Loading...
HomeMy WebLinkAboutC-2588 - 1986-87 Sewer Main & Alley Replacement ProgramCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 6443005 December 23, 1987 George Dakovich 8 Son, Inc. 422 Camino Del Campo Redondo Beach, CA 90277 Subject: Surety: The Ohio Casualty Insurance Company Bonds No. 2- 614 -734 Contract No.: C -2588 'Project: Sewer Main and Alley Replacement Program 1986 -87 The City Council of Newport Beach on November 23, 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 November 30, 1987, Reference No. 87- 663946. Sincerely, Wanda E. Raggio City Clerk WER:pm cc: Public Works Department 4 3300 Newport Boulevard, Newport Beach JRECORDING cEUESTED BV LEASE RETURN TO: , x,pt City Clerk City of Newpo<' �t �aBL'�7 ? ch cros �3 EXEMPT RECORDING REQUEST PERO 3300 Newport Blvd. J%.Wd,;; G MENT CODE 6103 Newport Beach, CA 92663 -3884 OVT N IW CONSIDERATION OF COMPLETION PUBLIC WORKS EXEMPT C2 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY. CALIFORNIA -1212 PM NW 30'87 l L!r , couzE' Fco "lo All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on November 23, 1987 the Public Works project consisting of Sewer Main And Alley Replacement Program 4 1986 -87 (C -2588) _ on which George Dakovich & Son, Inc., 422 Camino Del Campo, Redondo Beach, CA 90277 was the contractor, and The Ohio Casualty Insurance Comnanv P.O. Box 5253, was the surety, was completed. Fresno, CA 93755 VERIFICATION I, the undersigned, say: CITY OF NEWPORT BB /F/./ACH Public Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. .y I declare under penalty of perjury that the foregoing is true and correct. Executed on November 24, 1987 at Newport Beach, California. r Public Woiks 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 November 23, 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 November 24, 1987 City of Newport Beach, Owner at Newport Beach, California. City Clerk WON; CITY)F NEWPORT B*ACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 November 25, 1987 County Recorder's Office P.O. Box 238 Santa Ana, California 92702 (714) 644 -3005 Enclosed is the following docunent for recordation and return to the above -named office: Sewer Main And Alley Replacement Program 1986 -87 (C -2588) Sincerely, C . 4&Wanda E. Raggio City Clerk 3300 Newport Boulevard, Newport Beach • • TO: CITY COUNCIL FROM: Public Works Department 0 BY THE CITY COUNCIL CITY OF NEWPORT BEACH November 23, 1987 CITY COUNCIL AGENDA N OV 2 3 1987 ITEM N0. F -15 gPPj{(1ti M SUBJECT: ACCEPTANCE OF SEWER MAIN AND ALLEY REPLACEMENT PROGRAM, 1986 -87 (C -2588) 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 the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. DISCUSSION: The contract for the construction of the subject project has been completed to the satisfaction of the Public Works Department. The bid price was $371,808.00 Amount of unit price items constructed 393,445.00 Amount of change orders 7,098.02 Total contract cost $400,543.02 Funds were budgeted in the General Fund, Account Numbers: 02- 5586 -102, 02- 5597 -363, 02- 3486 -053, 02- 3397 -404, and 02- 3397 -405. The increase in the amount of the unit price items constructed was due primarily to the paving of an additional alley and greater- than - estimated quantities of house sewer laterals and patchback adjacent to the new alleys. One Change Order was issued. In the amount of $7,098.02, it provided for potholing to determine the exact locations of the gas, water and sewer mains; removal and disposal of 1135 feet of abandoned gas mains; hand excavation around and under an existing gas main; and water control, sandbagging and cleanup required when an existing water main (not shown on the plans) was broken. The contractor is George Dakovich & Son, of Redondo Beach. The contract date of completion was August 1, 1987. Completion was delayed by the extra work and the construction of the Lindo Street end. In addition, the contractor delayed starting the last portion of the project until of er the LaborD y weekend. The project was completed on September 25, 1987. Ke Benjamin B. Nolan Public Works Director GPD:cc 1� 91 0. • I • i I 3 —� .1Ul� !r` ei� ��LI� �\ .,+yv° C ��i�(1\l )��y1�.+'�l �l� 'F; \ \���'� ev!s \\ \� \•a\ /` °- +CNAA[NFL )�.. �/.d /N ----- ___••__g��}V• - -..'y ..... ..�f ,(. v g�•s k,�F. /; L7D co SoEAj NO VICINITY MAP SCALE 1 =1600 tr IL I�v �r «f� GoVES�� TURN /NC BAS IN L1o0 $AN0Se_ / (BpLB� _ r nS n(1 il. �/ _ (•) , � q PROJECT LOCATIONS NT�n L' Y ONEW�RTME � A SEWER MAIN AND ALLEY REPLACEMENT PROGRAM 1986-87 t� 9 �IQ ��i �_ •' f P DRAWN DATE APPROVED DRAWING NO.- EXHIBIT A 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: May 18, 1987 SUBJECT: Contract No. C -2588 Description of Contract Program 1986 -87 Sewer Main and Alley Replacement Effective date of Contract May 15, 1987 Authorized by Minute Action, approved on April 27, 1987 Contract with George Dakovich S Son, Inc. Address 422 Camino Del Campo Redondo Beach, CA 90277 Amount of Contract $371,808.00 Q Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach ,i I is 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). • LIMITS OF LIABILITY IN THniica nc nnn -!PRTIFICATE OF INSURANCE TYPES OF INSURANCE Page 12 Exp. TTER COVERAGE REQUIRED RTIFICATE HOLDER Date INSURANCE COMPANIES AFFORDING COVERAGES City of Newport Beach Company xl Comprehensive Form 3300 Newport Boulevard Letter A FIREMAN'S FUND INS. CO. Newport Beach, CA 92663 AGGREGATE $3,000, x Explosion & Collapse Hazard 6/1/88 Company B x Underground Hazard NAME AND ADDRESS OF INSURED Letter A x Products /Completed Operations Company C Hazard GEORGE DAKOVICH & SON, INC. Letter ox Contractual Insurance Company D x Broad Form Property Damage 422 Camino Del Campo Letter x Independent Contractors Company E x Personal Injury Redondo Beach, CA 90277 Letter Marine is 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). pTE: 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 s V all provide 30 days' advance notice to the City of Newport Beach by rg stered mail attention: Public Works Department. Agency: FRANK B. HALL & CO. /INS. CENTER OF FRESNO zea Kepresenow ve Ste: Telephone: (209)449 -1900 ' ascription 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: SEWER MAIN AND ALLEY REPLACEMENT PROGRAM 1986 -87 C -2588 Project Title and Contract Number )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 document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. Policy LIMITS OF LIABILITY IN THniica nc nnn MPANY TYPES OF INSURANCE Policy Exp. TTER COVERAGE REQUIRED No. Date GENERAL AGGREGATE $3,000, GENERAL LIABILITY xl Comprehensive Form (802134 PRODUCTS /CCMP OPS x Premises - Operations AGGREGATE $3,000, x Explosion & Collapse Hazard 6/1/88 PERSONAL /ADVERSITING x Underground Hazard _ INJURY $2,000, A x Products /Completed Operations EACH OCCURRENCE $2,000, Hazard FIRE DAMAGE $ 50, ox Contractual Insurance MEDICAL EXPENSE $ 5, x Broad Form Property Damage x Independent Contractors - x Personal Injury Marine Aviation AUTOMOTIVE LIABILITY ❑x Comprehensive Form Bodily Injury (Each Person $ A x Owned ❑ 80213487 6/1/88 $ Bodily Injury (Each Occurrence n Hired Po ro t m In3ary i y Non -owned Property Damage Combined 2,000, $ EXCESS LIABILITY ❑ Umbrella Form Bodily Injury ❑ Other than Umbrella Form and Property Damage $ $ Combined WORKERS' COMPENSATION Statutory kLach and EMPLOYER'S LIABILITY Accident) pTE: 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 s V all provide 30 days' advance notice to the City of Newport Beach by rg stered mail attention: Public Works Department. Agency: FRANK B. HALL & CO. /INS. CENTER OF FRESNO zea Kepresenow ve Ste: Telephone: (209)449 -1900 ' ascription 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: SEWER MAIN AND ALLEY REPLACEMENT PROGRAM 1986 -87 C -2588 Project Title and Contract Number )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 document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. It 2 3. a 5. • Page 14 CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE EN ORSEMENT is agreed that: With respect to such insurance as is afforded by the policy f r Comprehensive General Liability, the City of Newport Beach, its officers and employ es 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. The policy includes the following provision: li "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." 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 nol,d harmless provision con- tained in the written contract, designated below, between theinamed insured and the City of Newport Beach. With respect to such insurance as is afforded by this policy,1the exclusions, if any, pertaining to the explosion hazard,-.collapse hazard and underground property hazard (commonly referred to as "XCU "hazards) are deleted. The limits of liability under this endorsement for the additional insured named in paragraph I of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter;X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability (X) Single Limit Bodily Injury Liability and Property Damage Liability Combined S each occurrence $ each occurrence it $ 2,000,000 each occurrence I The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount pai� 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 ask applicable to Comprehen- sive General Liability Insurance. I; 6. Should the policy be cancelled or coverage reduced before thb expiration date thereof, the Insurance Company shall provide 30 days' advance notice Ito the City of Newport Beach by registered mail, Attention: Public Works Departmenit 7. Designated Contract: e This endorsement is effective 6/1/87 at 12:01 A.M. and Policy No. MXX 80213487 Named Insured Name of Insurance Company FIREMAN'S FUND INS. CO. By 17tl0-0! � -Gj' rms a part of Endorse nt No. Represen ive It 1 2 • * Page 13 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT I. is agreed that: I With respect to such insurance as is afforded by the policy fbr 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 cdnnection 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 b, 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. I. 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 indicate below for either Multi- ple Limits or Single Limit, whichever is indicated by the le ter X in the appropriate box. I ( ) Multiple Limits Bodily Injury Liability Property Damage Liability ( x ) Single Limit Bodily Injury Liability and Property Damage Liability $ each occurrence $ each occurrence x.,000,000 each occurrence Combined ;f I 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. i 4. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department!, 5. Designated Contract: SEWER MAIN AND ALLEY REPLACEMENT PI Project Title and Contract This endorsement is effective 6/1/87 at 12:01 A.M. and Policy No. MXX 80213487't Named Insured GEORGE DAKOVICN & SON. INC. Name of Insurance CompanyFIREMAN'S FUND INS. CO. By 1986 -87 C -2588 farms a part of • 0 May 13, 1987 TO: CITY CLERK FROM: Public Works Department SUBJECT: SEWER MAIN AND ALLEY REPLACEMENT PROGRAM 1986 -87 CONTRACT NO. 2588 Attached are forms of the subject contract documents. Please have them executed on behalf of the City, retain your copy and return the other copies to this department. i Steve Luy� Project Manager SL:jb Att. CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P. 0. Box 1764_"port Beach, CA 92658 -8915 until 11:00 a. m. on the 16th46y,'of Aprih, 1987, at which time such bids sha,. 'die opened and read for SEWER MAIN AND ALLEY REPLACEMENT PROGRAM 1986 -87 Title of Project 2588 Contract No. 3350,000 Engineer's Estimate FO Approved by the City Council this 23rd day of March 1987. 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 E CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL C, J SEWER MAIN AND ALLEY REPLACEMENT PROGRAM CONTRACT NO. 2588 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, CA 92658 -8915 Gentlemen: PR 1.a 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. 2588 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 2. 1,585 Lineal Feet 55 Lineal Feet Mobilization @ Thirty Thousand Dollars and -- Cents $ 30,000.00 $ 30,000.00 Per Lump Sum Remove existing 8 -inch sanitary sewer and construct new 8 -inch diameter sewer main @ Fifty Five Dollars and -- Cents $ 55.00 $ 87,175.00 Per Lineal Foot Remove existing 8 -inch sanitary sewer and construct new 8 -inch diameter sewer main including trench resurfacing @ Sixty Dollars and -' Cents $ 60.00 $ 3,300.00 Per Lineal Foot cn n :E N A cn sCc b A .7 vA a rs ro ro -s 0 cq a '7 n A r� w 0 C C) a no a. -a: a s w a A £ 0 nrD4 Co z N 7 'T C 'i N 'ro 1p? m -A ro A i � ro crow' N v b0 < A N 3 ttO�� N a 0 0% a rr rr r o+ 5 s�a ro m -n cr C 4 q b A V5 4 ta0 w N c 0 wmr'o:3 a.W zr J tA N zr ..., N rr rF i n wvwq p : :3 w rr r~*O O x2:r0J. N N O C 'S n 1 t , 1 1 • • PR l.b ITEM QUANTITY NO. AND UNIT UNIT ITEM DESCRIPTION PRICE WRITTEN IN WORDS UNIT TOTAL PRICE PRICE 4. 25 Construct new 6 -inch diameter sewer main Lineal Feet @ Fifty Dollars and -- Cents $ 50.00 $ 1,250.00 Per Lineal Foot 5. 66 Remove existing 8 -inch sanitary sewer and Lineal Feet construct new 6 -inch diameter sewer main @ Fifty Three Dollars and -- Cents $ 53.00 $ 3,498.00 Per Lineal Foot 6. 127 Line existing sanitary sewer main Lineal Feet @ Eighty Five Dollars and -- Cents $ 85.00 $ 10,795.00 Per Lineal Foot 7. 492 Remove existing house connection and Lineal Feet construct new 4 -inch house connection @ Forty Five Dollars and -- Cents $ 45.00 $ 22,140.00 Per Lineal Foot 8. 89 Construct house connection cleanout Each @ One Hundred Dollars and -- Cents $ 100.00 $ 8,900.00 Each 9. 7 Construct sanitary sewer cleanout Each @ Four Hundred Dollars and -- Cents $ 400.00 $ 2,800.00 Each 10. 2 Construct sanitary sewer manhole Each @ One Thousand Dollars and -- Cents $1,000.00 $ 2,000.00 r I . • • PR 1.c TOTAL ITEM QUANTITY ITEM DES RIPTION UNIT NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 11. 2 Remove existing sewer manhole and Each construct sanitary sewer manhole @ Fifteen Hundred Dollars and -- Cents $1,500.00 $ 3,000.00 Each 12. 22,840 Remove existing alley pavement and Square Feet construct P.C.C. pavement @ Five Dollars and -- Cents $ 5.00 $114,200.00 Per Square Foot 13. 1,915 Remove existing alley approach and Square Feet construct new alley approach @ Six Dollars and -- Cents $ 6.00 $ 11,490.00 Per Square Foot 14. 3,260 Remove existing roadway pavement Square Feet and construct new roadway pavement @ Six Dollars and -- Cents $ 6.00 $ 19,560.00 Per Square Foot 15. 1,830 Remove existing pavement and construct Square Feet P.C.C. pavement patch back @ Four Dollars and -- Cents $ 4.00 $ 7,320.00 Per Square Foot 16. 39 Remove existing pavement and construct Tons A.C. pavement patch back @ Eighty Dollars and -- Cents $ 80.00 $ 3,120.00 Per Ton 17. 1 Construct P.C.C. drop inlet including Each cast iron frame and grate @ One Thousand Dollars and '- Cents $1,000.00 $ 1,000.00 �r I ' • • PR I.d ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 18. 1 Construct P.C.C. junction structure Each including cast iron frame and cover W Onp Thnusand 19. 1 Construct curb inlet L = 3.5' per Each City of Newport Beach Std. =305 -L Dollars and Cents $1,000.00 $ 1,000.00 @ Two Thousand Dollars and -- Cents $ 2,000.00 $ 2,000.00 20. 168 Construct 8" P.V.C. storm drain Lineal Feet @ Sixty Dollars and -- Cents $ 60.00 $10,080.00 Per Lineal Foot 21. 545 Construct P.C.C. sidewalk Square Feet @ Four Dollars and -- Cents $ 4.00 $ 2,180.00 Per Square Foot 22. Lump Sum Bracing excavations and trenches @ Twenty Five Thousand Dollars and -- Cents $25,000.00 Per Lump Sum TOTAL PRICE WRITTEN IN WORDS Three Hundred Seventy One Thousand Eight Hundred EightDollars and -- Cents $371,808.00 April 16, 1987 ✓ GEORGE DAKOVICH & SON, INC. (213) 325 -2417 S /Vladimir Popovich, Vice President Bidder's Telephone Number Authorized Signature/Title 194375 A 422 Camino Del Campo, Redondo Beach, CA 90277 Contractor's License No. & Classification Bidder's Address 0 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 Contr's Lic. No. & Classification April 16, 1987 Date GEORGE DAKOVICH & SON INC. Bidder S /Vladimir Popovich, Vice President Titl Authorized Signature /e Page 2 • • Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer.and as provided by State law. Subcontract Work Subcontractor Address 1 2. NONE 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. GEORGE DAKOVICH & SON, INC. Bidder S /Vladimir Po ovich Vice President Authorized Signature /Tit e • FOR ORIGINAL SEE CITY CLERK'S FILE 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 Percent 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 SEWER MAIN AND ALLEY REPLACEMENT PROGRAM 1986 -87 C -2588 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. IN WITNESS WHEREOF, we hereunto set our hands and seals this 16th day of April , 1987 . (Attach acknowledgement of Attorney -in -Fact) S /Cecile M. Struwe Notary Public Commission Expires: Sept. 18, 1989 GEORGE DAKOVICH & SON, INC. Bidder S /Vladimir Popovich, Vice President Authorized Signature /Title THE OHIO CASUALTY INSURANCE COMPANY Surety ByS /Steven P. Edwards Title Attorney -in -Fact 0 0 NON- COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 15th day of April , 1987 . My commission expires: Feb. 7, 1990 GEORGE DAKOVICH & SON, INC. Bidder S /Vladimir Popovich, Vice President Authorized Signature /Title S /Hazel W. Losee Notary Public Page 5 • FOR ORIGINAL SEE SjIY CLERK'S FILE COPY 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 S /Vladimir Po oVic'. Vice President Aut orized Signature /Title 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 R n l G lty. Coverages shall be provi ed or TYP e: Pro ert CCasuacked on the CERTIFICATE OF INSURANCE. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction (latest edition adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. Page 7 0 0 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 April 27, 1987 has awarded to GEORGE DAKOVICH & SON, INC. hereinafter designated as the "Principal ", a contract for SEWER MAIN AND ALLEY REPLACEMENT PROGRAM 1986 -87 C -2588 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We GEORGE DAKOVICH :49 as Principal, and THE OHIO CASUALTY INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of THREE HUNDRED SEVENTY ONE THOUSAND EIGHT HUNDRED EIGHT AND N01100------------ - - - - -- Dollars ($ 371,808.00 said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, or other supplies, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemploy- ment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. The bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon I , t 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 8TH day of MAY 19 87 GEORGE DAKOVICH & SON, INC. (Seal) flame Jaf Contractor Principal e Authorized Signature and Title THE OHIO CASUALTY INSURANCE COMPANY (Seal) Name of Surety P. O. BOX 5253, FRESNO, CA 93755 Addre s of Surety n Signature and Title of Authorized Agent STEVEN P. EDWARDS, ATTORNEY -IN -FACT 5260 N. PALM #400, FRESNO, CA 93704 Address of Agent (209) 449 -1900 Telephone No, of Agent j | � -a k %. § q q [. El) k �. \ki[ /0 (Q 2 � 0 -3 !� S ( { \9)\2` (} \ pmg w ' ■ E 0 :3 : *® & ~ \. %(En \( ! / dd (((0 \ \ \' U A/ »q | � §■E2� / |g ! /2° z y m ,rs § « f§§tj § r' rx2) ] 3 m � §ooee «! » M K • �( k� i \ . . £ :s °~ )k�) « \)s; � )(27 ®( CERTIFIED COPY OF POWER OF ATT UY OM6 0ASUALTY INSUBAN3 MPANH HOYL OFFICE, ILUMTOM OH10 Xtww All Own bg XII�At fritutd3r That THE OHIO CASUALTY INSURANCE COMPANY, in posa ease of authority grated by Article V Section 7 of the By -Lawn of rid Company, does hereby nominate, constitute and appoints Ztavaa 2a rdwiart:& . r r . . . . + . . . .. . e + of Fi oeso, Ca:itortt).a w . •• its true and lawful agent and attorney - in-fact, to make, execute, seal and deliver for and on its behalf as surety, and a its act and deed any and all BONDS. UNDERTAKINGS, and RECOGNIZANCES, not exceeding in any single instaau S 'mx ILt�xcltt w w w r w w 'sm.. w w w y w w w -no-tea( � �1f):! ow nQ w•) Dollars, ezclluntag, owwar, any. bond (s) or uadertakia4(s) nateeing t e payment o aid- tntdkat tbereoe And the execution of such bonds or undertakings in pursuance of these presents. shall be as binding upon said Company. as fully aad amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in Hamilton, Ohio, in their own proper persons. The authority granted hereunder supersedes any previous authority heretofore granted the above named attorneys) -in -fact. sM !xt 1m WITNESS WHEREOF, the undersigned, officer of the said The Ohio Casualty al}il.. ,rss� {� Insurance Company has hereunto subscribed his name and affixed the Corporate Seal of the �7+ said The Ohio Casualty Insurance Company this day of 19 !- SEAL jc %4 Lt hay J5. %/ (Signed) \� .... y �;.: ♦tw er�� .... ...................i.adhR.A94.. ace... d.{. 33. fi+'ilii�....................... STATE OF OHIO. l � COUNTY OF BUTLER J asst. Secretary On this 24t'th day of May A. D. 19 -35 before the subscriber, a Notary Public of the State of Ohio, in and for the County of Butler, duly commissioned and qualified, "me T W it of THE OHIO CASUALTY INSURANCE COMPANY. to me :ltto fir ; .��s . 'ti Yoe ral ter personally known to t e srTdin ua a o car es n e tn. and who executed the preceding instrument, and he acknow- ledged the execution of the same, and being by me duly sworn deposeth and smith, that he is the officer of the Company aforesaid. and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly Affixed and subscribed to the said instrument by the authority and direction of the sold Corporation. oypnnmtot„ IN TESTIMONY WHEREOF, I have hereunto act my hand and affixed my Official s4`.s,,%�ltsr�'$. Seal at the City of Hamilton. State of Ohio, the day and year first above written. 8 Ja (Signed) yi ...... ublihStiL1'..�SaXftP ........... ............................... sty Public in and for County of Butler. State of Ohio Wtssutnur�od MY Commission expires ............................. W.;. r'OGCCCBZ �i�••)93 This power of attorney is granted under and by authority of Article VI, Section 7 of the By -Laws of the Company, adopted by its directors on April 2, 1954, extracts from which read: "ARTICLE VI" "Section 7. Appointment of Attorney- in-Fact, etc. The chairman of the board, the president, any vice - president, the secretary or any assistant secretary shall be and is hereby vested with full power and authority to appoint attorneys -in -fact for the purpose of signing the name of the Company as surety to, and to execute, attach the corporate seal. acknowledge and deliver any and all bonds, recognizance$, stipulations, undertakings or other instruments of suretyship and policies of insurance to be 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 America, or to any other political sub. division.', This instrument is signed and sealed by facsimile as authorized by the following Resolution adopted by the directors of the Company on May 27. 1970: "RESOLVED that the signature of any officer of the Company authorized by Article VI Section 7 of the by -laws to appoint attorneys in fact, the signature of the Secretary or any Assistant Secretary certifying to the correctness of any copy of e power of attorney and the seal of the Company may be affixed by facsimile to any power of attorney or copy thereof issued on behalf of the Company. Such signatures and seal are hereby adopted by the Company as original signatures and seal, to be valid and binding upon the Company with the same force and effect as though manually affixed.- CERTIFICATE lathe undersigned Assistant Secretary of The Ohio Casualty Insurance Company, do hereby certify that the foregoing power of attorney, Article VI Section 7 of the by -laws of the Company and the above Resolution of its Board of Directors are true and correct copies and are in full force and effect on this date. IN WITNESS WHEREOF. I have hereunto set my hand and the seal of the Company this 8TH day jMAY A.D... 1199y87 SEAL��. SEAL _1 qtr tii ,t/ / Assistant Secretary 5- 4300 -C 13 40 -3M Page 10 • BONEW. 2- 614 -734 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 April 27, 1987 has awarded to nFORGF QAK ON hereinafter designated as the "Principal ", a contract for SEWER MAIN AND ALLEY REPLACEMENT PROGRAM 1986 -87 C -2588 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 INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of THREE HUNDRED SEVENTY ONE THOUSAND EIGHT HUNDRED EIGHT -:ANB N9f180 ------------------- Dollars ($371,808.00 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 b Page 11 Faithful Performance Bond (Continued) of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 8TH day of MAY 19 87 GEORGE DAKOVICH & SON, INC. (Seal) Name of Contractor Princioall Authorized Signature and Title THE oHIO CASUALTY INSURANCE COMPANY (Seal) Name of Surety P. O. BOX 5253, FRESNO, CA 93755 Address of Surety Signature and Title of Authorized Agent STEVEN P. EDWARDS, ATTORNEY -IN -FACT 5260 N. PALM #400, FRESNO, CA 93704 Address of Agent (209) 449 -1900 Telephone No. of Agent I r. nCO >0 Ho tzi;e m =01 Am eb rj to C m m P) Z: tr cr, 7t U) Fg -a tr] Zm 1. ia. tr w m q� Z' 0 0 ig 0. 0 :03, c. Q m m 0,.q o it P. :co 1 Ex ti.�3 *03 O :co 1 Ex ti.�3 *03 CERIM7M COPY OF POWER OF ATI' Y aN�! OWO OASUALTY INSUBL�' c®mpawy HOHi OFF= HMMTOA, OHIO tif3pt AU AM V�j Xf 11regettf& That THE OHIO CASUALTY INSURANCE COMPANY, in parntanee of authority granted Ivy Article V1I.. Section 7 of the By -Laws of rid Company, does hereby nominate. constitute and appoints 51.*YeA i e rdt:ardis - - • a r — r - - ,r s. • s. - r - • .s of Frov app Cal iiOrnla — . • r its true and lawful agent and attorney, -in -fact. to make, execute, seal and deliver for and on its behalf as surety. and as its act and deed any and all BONDS. UNDERTAKINGS, and RECOCNIZANCES. not exceeding is any single instance 2sicludfnQ IoLa .. Win.. s or undertaking(s) . . w .. .. ^ w ! (a �'� f)Ui7 �O •)Dollars, y O guaranteeing t e payment of notes air, in eirest thArson And the execution of such bonds or undertakings is pursuance of these presents, shall be as binding upon acid Company, as fully and amply, to an intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its oEBca in Hamilton. Ohio, in their own proper persons. The authority granted hereunder supenedes any previous authority heretofore granted the above named attorney(s) -in -fact. ixfx In WITNESS WHEREOF, the undersigned• officer of the said The Ohio Casualty ss51L....f4s Insurance Company has hereunto subscribed his name and Affixed the Corporals Seal of the =+ SEAL said The Ohio Casualty Insurance Company this e`L day of is+A� 19�s (signed) •'\si7 l .................. fiAX.i) ....................... STATE OF OHIO, t SS Aasta 3e"otary COUNTY OF BUTLER J On this 24th day of hAY A D. 19 as before the subscriber, a Notary Public of the State of Ohio, in and for the County of Butler, duly commissioned and qualified, came t on 4,�4{t,,,Y -g a t 3 _ of THE OHIO CASUALTY INSURANCE COMPANY, to me personaallly kn wneta be�ehe+ir:divi u Tied o 6ce �es rib�edaia. and who executed the preceding instrument, and he acknow- ledged the execution of the "me. and being by me duly sworn dcpoaeth and saith. that he is the officer of the Company aforesaid, and that the Real affixed to the preceding instrument is the Corporate Seal of said Company, and the mid Corporate Seal and his signature as officer were duly affixed and subscribed to the mid instrument by the authority and direction of the said Corporation. `4 „eUUna,n, IN TESTIMONY WHEREOF I have hereunto set my hand and affixed my Official V10.4'WI,LIlfr"N Seal at the City of Hamilton. State of Ohio, the day and year first above written. �� (Signed) A ( gn ) ...................................... S 'c � - r � Notary Public is an for County of Butler. State of Ohio 0 Mtn• ets �4ysetwPtY MY Commission expires .......— .................... v..... ".. uoctawer 7 +a t�3 -a ": This power of attorney is granted under and by authority of Article VI, Section 7 of the By -Laws of the Company, adopted by its directors on April 2, 1954. extracts from which read: "ARTICLE VI" "Section 7. Appointment of Attorney -in -Fact, etc. The chairman of the board, the president, any vice - president, the secretary or any assistant secretary shall be and is hereby vested with full power and authority to appoint attorneys -in -fact Eor 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 bonds, recognizance,, stipulations, undertaking, or other instruments of suretyship and policies of insurance to be given in favor of any individual, firm, corporation. or the official representative thereof, or to any county AT state, or any official board or boards of county or state, or the United States of America, or to any other political sub- division." This instrument is signed and sealed by facsimile as authorized by the following Resolution adopted by the directors of the Company on May 27. 1970: "RESOLVED that the signature of any officer of the Company authorized by Article VI Section 7 of the 6y -lawa to appoint attorneys in fact, the signature of the Secretary or Any Assistant Secretary certifying to the correctness of Any copy of A power of attorney and the seal of the Company may be affixed by facsimile to any power of attorney or copy thereof issued on behalf of the Company. Such signatures and oral are hereby adopted by the Company as original aignsturee and seal, to be valid and binding upon the Company with the same force and effect as though manually affixed.” CERTIFICATE 1, the undersigned Assistant Secretary of The Ohio Casualty Insurance Company, do hereby certify that the foregoing power of attorney, Article VI Section 7 of the by -laws of the Company and the above Resolution of its Board of Directors are true and correct copies and are in full force and effect an this date. IN WITNESS WHEREOF. I have hereunto act my hand and the seal of the Company this 8TH day fMAY A.D.. 19 87 �r NfI111 [ � SEf �% 1 ++3Ia.+ sft�" Assistant Secretory S- 4300 -C 12 -80 -3M City of Newport Beach 3300 Newport Boulevard j Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED GEORGE DAKOVICH & SON, INC. Camino Del Beach, CA 90277 CERTIFICATE OF INSURANCE °.I ZANIES AFFORDING Company Letter A �KQY1A Company B Letter Company C Letter Company D Letter Company E Letter P ,,ye 12 liis 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 sh 11 provide.30 days' advance notice to the City of Newport Beach by regi.tered mail,(attention: Public Works Department. y: /j m (-- ! 1 Agency: FRANK B. HALL & OO. /INS. CENTER OF FRESNO Au ri zed Representa4ike ,ate: 5/8/87 Telephone: (209) 449 -1900 escription of operations /locations /vehicles: All operations performed for the City of Newport each by or on behalf of the named insured in connection with the following designated contract: SEWER MAIN AND ALLEY REPLACEMENT PROGRAM 1986 -87 C -2588 Project Title and Contract Number OTICE: 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 contractor other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclus.ions and conditions of such policies, including attached endorsements. olicy LIMITS OF LIABILITY IN Tuniicnunc -�nnT- )MPANY TYPES OF INSURANCE Policy Exp. 'TTER COVERAGE REQUIRED No. Date General Aggregate $2,000, GENERAL LIABILITY Comprehensive Form MXC63 1758 6/1/87 Products /Comp Ops Exl x Premises - Operations Aggregate 1 $2,000, x Explosion & Collapse Hazard Personal /Advertising x Underground Hazard Injury 1 $1,000, ' A x Products /Completed Operations Each Occurrence $1,000, Hazard Fire Damage $ 50, x Contractual Insurance Medical nse $ 5, x Broad Form Property Damage x Independent Contractors - x Personal Injury Marine Aviation AUTOMOTIVE LIABILITY '. (]x Comprehensive Form Bodily Injury $ A MXC6 Qx Owned 41758 6/1/87 (Each Person Bodily Injury Each Occurrence) $ Hired —Property Dama e Bodily Injury and Ox Non -owned Property Damage Combined $ 1,000, EXCESS LIABILITY ® Umbrella Form Bodily Injury A XLK1 [] Other than Umbrella Form 54812 6/1/87 and Property Damage Coriibined $ 1,000, $ 1,000, WORKERS' COMPENSATION Statutory and EMPLOYER'S LIABILITY 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 sh 11 provide.30 days' advance notice to the City of Newport Beach by regi.tered mail,(attention: Public Works Department. y: /j m (-- ! 1 Agency: FRANK B. HALL & OO. /INS. CENTER OF FRESNO Au ri zed Representa4ike ,ate: 5/8/87 Telephone: (209) 449 -1900 escription of operations /locations /vehicles: All operations performed for the City of Newport each by or on behalf of the named insured in connection with the following designated contract: SEWER MAIN AND ALLEY REPLACEMENT PROGRAM 1986 -87 C -2588 Project Title and Contract Number OTICE: 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 contractor other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclus.ions and conditions of such policies, including attached endorsements. Page 13 CITY OF NEWPORT BEACH i AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1 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 of�icers 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 cdnnection 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. I 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 $ each occurrence (X) Single Limit Bodily Injury Liability $ 1,000,00o 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 tp the City of Newport Beach by registered mail, Attention: Public Works Department}. 5. Designated Contract: SEWER MAIN AND ALLEY REPLACEMENT PI Project Title and Contract This endorsement is effective 5/8/87 at 12:01 A.M. and Policy No. MXC 6341758. Named Insured GEORGE DAKOVICH F. SON. INC. Name of Insurance CompanyFIREMAN'S FUND INS. CO. a 1986 -87 C -2588 rms a part of En isement No. Y A rized Represent ve ,1 i Page 14 CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: I I. 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 nolid harmless provision con- , tained in the written contract, designated below, between thq named insured and the City of Newport Beach. Ii 4. With respect to such insurance as is afforded by this policy the exclusions, if any, pertaining to the explosion hazard, collapse hazard and undeOground 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 A Bodily Injury Liability $ each occurrence Property Damage Liability $ each occurrence (X) Single Limit Bodily Injury Liability $ 1,000,000 each occurrence and Property Damage Liability Combined i 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. . I, 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department 7. Designated Contract: SEWER MAIN AND ALLEY REPLACEMENT PR G - C -2588 Project Tit e and Contract No. This endorsement is effective 5/8/87 at 12:01 A.M. and forms a part of Policy No. MXC6341758 Named Insured GEORGE DAKOVICH & SON, INC. i Endorsemen No. I Name of Insurance Company FIREMAN'S FUND INS. CO. By ✓m Authorized Representa e • • Page 15 CONTRACT THIS AGREEMENT, entered into this,ay of 19 by and between the CITY OF NEWPORT BEACH,: inafter "City d GEORGE DAKOVICH & SON, INC. ,:� einafter "Contract , "is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: SEWER MAIN AND ALLEY REPLACEMENT PROGRAM 1986 -87 C -2588 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: SEWER MAIN AND ALLEY REPLACEMENT PROGRAM 1986 -87 C -2588 Title of Project Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of Three Hundred Seventv One Thousand Ei4ht Hundred Eioht Dollars W �1.80E._00)• This compensation includes (1) any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstruc- tions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and endorsement(s) 0 6 Page 16 (f) Plans and Special Provisions for SEWER MAIN AND ALLEY REPLACEMENT PROGRAM 1986 -87 C -2588 Title of Project Contract No. (g) This Contract. 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximiately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. ATTEST: APPROVED AS TO FORM: &',�( 4�" - City Attorney CITY GEORGE DAKOVICH & SON, INC. f Contractor rincipal)... - 1L VT Artro`rrz-edTqn-a&re and Title Authorized Signature and Title M • • • SP Iof6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS SEWER MAIN AND ALLEY REPLACEMENT PROGRAM I. SCOPE OF WORK II III. CONTRACT NO. 2588 The work to be done under this contract consists of removing and replacing existing sewer main and alley improvements; constructing storm drain improvements; adjusting existing City -owned utility frames and covers to finished grade; and other incidental items of work. All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions, (2) the Plans (Drawing Nos. S- 5119 -S and A- 5115 -S), (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction 985 Edition and (4) the Standard Specifications for Public Works Construction (1985 Edition), including supplements. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department for Five Dollars ($5). Copies of the Standard Specifications may be purchased at Building News, Inc., 3055 Overland Avenue, Los Angeles, CA 90034. AWARD AND EXECUTION OF THE CONTRACT The bidder's attention is directed to the provisions of Section 2 -1 of the Standard Special Provisions for requirements and conditions con- cerning award and execution of the contract. TIME OF COMPLETION AND SCHEDULE OF WORK A. All work under this contract shall be completed by August 1, 1987. The Contractor shall complete all work on each alley or street within thirty (30) consecutive calendar days after beginning work on that alley or street. The term "work" as used herein shall include all removals, adjustments, and replacements; construction of sewer im- provements; construction of storm drain improvements; construction of alley pavement, alley approaches, street pavement, curb, driveways, sidewalk, adjacent PCC or AC garage approaches and AC joins, Also included within the specified period is curing time for the new PCC improvements. In summary, this means that each alley or street and every garage approach with access from that alley must be returned to normal vehi- cular use within thirty (30) consecutive calendar days from the day it is first closed to such use. The Contractor must employ suf- ficient men and equipment to meet this schedule. If it becomes • • Sp2of6 apparent during the course of the work that the Contractor will not be able to meet this schedule, he will be prohibited from starting work in additional alleys or streets until he has exerted extra effort to meet his original schedule and he has demonstrated that he will be able to maintain his approved schedule in the future. Such stoppages of work shall in no way relieve the contractor from his overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional men and equipment were required on the job. The Contractor will be assessed $100 per day (including Saturdays, Sundays, and holidays) liquidated damages for each day in excess of the thirty (30) consecutive calendar days allowed for 100% comple- tion of the construction work in each alley or street and the alley's or street's return to normal vehicular use. Additional liquidated damages, as covered in Section 6 -9 of the Standard Specifications, shall be assessed for failure to complete the project within the spe- cified time. The intent of this section of the Special Provisions is to emphasize to the Contractor the importance of prosecuting the work in an orderly, pre - planned, continuous sequence so as to minimize the time an alley is closed to vehicular traffic. C. No work shall begin until a schedule of work has been approved by the Engineer. The Contractor, in preparing his schedule of work, should consider phasing construction to minimize traffic congestion during the weekends, Memorial Day and the 4th of July. IV. PAYMENT The unit or lump sum price bid for each item of work shown on the propo- sal shall be considered as full compensation for all labor, equipment, materials and all other things necessary to complete the work in place, and no additional allowance will be made therefor. Payment for incidental items of work not separately provided for in the proposal shall be included in the unit price bid for each item of work. Partial payments for mobilization shall be made in accordance with Section 10264 of the California Public Contract Code. V. NOTICE TO RESIDENTS AND "NO PARKING" SIGNS A. Notice to Residents Forty -eight (48) hours before restricting vehicular access to 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 re- stored. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates and time at the time he • • Sp3of6 distributes the notices. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor renotification using an explanatory letter furnished by the Engineer. B. "NO PARKING, TOW- AWAY" Signs The Contractor shall furnish, install, and maintain in place "NO PARKING, TOW- AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty (40) hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division, at (714) 644 -3742, for verification of posting at least 40 hours in advance of the need of enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12 inches wide and 18 inches high; and (3) be similar in design and color to sign number R -38 of the CalTrans Uniform Sign Chart. The Contractor shall print the hours, days and date of closure in 2- inch -high letters and numbers. A sample of the completed sign shall be approved by the Engineer prior to posting. C. Street Sweeping Signs The Contractor shall bag or cover street sweeping signs on those streets adjacent to the construction site in a manner approved by the Engineer, after posting "NO PARKING -TOW AWAY" signs. All street sweeping signs shall be uncovered immediately after completion of work and upon removal of the "NO PARKING -TOW AWAY" signs. VI. CONSTRUCTION SURVEY STAKING Field staking for control of construction will be provided by the Engineer. VII. WATER If the Contractor elects to use City's water, he shall arrange for a meter and tender a $500 meter deposit with the City. Upon return of the meter in good condition to the City, the deposit will be returned to Contractor, less a quantity charge for water usage. VIII. STEEL PLATES The City can provide, free of charge, a limited quantity of 1 "- thick, 5' x 10' steel plates. These plates may be obtained from and shall be returned to the City's Utilities Yard at 949 West 16th Street. To deter- mine the number of plates available and to reserve the plates, the contractor must call the City's Utilities Superintendent, Mr. Gil Gomez, at (714) 644 -3011. • IX. SURFACE AND GROUNDWATER • SP4of6 Groundwater may be encountered in the project area. The Contractor will be responsible for providing, installing, maintaining and operating a dewatering system in the project area. Groundwater or surface runoff water containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into the bay. X. CONSTRUCTION DETAILS A. Constructing Sewer Mains The Contractor shall be responsible for maintaining sewer service at all times during construction of this project. Method of main- taining service shall be approved by the Engineer prior to the start of work. 1. Sewer Alternatives a. Vitrified Clay Pipe (VCP) (1) Sewer Main Sewer pipe, house connections (HC) sewer cleanouts, and fittings shall be extra strength vitrified clay pipe (VCP). (2) House Connections (HC) New HC laterals shown on the plan shall be aligned perpen- dicular to the new sewer main unless otherwise shown on the plans. To accomplish this, the Contractor shall determine the exact location of existing HC at property lines prior to laying new pipe. The material and size of existing laterals at property lines may vary and shall be verified by the Contractor at his own expense. The Contractor shall furnish and install a sewer cleanout at each house connection lateral shown on the plans. (3) Manhole Connections Manhole connections shall be watertight. The vitrified clay pipe shall be cement - grouted to existing manholes. Grout, proportioned by volume, shall be 1 part portland cement and 2J to 3 parts sand to which 1/10 part lime may be added. b. Polyvinyl Chloride (PVC) (1) Sewer Main Sewer pipe, house connections (HC), sewer cleanouts, and fittings shall be polyvinyl chloride (PVC) SDR 35 and • Sp5of6 shall conform to the requirements of ASTM D1784 and 3034. The PVC pipe shall have a nominal diameter of 8 inches except for house connections, and shall have integral bell and spigot connections with elastomeric gaskets. (2) House Connections (HC) See "Construction Details ", Section IX.A.l.a.(2). (3) Manhole Connections Manhole connections shall be watertight. Approved methods for connection can be made as follows: (a) Manhole couplings with elastomeric gasket seals shall be cement - grouted into the manhole walls. Pipe inserts into coupling. (b) Waterstop in various forms (e.g., flexible boot or sleeve 0 -ring or gasket) produced from elastomeric compound is grouted or locked into manhole wall. Pipe inserts into waterstop. (c) Grouted connections directly to PVC pipe may be effective if the pipe at the connection is first softened with solvent and covered with sand. (d) Grout, proportioned by volume, shall be 1 part portland cement and 21 to 3 parts sand to which 1 /10 part lime may be added. B. Slip Lining Sewer Main 1. Cleaning The existing 8 -inch cement sewer shall be cleaned free of debris, tuberculation, and other obstructions prior to insertion of the PVC liner. Method of cleaning shall be approved by the Engineer. 2. Material a. Liner The slip liner shall be PVC SDR 35 and shall conform to the requirements of ASTM D1784 and 3034. The PVC pipe shall have a nominal diameter of 6 inches and shall have integral bell and spigot connections with elastomeric gaskets. b. Manhole Connections See "Construction Details ", Section X.A.1.b.(3). 3. Installation Method of installation shall conform to PVC pipe manufacturer's installation manual. . Sp6of6 A bumper protection shall be provided to prevent sharp edges of broken out sewer pipe from scoring the exterior area of the liner as it is being pulled through the pipe. C. Street and Alley Construction 1. Removals and Excavation The work shall be done in accordance with Section 300 - 1.3.2. of the Standard Specifications except as modified and supplemented herein. Final removal at the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. Final removal accomplished by other means must be approved by the Engineer. 2. Existinq Utilities The Contractor shall adjust to finished grade all sewer manholes, sewer cleanouts, water meter boxes, water valve covers, and monu- ments prior to the placement of pavement. The Contractor shall be responsible for any damages to existing utilities resulting from his operations. 3. PCC Curb and Sidewalk The cost of constructing curb and sidewalk adjacent to new alley approaches to join existing improvements shall be included in the cost of constructing PCC alley approaches. 4. Encroaching Improvements The Contractor shall salvage any brick encroaching in the alley in conflict with the work, and stack it neatly on the property adjacent to the alley. The Contractor is not required to replace or adjust any encroaching improvements within the alley right of way. 5. Patch Back and Reinstallinq Brick The Contractor shall patch back bricks, AC, and PCC within pri- vate property at locations shown on the plans in a manner that matches the adjoining private property improvements in structural section, texture and color. 6. Water Meter Boxes The City shall furnish to the Contrator, at no cost, meter boxes to replace those boxes which were identified by the city to be substandard or broken prior to construction. Boxes broken during the course of construction shall be replaced by the Contractor at his expense. No separate payment will be made for the placement by the Contractor of meter boxes provided by the City. • • TO: CITY COUNCIL FROM: Public Works Department • April 27, 1987 B --i Ts",,. s; a'; CUij iCIL APR 27 1987 APPROVED CITY COUNCIL AGENDA ITEM NO. F -3(b) SUBJECT: SEWER MAIN AND ALLEY REPLACEMENT PROGRAM, 1986 -87 (C -2588) RECOMMENDATION: 1. Adopt budget amendments transferring funds into the Street and Alley Resurfacing and Reconstruction account. 2. Award Contract No. 2588 to George Dakovich & Son, Inc., for the total price of $371,808, and authorize the: Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on April 16, 1987, the City Clerk opened and read the • following bids for this project: Bidder Total Price Low George Dakovich & Son, Inc. $371,808 2 John T. Malloy $474,078 *Corrected total price bid is $474,078.75 The low bid is 6% higher than the Engineer's estimate of $350,000. The low bidder, George Dakovich & Son, Inc., is a well - qualified general contractor who has satisfactorily performed previous contracts for the City. The project provides for the replacement of approximately 1,700 lineal feet of deteriorated sewer mains, replacement of deteriorated sewer laterals, replacement of a small storm drain, and reconstruction of alley improvements. (See attached exhibit for locations.) The sewer main and later flow capacity to the main and (2) sand into the deteriorated main. •of sewer pumps and street surface tion of the storm drain and alley vide a smooth driving surface. -al replacements will (1) restore the original preclude the infiltration of groundwater and Such infiltration has resulted in rapid wear settlements in recent years. The reconstruc- improvements will facilitate drainage and pro- • • • 9 0 April 27, 1987 Subject: Sewer Main and Alley Replacement Program (C -2588) Page 2 Funds for award are proposed from the following accounts: Account Description Sewer Main Replacement Program Sewer Access Road Maintenance (transfer) Storm Drain Improvement Program Koll Center /Newport Place Resurfacing (transfer) Balboa Island Alley Replacement (transfer) Total Account No. Amount 02- 5586 -102 $232,532 02- 5597 -363 $ 10,000 02- 3486 -053 $ 15,132 02- 3397 -404 $ 64,144 02- 3397 -405 $ 30,000 $371,808 Budget amendments to transfer the balances of the Koll Center /Newport Place Resurfacing, the Sewer Access Road Maintenance, and the Balboa Island Alley Replacement accounts into the Street and Alley Resurfacing and Reconstruction Program appropriation (Account No. 02 -3386 -015) have been pre- pared for Council consideration. The other funds proposed for award relate directly to the work being performed. Additionally, a budget amendment to transfer the balance of the Slurry Seal Program, approximately $35,000 in Account No. 02- 3386 -014, into the Street and Alley Resurfacing and Reconstruction Program appropriation (Account No. 02- 3386 -015) has been prepared for Council consideration. This transfer will provide a source of funds for materials testing, change order, and extra work quantity expenditures which will occur on Contract No. 2588 and on a street resurfacing contract which is presently under construction. This year's Street and Alley Resurfacing and Reconstruction Program funds are fully depleted. The plans and specifications were prepared by the Public Works Department. a Thheee�sstttiiimmmated date of completion is August 1, 1987. 4ZtyAiriWn ;' Benjamin B. Nolan Public Works Director SJL:jd Att. •y • • • 3 \S J� Q DII �pfiCN���, i trn.' Vii; l' .. _ �" ' a. j (i���� ''�`.`. ^,7`;,v."�`,�` _ rM c♦ �°��. l �r� 1 '__.�_• _�-1Z - n u s- }. -..tl. '" CNANN rL17, / . .`._. VjAy _�� •` a.n , -_ a •_ r ® '✓ �\ \v° /. � n ac.w .rum ���,S •� ¢�L.J�" —\ �,...° .� cam--' r�o •,�•��u�5^'�si_. �` �� ,�., � _�iV c�.-i v ca�� �.��r�0 .. �c- .aur..�� c_> � $EICN . . bed' `_ `✓ J _ e— - a 1��`J,JC✓ a A" B WA '4• ^_'�_ vueLIc —' -' -- - ? VICINITY MAP SCALE 1"=16600* _ (� @ A�BpA CpyE 1 4 �•<RN /NG BAS /N F_F L/D SANOS /g °✓'/ 8 �� // -o ❑❑ T L/00 a ��: • PROJECT LOCATIONS S I ° CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SEWER MAIN -AND ALLEY REPLACEMENT PROGRAM 1986 -87 0 -2.588 GS, 9 f y. �xa IMP DRAWN JW DATE APPROVED 7— /' DRAWING NO. EXHIBIT A •rch 23, 1987 CITY COUNCIL AGENDA ITEM NO. F -18 TO: CITY COUNCIL FROM: Public Works Department • SUBJECT: SEWER MAIN AND ALLEY REPLACEMENT PROGRAM, 1986 -87 (C -2588) BY THE (XV COUNCIL RECOMMENDATION: 'V OF NE',0'PORT PFACH 1. Approve the plans and specifications. MAR 23 19+87 2. Authorize the City Clerk to Ila a�- APPROVED DISCUSSION: The project provides for the replacement of approximately 1,700 lineal feet of deteriorated sewer mains, replacement of deteriorated sewer laterals, replacement of a small storm drain, and reconstruction of alley improvements. (See attached exhibit for locations.) The sewer main and lateral replacements will (1) restore the original flow capacity to the main and (2) preclude the infiltration of groundwater and sand into the deteriorated main. Such infiltration has resulted in rapid wear of sewer pumps and street surface settlements in recent years. The reconstruc- tion of the storm drain and alley improvements will facilitate drainage and • provide a smooth driving surface. The engineer's estimate is $350,000. Adequate funds are budgeted to award the sewer and the storm drain portions of the contract. However, to make funds available for award of the alley replacement portion of the work, and to balance the Street and Alley Replacement Program appropriation, staff recommends that the following funds be transferred into the Street and Alley Replacement Program appropriation: Account Description Transfer Balance Slurry Seal Program approx. $99,000 Koll Center /Newport Place Resurfacing " $84,000 Balboa Island Alley Replacement Program " $30,000 Budget amendments to transfer the balances mentioned above will be prepared for Council consideration upon award of Contract No. 2588. Plans and Specifications were prepared by the Public Works Department ff. The Vi aUde of completion is August 1, 1987. Beniamin B Nolan Public Works Director SL:jd Att. EM I� U g ' CHAVEZ i Px _ OW n B €OVA - --L�c mP VICINITY MA SCALE ["=161, PROJECT LOCATIONS CITY PUBLOIC EWPDEPT ACH E SEWER MAIN -AND ALLEY REPLACEMENT PROGRAM 1986 -87 APPROVED J t 'v W- DATE ' DRAWING NO. EXHIBIT A N3plam TheN� p rte N;wWBexkCA 6J (11q Wt•8t20 STATE OF CALIFORNIA Ss. County of Orange, PROOF OF PUBLICATION II--------- (2015.5 C.C.P.) ------------ - - - - -- II I*am a citizen of the United States II 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. II I am the principal clerk of the prin- i i NOTICE INVITING ter of the Newport Ensign newspaper I I Sealed Bbids ,may. be of general circulation, printed and 1 received at the office of the. I I published weekly in the city of New- I I City Clerk 3300 'Newport Boulevard, P.O. Box 1768, port Beach, County of Orange, and I I Newport Beach, CA 926% 1 1 which newspaper has been adjudged a � i 8915 urrWl 11 0 am. on ; the l5th day of April, 1987,. newspaper' of g eneral circulation by I I at which limit Stich bids shalt be opened -end reed the Superior Court of the County of Orange, State of California, under II the-date of May 14, 1951, CASE NUM- ii C BER A -20178 that the notice, of y35o00o which the annexed is a printed copy I I Approved by the City . Council tlds 23rd day of (set in type not smaller than non- i i March, : 1987. Signed: pareil) has been published in each I I I I Wanda E. Raggio, city Clerk. Prospective bidders may regular and entire issue of said I i obtain one ad of wa doc- I I newspaper and not in any supplement I I I umerdi at no cost at the office dl the public works thereof on the following dates to- Ii � �"� 4]t : Newport Beach, CA 926W I I 8915. 1 1 For further information, I 1 call Stephen Wy, Protect at.6.W.33U -t. . I ; ^.Mana¢er. _ MAR 2 6� l l 11 II II I certify (or declare) under penalty I of perjury that the foregoing is true and correct. Dated in Newport Beach, II California MAR 2 6 1987 I I I • tl II II II t 11 tt SIGNATURE I it II II It II BECKY L. BOLTON It II LEGAL ADVERTISING DIRECTOR 81