officer of the Company authorised by Artiele VI Section 7 of the by -law. to appoint
attorney. in fact, the .ignat care of the Secretary or any A....tam 5.rret.ry certifying to the correctness of any copy of
power of attorney and the seal of the Company m.y be a6.cd by f.c. imife to any power of attorney or copy thereof issued
on behalf of the Company. Such signature. and .eat are hereby adopted by the Company as original signatures and .eel,
to be v.Iid and binding upon the Company with the ..me force and effect A. though rosnually .ffiacd."
CERTIFICATE
I. the under.igned Assistant Secret." of The Ohio C..oalty Insurance Company. do hereby certify that the foregoing power
of attorney, Article VI Section 7 of the bylaw, of the Company and the above R...ludon of Bs B..,d of Direetor.. r are true
and correct copies and are in full force and effect on 0— date.
IN WITNESS WHEREOF, 1 have hereunto ,et my hand .nJ the .ea' M the Cnmp.ny this 16th day oI A.D.. 19 87
aslll �!f..7,
I -t SEAL i_?
Ass •+toot $e<ectory
S UIp C 12-00 -3M
I
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
NAME AND ADDRESS OF INSURED
GEORGE DAKOVICH & SON, INC.
422 Camino Del Campo
CERTIFICATE OF INSURANCE
INSURANCE
Company A
Letter
Company B
Letter
Company C
Letter
Company 0
Page 12
FIREMAN'S FUND INSURANCE
Redondo Beach, CA 90277 1 Le; "' " "'' E
tter
its is to certify that policies of insurance listed below have been issued to the insured named
)ove and are in force at this time, including attached endorsement(s).
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
re�tered mail,,�attention: Public Works Department.
-;: Agency: INSURANCE CENTER OF FRESNO
te: JANUARY 16, 1987 Telephone: 252 -2812
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:
ea
TICE: 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- dpcument with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded � the policies described herein is subject to all
the terms, exclusions and cony of such policies, including attached endorsements.
Policy
LIMITS OF LIABILITY
IN THOUSANDS
000
)MPANY
TYPES OF INSURANCE
Policy
Exp.
Ag.Product
:TTER
COVERAGE REQUIRED
No.
Date
Each
Completed
Occurrence
Operations
A
GENERAL LIABILITY
x Comprehensive Form
x Premises - Operations
X Explosion & Collapse Hazard
MxC
634 1782
6 -1 -87
Bodily Injury
Property Damage
$
$
$
$
x Underground Hazard
x Products /Completed Operations
Bodily Injury
Hazard
and Property
x Contractual Insurance
Damage Combined
$1,000
$ 2,000
x Broad Form Property Damage
x Independent Contractors
NEW OCCURRENCE
FORM
x Personal Injury
Marine
Personal Injury
$1,000
Aviation
AUTOMOTIVE LIABILITY
(Jx Comprehensive Form
Bodily Injury
(Each Person
$
0 Owned
❑x Hired
MXC
634 1782
$
Bodily Injury
(Each Occurrence
ro ert ama e
❑x Non -owned
Bodily njury and
Property Damage
Combined
$ 1,000
EXCESS LIABILITY
❑ Umbrella Form
Bodily Injury
❑ Other than Umbrella Form
and Property.
Damage Combined
$
$
WORKERS' COMPENSATION
Statutory
and
EMPLOYER'S LIABILITY
aC
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
re�tered mail,,�attention: Public Works Department.
-;: Agency: INSURANCE CENTER OF FRESNO
te: JANUARY 16, 1987 Telephone: 252 -2812
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:
ea
TICE: 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- dpcument with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded � the policies described herein is subject to all
the terms, exclusions and cony of such policies, including attached endorsements.
r
z
It is agreed that:
• •
CITY OF NEWPORT BEACH
AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
Page 13
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 $ each occurrence
Property Damage Liability $
N ) Single Limit
ch occurrence
Bodily Injury Liability $ 1.000,000 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: 1986 -87 WATER MAIN REPLACEMENT PROGRAM (C -2566)
Project Title and Contract No.).
This endorsement is effective 1 -16 -87 at 12:01 A.M. and forms a part of
Policy No. MXC 634 1782 .
Named Insured GEORGE DAKOVICH & SON INC Endo s ment No._
Name of Insurance Company FIREMAN'S FUND INSURANCE By
e , • . 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 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 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 $ each occurrence
Property Damage Liability $ each occurrence
(x) Single Limit
Bndily Injury Liability $ 1,000,000 each occurrence
and 2,000,000 GENERAL AGGREGATE
Property Damage Liability
Combined
The applicable limit of the Insurance Company's liability for the insurance afforded
for contractual liability shall be reduced by any amount paid as damages under this
endorsement in behalf of the additional insureds.
The limits of liability as stated in this endorsement shall not increase the total
liability of the Insurance Company for all damages as the result of any one occurrence
in excess of the limits of liability stated in the policy as applicable to Comprehen-
sive General Liability Insurance.
6. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department
7. Designated Contract: WATER MAI EP C -2
Project Tit a and Contract No.
This endorsement is effective 1 -16 -87 at 12:01 A.M. and forms a part of
Policy No. MxC 634 1782
Named Insured
rsement No.
(1
Name of Insurance Company F RFMAN'S Ftmm TNSIIRANCE BY
Authorized Representati
THIS AGREEMENT, entered
by and between the CITY OF NEWPOR
George Dakovich & Son, Inc.
reference to the following facts:
Page 15
CONTRACT yy'
into this alo? Lday of - , 19 ,
r BEACH, hereinafter "Ci and
, hereinafter "Coot actor, "is made with
(a) City has heretofore advertised for bids for the following
described public work:
1986 -87 WATER MAIN REPLACEMENT PROGRAM (C -2566)
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:
1986 -87 WATER MAIN RFPIAf.FMFNT PROGRAM
T tle of Project ntrac o.
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
Eiohty Nine Thousand Eioht Hundred & Fifty Dollars 851Lrw-•
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)
't
(f) Plans and Special Provisions for
e
(g) This Contract.
0
Contract
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.
CIT
m
ATTEST:
City Clerk
APPROVED AS TO FORM:
ii J
City Attorney
GEORGE DAKOVICH & SON, INC.
N m of Contractor (Principal)
uthorized Sig at re and Title
Authorized Signature and Title
CITY
r r
I r I I • n . .
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
WATER MAIN REPLACEMENT PROGRAM
CONTRACT NO. 2566
SPECIAL PROVISIONS
INDEX
PAGE
I. SCOPE OR WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . 1
II.
AWARD AND EXECUTION OF THE CONTRACT . . . . . . . . . . . . . . . . 1
III.
TIME OF COMPLETION AND WORK SCHEDULE . . . . . . . . . . . . . . . 1
IV.
PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2
V.
NOTICE TO RESIDENTS AND "NO PARKING" SIGNS . . . . . . . . . . . . 2
A. Notice to Residents . . . . . . . . . . . . . . . . . . . . . . 2
B. "NO PARKING" Signs . . . . . . . . . . . . . . . . . . . . . . 3
C. Street Sweeping Signs . . . . . . . . . . . . . . . . . . . . . 3
D. Access . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3
VI.
CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . . . . . . 3
VII.
WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4
VIII.
WATER SERVICE . . . . . . . . . . . . . . . . . . . . . . . . . . . 4
IX.
TEMPORARY BYPASS WATER SYSTEM . . . . . . . . . . . . . . . . . . . 4
X.
CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . . . . 4
A. Materials . . . . . . . . . . . . . . . . . . . . . . . . . . . 5
B. Water Meter Boxes . . . . . . . . . . . . . . . . . . . . . . . 5
C. Water Main Abandonment . . . . . . . . . . . . . . . . . . . . 5
D. Temporary Resurfacing . . . . . . . . . . . . . . . . . . . . . 5
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
• SPIof5
WATER MAIN REPLACEMENT PROGRAM
CONTRACT NO. 2566
I. SCOPE OF WORK
The work to be done under this contract consists of removing and replacing
existing water main; 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 No
W- 5165 -S, (3) the City's Standard Special Provisions and Standard Drawings
for Public Works Construction, 1985 Edition, and the Standard Specifications
for Public Works Construction, 1985 Edition, including 1986 supplements.
Copies of the Standard Specifications may be purchased from Building News,
Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213)
870 -9871. A copy of the Standard Special Provisions and Standard Drawings
may be purchased at the Engineer's office for $5. 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 AND WORK SCHEDULE
A. All work under this contract shall be completed by March 31, 1987.
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.
1 t •
• SP2of5
3. Cutting -in of new water mains shall be done at times resulting in the
least disruption to water service. Shutdowns to residences of up to
four hours during the day will be permitted and will not require
bypass. Operations requiring a longer shutdown period and shutdowns
to businesses will require a temporary bypass.
The Contractor may obtain, at no cost, the City's temporary bypass
water system for use on this project. The Contractor shall make
arrangements to obtain this item from Mr. Gil Gomez, Utilities
Superintendent, at (714) 644 -3011. The Contractor shall be respon-
sible 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.
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.
The Contractor shall not operate existing water valves except in cases of
extreme emergency.
It will be the Contractor's responsibility to ensure the availability of
all materials prior to the start of work. Unavailabilty of materials
will not be sufficient reason to grant the Contractor an extension of
time.
The intent of this section of the Special Provisions is to emphasize to
the Contracor the importance of prosecuting the construction in an
orderly, preplanned, continuous fashion, so as to minimize the incon-
venience to residents and businesses.
IV. PAYMENT
The unit or lump sum price bid for each item of work shown on the Proposal
shall be considered as full compensation for all labor, equipment, materials,
and all other things necessary to complete the work in place, and no addi-
tional allowance will be made therefor.
Payment for incidental items of work not separately provided for in the pro-
posal shall be included in the unit price bid for each item of work.
Partial payments for Bid Item No. 1 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 garages or
parking spaces, the Contractor shall distribute to each affected address
a written notice stating when construction operations will start and
approximately when vehicular accessibility will be restored. Twenty -four
(24) hours before shutting off water service, the Contractor shall
D.
0
distribute to each affected address, as determined by the
separate written notice stating the date and time the wate
off and approximate time the water will be turned back on.
notices will be prepared by the Engineer. The Contractor
the applicable dates at the time he distributes the notice
distribution, false starts, acts of God, strikes or other
the schedule will require Contractor renotification using
letter furnished by the Engineer.
"NO PARKING" Signs
SP3of5
Engineer, a
r will be shut
The written
shall insert
. Errors in
alterations of
an explanatory
The Contractor shall furnish, install, and maintain in place "NO PARKING"
signs (even if streets have posted "NO PARKING" signs) which he shall
post at least 40 hours in advance of the need for enforcement. In addi-
tion, 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 dimen-
sions of 12 inches wide and 18 inches high; and (3) be similar in design
and color to sign number R -38 on the CalTrans Uniform Sign Chart.
The Contractor shall print the hours, day and date of closure in
2- inch -high letters and numbers. A sample of the completed sign shall be
approved by the Engineer prior to posting.
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.
Access
Vehicular and pedestrian access shall be maintained at all times to resi-
dences adjacent to the project area; however, where conditions preclude
such access for reasonable periods of time (as determined by the
Engineer), access shall be restored at the end of each work day.
The City can provide, free of charge, a limited quantity of 1 "- thick,
5' x 10' steel plates. These plates may be obtained from and shall be
returned to the City's Corporation Yard at 592 Superior Avenue. To
determine the number of plates available and to reserve the plates, the
contractor must call Mr. Gil Gomez, Utilities Superintendent, at (714)
644 -3011. The Contractor shall reimburse the City for all plates damaged
or borrowed and not returned.
VI. CONSTRUCTION SURVEY STAKING
Field staking for control of construction will be provided by the Engineer.
+i • SP4of5
VII. WATER
If the Contractor desires to use City's
and tender a $500 meter deposit with the
good condition to City, the deposit will
a quantity charge for water usage.
VIII. WATER SERVICE
water, he shall arrange for a meter
City. Upon return of the meter in
be returned to the Contractor, less
Water service shall be maintained at all times to residences and businesses
except as permitted in Section III. The Contractor's methods of providing
such continuous service shall be approved by the Engineer prior to construc-
tion.
IX. TEMPORARY BYPASS WATER SYSTEM
The Contractor may obtain, at no cost, a temporary bypass water system for
use on this project. The Contractor shall make arrangements to obtain the
bypass 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
materials damaged or borrowed and not returned.
X. CONSTRUCTION DETAILS
A. Materials
The Contractor shall use asbestos cement pipe materials at all locations.
1. Pipe and Fittings
Water pipe and fittings shall conform to Section 207 -7 of the
Standard Specifications.
2. A.C.P. Installation
A.C.P. laying shall be performed in accordance with the recommen-
dations of the manufacturer as described in the most recent publica-
tion of "Installation Guide, Transite Ring -Tite Pressure Pipe"
published by Johns - Manville Corporation. Care shall be used to pre-
vent damage in handling, moving, and placing the pipe. It shall not
be dropped, dragged, nor handled in such a manner as to cause
scratches, bruises, cracks, or chips.
Power driven saws with abrasive discs shall not be used for dry
cutting or beveling asbestos cement pipe. Asbestos cement chips and
cuttings from the field operations shall be disposed of in a manner
that will not contribute airborne asbestos dust to the atmosphere.
Loose material shall never be dry swept. Water or other dust
suppressants shall be applied in those circumstances where sweeping
is unavoidable.
B. Water Meter Boxes
SP5of5
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 sole expense.
C. Water Main Abandonment
Water main abandonment shall include the following:
1. Removal and disposal of existing water valve frames and covers,
backfilling void with sand, and placing surfacing over the removal
area per Std. - 105 -L.
2. Abandoned pipe openings shall be plugged with 4 inches minimum Class
E mortar.
3. All water valves to be abandoned shall be left with the valve set in
the open position, unless otherwise indicated.
D. Temporary Resurfacing
Paragraph 4, Section 306 - 1.5.1, "Temporary Resurfacing" of the
Standard Specifications shall be deleted and the following added:
The cost of furnishing, placing, maintaining, removing and
disposing of temporary resurfacing shall be included in the
unit costs to install the water main and laterals with trench
resurfacing. Temporary resurfacing shall be 2" in thickness,
and is required over all excavated pavement areas.
BY THE CITY COUNCIL
CITY Or RE' PORT REMN
•T0: CITY COUNCIL JAN 12 1,987
FROM: Public Works Department APPROVED
SUBJECT: WATER MAIN REPLACEMENT PROGRAM 1986 -1987 (C -2566)
January 12, 1987
CITY COUNCIL AGENDA
ITEM NO. F -3(d)
RECOMMENDATION:
Award Contract No. 2566 to George Dakovich & Son, Inc. for the total
price of $89,850.00, and authorize the Mayor and the City Clerk to
execute the contract.
DISCUSSION:
At 11:00 a.m. on December 11, 1986, the City Clerk opened and read the
following bids for this project:
Bidder Total Price
Low George Dakovich & Son, Inc. $ 89,850.00
2 John T. Malloy 97,895.00
3 Wilson Engineering 106,260.00
• The low bid is 34% higher than the Engineer's estimate of $67,000.00.
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 low bidder, George Dakovich & Son, Inc., is a well - qualified
general contractor who has satisfactorily performed previous contracts for the
City.
Adequate funds are available in Account Number 50- 9286 -001, Water
Main Replacement Program, for award.
The project provides for the replacement of deteriorated water mains
and water service lines in the Newport Island tract and on the Balboa Peninsula
(see attached exhibit for locations).
The replacement water mains will improve domestic water service and
provide increased pressure and reliability for fire protection. The water main
• replacement is part of the continuing program to replace existing deteriorated
water mains in the City.
The plans and specifications were prepared by the Public Works
De artment. The estimated date of completion is March 31, 1987.
Ben min B. The
Public Works Director
SL /bjm
Attachment(s)
!
is (( `
• `j
t
f
VICINITY MAP
SCALE I "=1600
b. ���� •
7 R� �NAA!I
PAILK -
Mir
PROJECT LOCATIONS
NOS
r
�r�
YVRN /NB BASIN
LIDO Jai
I CITY OF NEWPORT BEACH DRAM" JW DATE "°
PUBLIC WORKS DEPARTMENT APPROVED
1986 -87
WATER MAIN REPLACEMENT PROGRAM
i C _2566 DRAWINO NO. EXHIBIT 'A
O '°Mi
ONO Adftw
0P11111lulmPhm The Ne«port Ensign
kaW Bext CA 92669
(714) 691$120
STATE OF CALIFORNIA
ss.
County of Orange,
I'am a citizen of the United States
and a resident of the County afore-
said; I am over the age of eighteen
years, and not a party to or inter-
ested in the above - entitled matter.
I am the principal clerk of the prin-
ter of the Newport Ensign newspaper
of general circulation, printed and
published weekly in the city of New-
port Beach, County of Orange, and
which newspaper has been adjudged a
newspaper' of general circulation by
the Superior Court of the County of
Orange, State of California, under
the date of May 14, 1951, CASE NUM-
BER A -20178 that the notice, of
which the annexed is a printed copy
(set in type not smaller than non-
pareil) 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
cf perjury that the foregoing is true
and correct. ..Dated in Newport Beach,
California NOV 2 71986
SIGNATURE
PROOF OF PUBLICATION
(2015.5
11--------------- C.C.P.) ___ --------
It
II
II
11
I
11
11
tt
II
II
II
II
II
I I
NOT BIDS -
I1
I i Sealed ttds may be received R the office of the City
I I Clerk, 3300 Newport Boulevard. P.O. Boa 1765, Newport
1 I B aO CA 92658-8915 until 11:00 A.M. on the 23rd day
I 1 of Dezember, 1986. at :which 4ime such bids shall be ..
1 I Title of Project
I I 19WO WATER MAiN REPLACEMENT PROGRPIA .`..
1169*0140C _7
I I EtigineeP 557,600
I Approves
by ft City t
1 this 2481 day of November, 1986.
I I Wanda E RaWo .
City Clerk
11
I I Prospecitve bidders may obtain tine set pf .tiid
I I documents at no cost st.tlie office of #* Public Works...
I I Oeparhn wL 3346 Newport BojimA d. P.O: El e1768.-
1 I NewPort 8eeeh. CA926"15. T s.._.. -
1 1 For further ..mfomuldo i call ttaphsh;Jwj "act
II
II
tt
11
II ;
11-
II
II
II
ii
II
ii
II
t1 '
II
II
II
II
I
11
11
ii
1
11
it
ii
II
II
11
II
BECKY L. BOLTON tt
LEGAL ADVERTISING DIRECTOR
•
TO: CITY COUNCIL
FROM: Public Works Department
to
November 24, 1986
BY THE Ci3F COUNCIL
CITY Of NEVVORT BEACH CITY COUNCIL AGENDA
ITEM NO. F-12
NOV 24 1986
APPROVED
SUBJECT: WATER MAIN REPLACEMENT PROGRAM, 1986 -87 (C -2566)
RECOMMENDATION:
1. Approve the plans and specifications.
2. Authorize the City Clerk to ar;i�ea €aids^ =be�geiaed�at
}s&&aa 1986.
DISCUSSION:
The project provides for the replacement of approximately 1,120 lineal
feet of deteriorated water mains and water service lines on Newport Island and
• the Balboa Peninsula.
The replacement water mains will improve domestic water service and
provide increased pressure and reliability for fire protection. The water main
replacement is part of the continuing program to replace existing deteriorated
water mains in the City.
The Engineer's estimate for the work is $67,000.
Adequate funds to award this amount are budgeted in the Water Main
Replacement Program.
The plans and specifications were prepared by the Public Works
Department. The estimated date of completion is March 31, 1986.
Benjamin B. Nolan
Public Works Director
• SJL:jd
(38)
•
AW
l ,
`tom t J` t� N�
vet ..,.1 _'ir1i;Y, ` g.• '`. � � " 1� •-' "-�
Y � �
PROJECT LOCATIONS
4N08
VICINITY MAP
SCALE I" =1600
IflRI1VNI? l�19+N
CITY OF NEWPORT BEACH DRAWN JR DATE
PUBLIC WORKS DEPARTMENT APPROVED
1986-87
WATER MAIN REPLACEMENT PROGRAM
C -2566 DRAWING NO. EX HI
.w4
O
4 n
.iA v