Loading...
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