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