Loading...
HomeMy WebLinkAboutC-2631 - Corona del Mar Water Main Replacement3` CITY OF NEWPORT &ACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 September 24, 1987 George Dakovich & Son, Inc, 422 Camino del Campo Redondo Beach, CA 90277 Subject: Surety: The Ohio Casualty Insurance Conpany Bonds No. 2- 594 -746 Contract No.: C -2631 Project: Corona del Mar Water Main Replacement The City Council of Newport Beach on August 24, 1987 accepted the work of subject project and authorized the City Clerk to file a Notice of Capletion 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 September 2, 1987, Reference No. 87- 500015. Sincerely, /it/Q�� e24-':t- Wanda E. Raggio f% City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach M0011WNG KWUM P,LEPS,E RETU N TO: By AND MAIL TO City Clerk ilyy a.l911t -. City of Newp6rt Beach • 3300 Newport Blvd. Newport Beach, CA 92663 -3884 EX E,!-APT Piu :; :rye REQUEST �11ERS 87-500015 GOVE.RI`V1 NT CODE 610 "s �C8PT NOTICE. OF COMPI,ETION 1rA p PUBLIC WORKS COI UIDERA 11��; I o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on August 24, 1987 _ the Public Works project consisting of Corona deZ Mar Water Main Replacement (C -2631) on which George Dakovich & Son, Inc., 422 Camino Del Campo, Redondo Beach, CA 90277 was the contractor, and The Ohio Casualty Insurance CoMany. P.O. Box 52SI, Fresno, was the surety, was completed. CA 93755 VERIFICATION I, the undersigned, say: CITY OF NEWPORT BFACH dn ✓tom., �i /"�'h ublic Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on August 26, 1987 at Newport Beach, California. Public Wbrks Director VERIFICATION OF CITY CLERK I. the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on August 24. 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 August 26, 1987 at Newport Beach, California. City of Newport Beach, Owner i RECEIVED CITY CLERK SE', !4,W \ �. *WW NO* ✓� caltt. /4.��� City Clerk rttcoRDED IN OFFICIAL RECORDS OF ORANGE COUNTY CALIFORNIA 0720 PM SEP 2'87 ;� J � � � 1 1"} . hi °: . '• 1: 1 i I i CIT #OF NEWPORT AVACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 August 31, 1987 County Recorder's Office P.O. Box 238 Santa Ana, California 92702 (714) 644 -3005 Enclosed is the following document for recordation and return to the above -named office: Corona del Mar Water Main Replacement (C- 2631). Sincerely, Z/Z�� 4�5'4& Wanda E. Raggio City Clerk 3300 Newport Boulevard, Newport Beach • ! August 24, 1987 BY THE CITY COUNCIL CITY COUNCIL AGENDA CITY OF NEWPORT BEACH ITEM NO. F -16 AUG 2 41987 TO: CITY COUNCIL APPROVED FROM: Public Works Department SUBJECT: ACCEPTANCE OF THE CORONA DEL MAR WATER MAIN REPLACEMENT (C -2631) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been recorded in accordance with applicable sections of the Civil Code. DISCUSSION: The contract for the construction of the subject project has been completed to the satisfaction of the Public Works Department. The bid price was $242,910.00 Amount of unit price items constructed 248,266.00 Amount of change orders 988.57 Total contract cost $249,264.57 Funds were budgeted in the Water Fund, Account No. 50- 9286 -001. The increase in the amount of unit price items constructed was due primarily to an extension of the eight -inch main replacement and additional water services. One change order was issued which provided for removal of aban- doned gas mains, bypass construction required because of a broken existing valve and a revision to a connection to accommodate "as- found" conditions. The contractor is George Dakovich & Son of Redondo Beach. The contract date of completion was extra work and the increased unit price work, June 26, 1987. Benjamin B. Nolan Public Works Director GPD:jd June 15, 1987. Because of the completion was delayed until City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED GEORGE DAKOVICH & SON, INC. 422 Camino Del Redondo Beach, CA 90277 0ERTIFICATE OF INSURANCE 0 Page 12 INSURANCE COMPANIES AFFORDING COVERAGES Company A FIREMAN'S FUND INS. CO. Letter Company B Letter Company C Letter Company D Letter Company E Letter 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). ITE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. .NCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the- Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by lr5gistered mail, attention: Public Works Department. Agency: FRANK B. HALL & CO. /INS. CENTER OF FRESNO ,AuErrorizea. i(epreser Live ite: 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: CORONA DEL MAR WATER MAIN REPLACEMENT C -2631 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 T1011Atinc nnn MPANY TYPES OF INSURANCE Policy Exp. TTER COVERAGE REQUIRED No. Date GENERAL AGGREGATE $3,000, GENERAL LIABILITY x Comprehensive Form D(802134E PRODUCTS /COMP 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, (� 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 ❑x Hired Property Damage Bodily Injury and [] Non -owned Property Damage Combined 2,000, $ EXCESS LIABILITY ❑ Umbrella Form Bodily Injury ❑ Other than Umbrella Form and Property Damage Combined $ $ WORKERS' COMPENSATION Statutory rZZZZZZZZZZZZA ac and EMPLOYER'S LIABILITY Accident) ITE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. .NCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the- Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by lr5gistered mail, attention: Public Works Department. Agency: FRANK B. HALL & CO. /INS. CENTER OF FRESNO ,AuErrorizea. i(epreser Live ite: 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: CORONA DEL MAR WATER MAIN REPLACEMENT C -2631 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 is agreed that: 2 K 4 3 • � Page 14 CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT 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 withlits 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 �olicy. The policy includes the following provision: I! "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 insurjance) includes liability assumed by the named insured under the indemnification or ool;J harmless provision con- tained in the written contract, designated below, between the named 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�jX in the appropriate box. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability (X) Single Limit each occurrence each occurrence Bodily Injury Liability $ 2,000,000 _each occurrence and Property Damage Liability Combined The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount pai as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall hot 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. 1; 6. Should the policy be cancelled or coverage reduced before th� expiration date thereof, the Insurance Company shall provide 30 days' advance notice Ito the City of Newport Beach by registered mail, Attention: Public Works Departmen 7. Designated Contract: WATER MAIN ct n tie ana con 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 rms a part of i L_ s� epresen No. It 1. 2 i _.. Page 13 • CITY OF NEWPORT BEACH r ,I AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT is agreed that: II With respect to such insurance as is afforded by the policy fbr Bodily Injury and Property Damage Liability, the City of Newport Beach, its offiicers 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 bi 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. Tile 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 madq 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 lei,ter X in the appropriate box. I. 4 5 ( ) Multiple Limits Bodily Injury Liability $ each occurrence Property Damage Liability $ each occurrence (x) Single Limit Bodily Injury Liability $ 2.,000,Q00 each occurrence and i Property Damage Liability Combined 1 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' 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! 1; Designated ContractCORONA DEL MAR WATER MAIN REPLACEMENT C -2631 Project Title and Contract Nq. . This endorsement is effective 6/1/87 at 12:01 A.M. and Policy No. MXX 80213487" Named Insured GEORGE DAKOVICH & SON, INC. Name of Insurance CompanyFIR[MANIS LUND INS. CO. a part of 9 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 �z« 71,6 E. TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: March 10, 1987 SUBJECT: Contract No. C -2631 Description of Contract Corona Del liar Water Main Replacement Effective date of Contract March 10, 1987 Authorized by Minute Action, approved on February 9, 1987 Contract with George Dakovich & Son, Inc. Address 422 Camino Del Campo Redondo Beach CA 90277 Amount of Contract $242,910.00 fi( / � S ' Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach NOTICE INVITING BIDS Sealed bids may be received at the office of the Purchasing Agent, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658 -8915 until 11:00 a.m. on the 12th day of February , 1987, at which time such bids shat be opened and read for CORONA DEL MAR WATER MAIN REPLACEMENT Title of Project 2631 Contract No. $250,000 Engineer's Estimate \�f O For further information, call Stephen Luy at 644 -3311. Project Manager 06 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT oanoncni CORONA DEL MAR WATER MAIN REPLACEMENT CONTRACT NO. 2631 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, CA 92658 -8915 Gentlemen: PR 1.1 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. 2631 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Mobilization and traffic control @ Eight Thousand Dollars and No Cents Per LumD Sum 2. Lump Sum Abandon existing water mains and valves @ Five Thousand No ump 3. 9 Remove existing fire hydrant assembly Each Dollars and Cents S 8.000.00 S 5,000.00 @ Five Hundred Dollars and No Cents $ 500.00 $ 4,500.00 Each 4. 10 Install new fire hydrant assembly Each including trench resurfacing @ Thirty Five Hundred Dollars and No Cents $ 3,500.00 $ 35,000.00 7. 6 Install 6 -inch butterfly valve Each A Fniir u­,a.,,,a No 8. 13 Install 8 -inch butterfly valve E ach No Dollars and Cents $ ann-no $ 2,400.00 Dollars and Cents $_600,00 $ 7,800.00 9. 37 s , . PR 1.2 service including trench resurfacing @ Three ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL N0. AND UNIT UNIT PRICE WRITTEN IN WORDS No N PRICE PRICE Cents $ 300.00 $ 11,100.00 Each 5. 400 Install 6 -inch water main with trench with 1# -inch Each service Lineal Feet resurfacing @ Six Hundred Dollars @ Fifty Dollars and No and Cents $ 600.00 $ 6D0.00 . No Cents $ 50.00 $ 20,000.00 Per Lineal Foot 6. 2,665 Install 8 -inch water main with trench Lineal Feet resurfacing @ Fifty Four Dollars and No Cents $ 54.00 $ 143,910.00 Per Lineal Foot 7. 6 Install 6 -inch butterfly valve Each A Fniir u­,a.,,,a No 8. 13 Install 8 -inch butterfly valve E ach No Dollars and Cents $ ann-no $ 2,400.00 Dollars and Cents $_600,00 $ 7,800.00 9. 37 Replace existing service with 1 -inch Each service including trench resurfacing @ Three Hundred Dollars and No N Cents $ 300.00 $ 11,100.00 Each 10. 1 Replace existing service with 1# -inch Each service including trench resurfacing @ Six Hundred Dollars and No Cents $ 600.00 $ 6D0.00 . PR 1.3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 11. 1 Replace existing service with 2 -inch Each service including trench resurfacing @ Eight Hundred Dollars and No Cents $ 800.00 $ 800.00 12. 1 Install 4 -inch butterfly valve Each @ Three Hundred Dollars and No Cents $ 300.00 $ 300.00 Each 13. 1 Cap existing 8 -inch CIP at the valve in Each Pacific Coast Highway @ Five Hundred Dollars and No Cents $ 500.00 $ 500.00 Each 14. Lump Sum Install 2 -inch service in Pacific Coast Highway @ Two Thousand Dollars and No Cents $ 2,000.00 Per Lump Sum 15. Lump Sum Temporary bypass water system @ One Thousand Dollars and No Cents $ 1,000.00 Per Lump Sum TOTAL PRICE WRITTEN IN WORDS: Two Hundred Forty Two Thousand Nine Hundred Ten Dollars and No Cents $ 242,910.00 194375 A Contractor's Lic. No. & Classification (213) 325 -2417 Bidder's Telephone Number Feb. 12, 1987 nata GEORGE DAKOVICH & SON INC. Bidder S /Vladimir Popovich, Vice President Authorized Signature /Title ,, 422 Camino Del Campo, Redondo Beach, CA 90277 Bidder's Address INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON - COLLUSION AFFIDAVIT 5. 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 Feb. 12, 1987 GEORGE DAKOVICH & SON, INC. Bidder S /Vladimir Popovich, Vice President Authorized Signature /Title 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 Vladimir Popovi.ch, Vice President Authorized Signature Title . FOR ORIGINAL SEE CITY CLERK'S FILE COPY BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, GEORGE DAKOVICH & SON, INC. and THE OHIO CASULATY INSURANCE COMPANY Page 4 as bidder, , as Surety, are held and firmly bound unto the City of Newport Beach, Calfornia, in the sum of Ten Percent Dollars ($ 10% ) lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of CORONA DEL MAR WATER MAIN REPLACEMENT C -2631 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 12th day of February , 19 87 . (Attach acknowledgement of Attorney -in -Fact) S /Donna M. Smith Notary Public Commission Expires: Jan. 27, 1989 GEORGE DAKOVICH & SON, INC. Bidder S /Vladi.mir Popovich, Vice President Authorized Signature /Title THE OHIO CASUALTY INSURANCE COMPANY By S /Steven P. Edwards Title Attorney - in -Fact 9 9 NON- COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. GEORGE DAKOVICH & SON, INC. Bidder S /Vladimir Popovich, Vice President Authorized Signature /Title Subscribed and sworn to before me this 11th day of February , 1987 . My commission expires: Feb. 4, 1990 S /Elizabeth C. Rose Notary Public Page 5 ` • • 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 Wham Performed (Detail) Person to Contact Telephone No. PREVIOUS CITY OF NEWPORT BEACH CONTRACTS GEORGE DAKOVICH & SON, INC. Bidder S /Vladimir Popovich, Vice President Authorized Signature /Title ' • • Page 7 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 Resister Circular 570. INSURANCE COMPANIES shall be (1) licensed to conduct business in California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Key Ratin Guide: Pro ert - Casualty. Coverages shall be provided for all TYPES OF NSURANCE checked on the CERTIFICATE OF INSURANCE. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction (latest edition adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. BOND No. 2 -594 -746 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 a Resolution authorizing the City Manager to award to GEORGE DAKOVICH & SON. INC. hereinafter designated as the "Principal ", a contract for CORONA DEL MAR WATER MAIN REPLACEMENT (C -2631 Page 8 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of dny kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We GEORGE DAKOVICH & SON, INC. as Principal, and THE OHIO CASUALTY INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of TWO HUNDRED FORTY TWO THOUSAND NINE HUNDRED TEN AND NO /10o Dollars ($ 242.910.00 )+ 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 ' • ! 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 25th day of FEBRUARY , 19 87 Authorized Signature and Title THE OHIO CASUALTY INSURANCE COMPANY (Seal) Name of Surety P.O. BOX 5253 , FRESNO, %CA 93755 Addre s of Surety Signature and Title of Authorized Agent STEVEN P. EDWARDS, ATTORNEY IN FACT P.O. BOX 7911, FRESNO, CA 93747 ddress of Agent 252 -2812 Telephone No. of Agent F Z w F- ul <w Q C7 ¢ Lu 6 J Lu 00 Z U U Q STATE OF CALIFORNIA COUNTY OF FRESNO On this 25th day of FEBRUARY DONNA M. SMITH , Notary Public, personally appeared STEVEN P. EDWARDS in the year 1987 before me , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person (s) who executed this instrument as ATTORNEY IN FACT on behalf of the corporation herein named and acknowledged to me that the corporation executed it; that he (she) knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of the said corporation, and that he (she) signed his Iher), name to the said, instrument by like order. i. N P 'd' FRFSNO otary ublic, resi ing at BD 1404 11 M (Commission expires I CERTAD COPY OF POWER OF ATTIONEY THE OHIO CASUALTY INSURANCE COMPANY NOMZ OMCK. HAMILTON, OHIO 21 - - "'7 Kwtp AU Mtge hg 01pot lirtern1w That THE OHIO CASUALTY INSURANCE COMPANY, in pursuance of authority granted by Article VL Section 7 of the By -Laws of rid Company, does hereby nominate, constitute and appoint, Staveni.Edwards:--------- - - - - -- - - - OfYreeno,Ceiiioruie - - - - - its true and Lawful agent and attorney -in -fact, to make, execute, seal and deliver for and ov its behalf as surety, and as its act and deed any and all BONDS. UNDERTAKINGS, and RECOONIZ4NCFS, not exceeding in any single instance S19)FLYO - - -- C - -- - - - - - - - - - - - (s 9k) 000 JO —— )Dollars, axe a rag, owever, any bond( ar undartakivg (s) gw.ante ei ng the payment of notes arfd ingress thereon And the execution of suck bonds or undertakings in pursuance of these presents, shell be as binding upon mid company, .. fully and amply to all intents and purposes. as if they had been duly executed and acknowledged by the regularly elected office. of the Compaay at its office in Hamilton. Ohio, in their own proper persons. The authority granted hereunder supersedes any previous authority heretofore granted the above named attorney(*) -in-fact. „tr In WITNF-55 WHEREOF, the undersigned, officer of the said The Ohio Casualty Insurance Company has hereunto subscribed his name and affixed the Corporate Seal of the 'C mid The Ohio Casualty Insurance Company this day of 19 3EAL cfslit hay ESS. r•�, (Signed) . ......................... i. i. Kli. �i/....... iwi,. llla) 1.T.a11A....................... STATE OF OHIO, 1 Ss A80t. Secretary COUNTY OF BUTLER J On this 24t1t day of ,,ia,, A. D. 19 35 before the subscriber, a Notary Public of the State of Obi., in and for the County of Butler, duly commissioned and qualified, came Thoma y� diid�br knd d8a� ytl S�t�C� of THE OHIO CASUALTY INSURANCE COMPANY, to me persona ly knowp to t a trklin ua ,reed o e r i�edin, and who executed the preceding instrument. and he acknow- ledged the execution of the acme, and being by me duly .worn depoaeth and saith. that he is the olficer of the Company afore.. id, and that the seal affixed to the preceding instrument is the Corporate Scat o.' .aid Company, and the aid Corporate Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the mid Corporation. seaaain .e IN TESTIMONY WHEREOF, I have hereunto act my hand and affixed my Official epW!t -!(iy Seal at the City of F{amilto¢. State of Ohio, the day and year Ent above written. (Signed) .................... )ao rA' lf.. B ].1Ce .............. Notary Public in and for County of Butler. State of Ohio v4go /umisMt°a* My Commission expire. ....... .......... .......... .....�.. -. .. This power of attorney is granted under and by authority of Article VI, Section 7 of the By -Laws of the Company, adopted by it. directors on April 2, 1951, extracts from which road: "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 attorney. - infect for the purpose of signing the name of the Company a urety to, and to execute, attach the corporate al. acknowledge and deliver any end all bond., recognizanc<s, slip ulation. •und -aak�n gs or other instrument. of suretyship and policies of insurance to be given in favor of any individual. Atm. corporAtmn. or the otf%c;al rcpri,,,or ti.e the roof, or to any county or state, or any official board or boards of county or state, or tii- United State. of America, or to any other po'.itical sub- division." This instrument is signed and .ea led by fa .im :Ic as eu,l.orired b the R,.orat..n edopktd by the director. of the Company on May 27, 1970: -'RESOLVED that the signature of any officer nI the Company au,harired by Aru <le VI Section 7 of the by -laws to appoint attorneys in fact, the signature of the Secretary or any Auiatant 5- cr,ary ecriiiy,ng to the correctness of any copy of a power of attorney and the seal of the Company may be eA,t.cd by faa.imdc to any of attorney or copy thereof issued on behalf of the Company. Such signatures and .eat are hereby adopted by the Company e. original .isoeture. and seal, to be valid and binding upon the Company with the same force and -tfect a. thoogf, manually affixed." CERTIFICATE 1. the undersigned Assistant Secretary of The Ohm C..u.hy lon,rancc Company, do hereby certify that the foregoing power of attorney. Article VI Section 7 of the by -0aw. .! the Company and the sb.�, R,.o!u Non of it. Board of Director. to true and correct copies sea ate M full force and Rcc: on tb'. dare. IN WITNESS W'HFREOF. 1 have hereunto set my hand and th. ... 3 of ,he Company this 25th day of A.D.. 19 87 FEBRUARY SEAL'- s _taoM, •�•sa gin, ice r.ctory Ss J00C t2.gOJM • Page 10 -' BOND NO. 2- 4 -746 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by adopted motion .n authoriZing to award to GEORGE DAKOVICH & SON, INC. hereinafter designated as the "Principal ", a contract for CORONA DEL MAR WATER MAIN REPLACEMENT (C -2631) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, GEORGE DAKOVICH & SON, INC. as Principal, and THE OHIO CASUALTY INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of TWO HUNDRED FORTY TWO THOUSAND NINE HUNDRED TEN AND N01100 Dollars ($ 242,910.00 ), 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 i i Faithful Performance Bond (Continued) 0 Page 11 of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 25th day of FEBRUARY , 1987 GEORGE DAKOVICH & SON, INC. (Seal) ie of Contractor (Principal) e Authorized Signature and Title THE OHIO CASUALTY INSURANCE COMPANY (Seal) Name of Surety P.O. BOX 5253, FRESNO, CA 93755 Address of Surety Signatu�Title of Authorized Agent STEVEN P. EDWARDS, ATTORNEY IN FACT P.O. BOX 7911, FRESNO, CA 93747 Address of Agent 252 -2812 Telephone No. of Agent STATE OF CALIFORNIA COUNTY OF FRESNO On this 25th day of FEBRUARY in the year... 1987 before me W DONNA M. SMITH , Notary Public, personally appeared w i STEVEN P. EDWARDS Q K a , personally known to me O W (or proved to me on the basis of satisfactory evidence) to be the person Is) who executed this instrument as ATTORNEY IN FACT 3 O 0 on behalf of the corporation herein named and acknowledged to me that the corporation executed it; that he (she) knows the seal of the said Q Z corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Bo rd of Directors of the said Y corporation, and that he (she) signed his (her) name to the said instrument by like order. r Y )T Notary Public, residing at FRESNO 1 a li i 7" ;> (Commission expires I tlU 1404 11 Al • 0 —' CERTIFIED COPY OF POWER OF ATTORNEY THE OHIO CASUALTY INSURANCE COMPANY NOHi OIy10E. NAWLTOK ORIO S_ 2 1 _ - i WIWW AI AtU bN IZO" lirt!> rds. That THE OHIO CASUALTY INSURANCE COMPANY, in pursuance of authority grsiated by Arriel+ VL Section 7 of the By -Laws of said Company, does her-6y nominate, coeatitute and appoint. Stavea is Edward& - - - - - - - - - - - - - - - - - - oI FrLelno, Ca)ironI16 - - - - - its true and Lasvfsd agent .ad attorney, -in -(act, to nuke, execute, seal end deliver for and on its behalf as surely, and as it. act and dead any and all BONDS. UNDERTAKINGS, and RECOCNIZANCES, not exceeding in any single inatene. SI7�FLLJON - - C -- - --- - --- --- (b Utt000JO-- )Do1la,e sac u eg oweyer, any bood(<l or updertakioQ (a) rya notecinQ lb< payment of .etas ad�mt�4e<t tAi <reoo And the eoxutisra of such beads or aodereolioge in pursuance of these present.. .ball 6e as binding up.. said Company, .. fully sad amply, to .11 intents and purposes. .a if th+y had been duly executed and acknowledged by the regularly elected odic.. .4 the Company at its office in Hamilton. Ohio, in their own proper persons. The authority granted hereunder supersedest any previoua authority heretofore granted the above o.eaed •tto rn <y(s) -io- fact. gets In WITNESS WHEREOF, the undenigncd, officer of the said Th. Ohio Cea..tty cyt}Ll......ykl lasurance Company has hceu nto au6¢ri6cd his .areas and affixed 16a Corporate Steel of the ..id Tha Ohio Casualty In....... Company this day of 19 SEAL i_ ��. Lit stay 85. •�� (Signed) a•Tiiii ........................ . ....................... STATE OF OHIO, SS Aset. Secretnry I COUNTY OF BUTLER On this 24 Lit day of A. D. 1965 before the subscriber, • Notary Public of the State of Ohio. in and for the County of Butler. duly commisaioncd and qualified. care. T110=a t dllcitr" A •c yn e r of THE OHIO CASUALTY INSURANCE COMPANY, to me pe,wn-Ily known to be tF• iddinduaC ind o icer�e �ri� d^in, end who executed the preceding instrument, and be acknow. ledged the execution of the wme. and being by me duly sworn drpo,eth end with, that he is the officer of the Company afnr.eid, and that the seal afhsed to the preceding instrument is the CorPo ae Seal of .aid Company, and the said Corporate Sul and his signature as offiear were duly affixed end su6.c,ibrd to the mid tr..trument by the authority and direction of the said Corporatbn. `ap,rnnus IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my Official dastW!! {f\sy Seal at the City of Hamilton. State of Ohio, the day and year first above written. .. (Signed) eY ................ Notary Public in and for County of Butler. State o o f OF-o 4 "O. e�A - My Commia.ion e.P.re . ....... v'oc ......... sass.. tar ...., a�S . This power of attorney is granted under and by authority of Article VI, Section 7 of the By -L.wa of the Company, adopted by it. direct.,. on April 2, 1954. estract. from -h,ch read: "ARTICLE VI" "Section 7. Appointsnaal of Attoreeyin -Fact, etc. The chairman of the board. the president. any vice - president, the secretary or any assistant secretary shall be and is here6y vested with full power and iswlh.,ity to appoint •rtorncy. -in -fact for the purpose of signing the name of the Company as r<ty in. and to u., attark the corpo.,e seat. ecko. —ledge and deliver any and .11 bonds. reeognitances. stipulation.. und.:tskings or otber instruments of suretyship and polieie. of insurance to be given in favor of any individual, Arm. orpora t: mr. or the o.•hcial .pruentattve thereof, to .ny county d;.rate, or any official board or boards of county or .rate, or ti.- United States of America, or to any other political sub- vi.ien." This instrument is signed and s.led by fsc,im:lc as .whonud 6. the R<solvt—n adopted by the director. of the Company on May 27, 1970: "RESOLVED that the signature of any officer of the Compsny tuthorited 6. Araicle VI Section 7 of the 6y -lows to appoint stiorney. in (act. the signature of the Secretary or any Assistant 5•cr -rtarY &ridging to the correctness of an, copy of power of attorney .nd the seal of the Company may be .Rxed by f.ramJe to .ny power of attorney or copy thereof issued on behalf of the Company. Such signs, ores and .I are hcrrby adopted by the Company original .igrusturs. and •.e.l. to be v.lid and binding upon the Company wnh the ..me forcr and effect .. though m.nu.11y sJh.eJ." CERTIFICATE I. the undersigned Assistant Seeretery of The Oh,o C.... by In..... n<r Compsn, do hrr•6y certify that the foregoing power of attorney. Article VI Section 7 of the by.I.ws .! th. Company and the .6.,e Remlunon of it. Board of Director. are true and correct copies and are in full force and &fire! on th., dare. IN WITNE55 WHEREOF. 1 have hereunto set my h.nd end th- ­1 f the Company this 25th day of A.D., 19 87 FEBRUARY a � a (= SEAL'2+ a`ieiii: \arw / "iec .c+ory s. yooc tneoaws t kit f 0 CERTIFICATE OF INSURANCE IES AFFORDING COVE Page 12 City of Newport Beach Company 3300 Newport Boulevard Letter A FIREMAN'S FUND INS. Newport Beach, CA 92663 Company B NAME AND ADDRESS OF INSURED Letter Company C GEORGE DAKOVICH & SON, INC. Letter 433 Camino Del Campo Company D letter Redondo Beach, CA 90277 Company E Letter his is to certify that policies of insurance listed below have been issued to the insured named bove and are in force at this time, including attached endorsement(s). OTE: 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 all provide 30 days' advance notice to the City of Newport Beach by stered mail, attention: Public Works Department. 1 Agency INSURANCE CENTER OF FRESNO rAULnonzeo Kepresgn ive ate: F.F3R1JAR) 75 19R Telephone: 292 -2812 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: e ano contract Numoer 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 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 TH US NDS 000 OMPANY TYPES OF INSURANCE Policy Exp. g. ro uc ETTER COVERAGE REQUIRED No. Date Each Completed Occurrence Operations A GENERAL LIABILITY x Comprehensive Form x Premises - Operations x Explosion & Collapse Hazard MXC 6341758 6 -1 -87 Bodily Injury Property Damage $ $ $ $ X Underground Hazard x Products /Completed Operations Bodily Injury Hazard and Property F-1 Contractual Insurance x Broad Form Property Damage x Independent Contractors NEW OCaRRENCE FM Damage Combined $ 1,000 $ 2,000 x Personal Injury Marine Aviation Personal Injury $ 1,000 AUTOMOTIVE LIABILITY ❑x Comprehensive Form Bodily Injury (Each Person $ ❑x Owned MXC 6341758 $ Bodily Injury Each Occurrence x Hired ❑ Pro2ert amage bodily njury an Property Damage Non -owned Combined $ 1,000 EXCESS LIABILITY ❑ Umbrella Form Bodily Injury ❑ Other than Umbrella Form and Property Damage Combined $ $ WORKERS' COMPENSATION Statutor and ac EMPLOYER'S LIABILITY Accident) OTE: 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 all provide 30 days' advance notice to the City of Newport Beach by stered mail, attention: Public Works Department. 1 Agency INSURANCE CENTER OF FRESNO rAULnonzeo Kepresgn ive ate: F.F3R1JAR) 75 19R Telephone: 292 -2812 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: e ano contract Numoer 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 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 is agreed that: 0 CITY OF NEWPORT BEACH 0 AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT Page 13 With respect to such insurance as is afforded by the policy for Bodily Injury and Property Damage Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded the additional named insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this endorsement shall be the limits indicated below for either Multi- ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability (X ) Single Limit Bodily Injury Liability and Property Damage liability Combined $ each occurrence $ each occurrence $ 1,000.000 each occurrence The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company for all damages as the result of any one accident or occurrence in excess of the limits of Liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: CORONA DEL MAR WATER MAIN REPLACEMENT (C -2631) Pro ect Title and Contract No.). This endorsement is effective 2 -25 -87 at 12:01 A.M. and forms a part of Policy No. VaC 6341758 . Named Insured GEORGE DAKOVICH 6 SON. INC. Name of Insurance Company FIREMAN'S FUND INSURANCE End Bement �rBy— Authorized Representative Page 14 CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability arising out of operations performed by or on behalf of the named insured in connection with the contract designated below or acts and omissions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or nold harmless provision con- tained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU "hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured named in paragraph I of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability $ each occurrence Property Damage Liability $ each occurrence (X) Single Limit Bodily Injury Liability $ 1,000,000 each occurrence and 2,000,000 general aggregate Property Damage Liability Combined The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department 7. Designated Contract: CORONA DEL MAR WATER MAIN REPLACEMENT (C- Pro.iect Title an Contract No. This endorsement is effective 2 -25 -87 at 12:01 A.M. and forms a part of Policy No. MXC 6341758 Named Insured CMRCT. DAKOVTM r CrV TNr Endorse mq t No. Name of Insurance Company FTRFMANtc F.mm TNCIMANCE By Authorize Represen ve Page 15 CONTRACT THIS AGREEMENT, entered into this to ' day of lUavr,. 19 ?7 , by and between the CITY OF NEWPORT BEACH, hereinafter "City," and GQ,, Doke vac l a. T" I'Hc. hereinafter "Contractor," is ma— ed with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: CORONA DEL MAR WATER MAIN REPLACMENT (C -2631) 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: CORONA DEL MAR WATER MAIN REPLACEMENT (C -2631) 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 Two Hundred Fortv Two Thousand Nine Hundred Ten Dollars and No Cents ($242,910.00 ). 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) • • Page 16 (f) Plans and Special Provisions for CORONA DEL MAR WATER MAIN REPLACEMENT Title of Protect (g) This Contract. Contract No. 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: �/V .Purchasing Agent APPROVED AS TO FORM: C -Y � (� City Attorney CITY OF NEWPORT BEACH By LVU City Manager GEORGE DAKOVICH & SON, INC. Nam f Contracto Principal) A, /41oag'� A rized S gn ure and Title orized Signature and Title CITY CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS W. • SPIof5 CORONA DEL MAR WATER MAIN REPLACEMENT CONTRACT NO. 2631 I.'Ill11=11MLI'K4 The work to be done under this contract consists of removing and replacing existing water main; adjusting existing City -owned utility frames and covers to finished grade; and other incidental items of work. All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions, (2) the Plans (Drawing No W- 5196 -5, (3) the City's Standard Special Provisions and Standard Drawin s for Public Works Construction, 985 Ea ition, an the Standard Speci icat76ns for Public Works Construction, 1985 Edition, including 1986 supplements. Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. A copy of the Standard Special Provisions and Standard Drawings may be purchased at the Engineer's office for $5. Copies of the Standard Specifications may be purchased at Building News, Inc., 3055 Overland Avenue, Los Angeles, CA 90034. II. AWARD AND EXECUTION OF THE CONTRACT The bidder's attention is directed to the provisions of Section 2 -1 of the Standard Special Provisions for requirements and conditions concerning award and execution of the contract. III. TIME OF COMPLETION AND WORK SCHEDULE A. All work under this contract shall be completed by June 15, 1987. B. The Contractor's schedule shall consider the phasing of water main construction, testing, disinfection, and connection to the exisitng system. The Contractor shall use the following guidelines in establishing this schedule: 1. No connections to existing water mains will be permitted until the new main has satisfactorily passed the hydrostatic test and has been disinfected. 2. Hydrostatic pressure testing will be permitted against new valves. The test pressure shall be 175 PSI. Any temporary bulkheads for thrust resistance will be the responsibility of the contractor. • SP2of5 3. Cutting -in of new water mains shall be done at times resulting in the least disruption to water service. Shutdowns to residences of up to four hours during the day will be permitted and will not require bypass. Operations requiring a longer shutdown period and shutdowns to businesses will require a temporary bypass. The Contractor shall notify the City's Utilities Superintendent, Mr. Gil Gomez, (714) 644 -3011, at least 48 hours in advance of the need to shut down or connect to any existing water mains. No shutdown will be allowed on Fridays, Saturdays, Sundays, holidays, or after 12:00 noon. The Contractor shall not operate existing water valves except in cases of extreme emergency. It will be the Contractor's responsibility to ensure the availability of all materials prior to the start of work. Unavailabilty of materials will not be sufficient reason to grant the Contractor an extension of time. The intent of this section of the Special Provisions is to emphasize to the Contracor the importance of prosecuting the construction in an orderly, preplanned, continuous fashion, so as to minimize the incon- venience to residents and businesses. IV. PAYMENT The unit or lump sum price bid for each item of work shown on the Proposal shall be considered as full compensation for all labor, equipment, materials, and all other things necessary to complete the work in place, and no addi- tional allowance will be made therefor. Payment for incidental items of work not separately provided for in the pro- posal shall be included in the unit price bid for each item of work. Partial payments for Bid Item No. 1 shall be made in accordance with Section 10264 of the California Public Contract Code. V. NOTICE TO RESIDENTS AND "NO PARKING" SIGNS A. Notice to Residents Forty -eight (48) hours before restricting vehicular access to garages or parking spaces, the Contractor shall distribute to each affected address a written notice stating when construction operations will start and approximately when vehicular accessibility will be restored. Twenty -four (24) hours before shutting off water service, the Contractor shall • SP3of5 distribute to each affected address, as determined by the Engineer, a separate written notice stating the date and time the water will be shut off and approximate time the water will be turned back on. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates at the time he distributes the notice. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor renotification using an explanatory letter furnished by the Engineer. "NO PARKING" Signs The Contractor shall furnish, install, and maintain in place "NO PARKING" signs (even if streets have posted "NO PARKING" signs) which he shall post at least 40 hours in advance of the need for enforcement. In addi- tion, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division, at (714) 644 -3742, for verification of posting at least 40 hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimen- sions of 12 inches wide and 18 inches high; and (3) be similar in design and color to sign number R -38 on the Cal Trans Uniform Sign Chart. The Contractor shall print the hours, day and date of closure in 2- inch -high letters and numbers. A sample of the completed sign shall be approved by the Engineer prior to posting. Street Sweeping Signs The Contractor shall bag or cover street sweeping signs on those streets adjacent to the construction site in a manner approved by the Engineer, after posting "NO PARKING" signs. All street sweeping signs shall be uncovered immediately after completion of work and upon removal of the "NO PARKING" signs. Access Vehicular and pedestrian access shall be maintained at all times to resi- dences adjacent to the project area; however, where conditions preclude such access for reasonable periods of time (as determined by the Engineer), access shall be restored at the end of each work day. The City can provide, free of charge, a limited quantity of 1 "- thick, 5' x 10' steel plates. These plates may be obtained from and shall be returned to the City's Corporation Yard at 592 Superior Avenue. To determine the number of plates available and to reserve the plates, the contractor must call Mr. Gil Gomez, Utilities Superintendent, at (714) 644 -3011. The Contractor shall reimburse the City for all plates damaged or borrowed and not returned. VI. CONSTRUCTION SURVEY STAKING Field staking for control of construction will be provided by the Engineer. VII. WATER 11 0 SP4of 5 If the Contractor desires to use City's water, he shall arrange for a meter and tender a $500 meter deposit with the City. Upon return of the meter in good condition to City, the deposit will be returned to the Contractor, less a quantity charge for water usage. VIII. WATER SERVICE Water service shall be maintained at all times to residences and businesses except as permitted in Section III. The Contractor's methods of providing such continuous service shall be approved by the Engineer prior to construc- tion. IX. TEMPORARY BYPASS WATER SYSTEM The Contractor may obtain, at no cost, a temporary bypass water system for use on this project. The Contractor shall make arrangements to obtain the bypass from Mr. Gil Gomez, Utilities Superintendent, at (714) 644 -3011. The Contractor shall be responsible for transport to and from the jobsite and for application at the jobsite. The Contractor shall reimburse the City for all materials damaged or borrowed and not returned. X. CONSTRUCTION DETAILS A. Materials The Contractor shall use asbestos cement pipe materials at all locations. 1. Pipe and Fittings Water pipe and fittings shall conform to Section 207 -7 of the Standard Specifications. 2. A.C.P. Installation A.C.P. laying shall be performed in accordance with the recommen- dations of the manufacturer as described in the most recent publica- tion of "Installation Guide, Transite Ring -Tite Pressure Pipe" published by Johns - Manville Corporation. Care shall be used to pre- vent damage in handling, moving, and placing the pipe. It shall not be dropped, dragged, nor handled in such a manner as to cause scratches, bruises, cracks, or chips. Power driven saws with abrasive discs shall not be used for dry cutting or beveling asbestos cement pipe. Asbestos cement chips and cuttings from the field operations shall be disposed of in a manner that will not contribute airborne asbestos dust to the atmosphere. Loose material shall never be dry swept. Water or other dust suppressants shall be applied in those circumstances where sweeping is unavoidable. • • SP5of5 B. Water Meter Boxes The Contractor shall salvage and reset existing concrete meter boxes. The City shall furnish to the Contractor, at no cost, meter boxes to replace those boxes which are identified on the plans to be substan- dard or broken prior to construction. Meter boxes provided by the City shall be picked up by the Contractor at the City's Utilities Yard at 949 West 16th Street. Boxes broken during the course of construction shall be replaced by the Contractor at his sole expense. C. Water Main Abandonment Water main abandonment shall include the following: 1. Removal and disposal of existing water valve frames and covers, backfilling void with sand, and placing surfacing over the removal area per Std.- 105 -L. 2. Abandoned pipe openings shall be plugged with 4 inches minimum Class E mortar. 3. All water valves to be abandoned shall be left with the valve set in the open position, unless otherwise indicated. D. Temporary Resurfacing Paragraph 4, Section 306 - 1.5.1, "Temporary Resurfacing" of the Standard Specifications shall be deleted and the following added: The cost of furnishing, placing, maintaining, removing and disposing of temporary resurfacing shall be included in the unit costs to install the water main and laterals with trench resurfacing. Temporary resurfacing shall be 2" in thickness, and is required over all excavated pavement areas. 0 :EPARTMENT OF TRANSPORTATION,CALTRANSI ENCROACHMENT PERMIT In compliance with your application of July 25 no 0 received on July 30 19 86 Environmental document information has been reviewed and considered prior to approval of this permit ❑ No E1 Yes In addition to any set fees the permittee will be billed for any field work by Caltrans forces and Review: ❑c No ❑ Yes Inspection )0 No❑ Yes No project work shall be commenced until all other necessary permits and environmental clearances have been obtained. City of Newport Beach 3300 Newport Blvd. Newport Beach, CA 92663 -3884 PERMIT N0. 7R6—NW_-1 914 DIST CO RTE. P.M. 07 -ORA- 001 - 15.90/16.18 FEE PAID sexe t DEPOSIT s a M AMOUNT @ONO COMPANY BOND NUMBER DSeptember 25, 1986 PERMITTEE: subject to the General Provisions and the following, PERMISSION IS HEREBY GRANTED to: encroach within State highway right of way for the purpose of: 1. Abandoning existing water valves and 8-inch CIP water line, 2. Removing existing fire hydrant assembly, and 3. Installing new 2" service to existing meter box; all at Pacific _Coast Highway between Begonia Avenue to Goldenrod Avenue (07 -ORA- 001 - 15.901/ 16.191) in accordance with State Specifications, the attached Spe- (Continued on Page 2) Permittee shall notify permit inspector by calling Tarry Kellerman (714) 639 -6851 netween 0700 and 0900 a minimum of three working days prior to the initial start of work and one working day prior to closing traffic lanes. Permittee shall arrange a pre- construction meeting with their contractors and the permit inspector to insure a complete understanding of the work and the permit requirements. "BY ACCEPTANCE OF THIS PERMIT, THE PERMITTEE UNDERSTANDS AND AGREES TO REIMBURSE THE STATE FOR ANY AND ALL COSTS INCURRED FOR HAVING CORRECTIVE WORK PERFORMED BY STATE FORCES OR UNDER CONTRACT IN THE EVENT THAT THE PERMITTEE, HIS CONTRACTOR OR SUBCONTRACTOR FAILS TO INSTALL, REPLACE, REPAIR, RESTORE OR REMOVE FACILITIES TO STATE SPECIFICATIONS FOR THE IMMEDIATE SAFE OPERATION OF THE HIGHWAY AND SATISFACTORY COMPLETION OF ALL PERMIT WORK. IT IS UNDERSTOOD THAT THE ABOVE CHARGES ARE IN ADDITION TO ANY PERMIT FEES AND THAT THE PERMITTEE WILL BE BILLED FOR SAID CHARGES AFTER SATISFACTORY COMPLETION OF ALL PERMIT WORK." Permittee, his agents or contractors are bound by and shall comply with all provisions of this permit and the instructions of the State representative while performing any work authorized by this permit. The following attachments are also included as part of this permit. a) Utility Maintenance Provisions: 0 No dt Yes b) Special Provisions: o No dt Yes A, C, Q c) Cal -Osha permit required prior to beginning work: IS No ❑ Yes p This permit is void unless the work is completed before March 30 ty 87 This permit is to be strictly construed and no other work other than specifically mentioned is hereby authorized. WORK SHALL BE SUSPENDED IF PERMIT COPY IS NOT AT JOB SITE. ORANGE San Juan Capistrano Kellerman JP /dn 6 7-MA-74 ►[t 64 City of Newport Beach 786 -NMC -1914 Page 2 cial Provisions and Permit Plans dated September 22, 1986. 1. Care shall be exercised at all times to protect the existing State facilities. Any damage resulting from work on this permit shall be repaired iniediately by Permittee to the satisfaction of the State Permit Inspector at no cost to the State. 2. A minimum of two days prior to the start of any excavation authorized by this permit, Permittee shall notify UNDERGROUND SERVICE ALERT at 1- 800 - 422 -4133. 3. If the work authorized by this permit is to be performed by contractors for a Public Agency, the Permittee's contractor shall furnish the State with a signed application requesting a separate Caltrans permit authorizing the contractor to perform the work within the State Highway right of way for the Permittee. The Permittee's contractor will be required to reimburse the State for the cost in- curred for engineering inspection of the work within the State right of way and all other permit related field work performed by Caltrans Maintenance Forces. The Permittee's contractor is required to have the signed original permit with all Special Provisions and plans stamped CALTRANS PERMIT PLANS dated Spetember 22, 1986 at the job -site at all times while work is being conducted. 4. Permittee and Permittee's contractor shall have a pre -job conference with the State Permit Inspector prior to start of any work authorized by this permit. 5. Traffic signal system shutdowns shall be limited to normal hours as directed by the State Inspector. 6. Care shall be exercised by the Permittee's contractor to avoid damage to existing signal and lighting equipment shown on the attached As -Built Plan. If such equip- ment are damaged by reason of contractor's operations, they shall be replaced or restored at the contractor's expense. 7. Any traffic control shall be provided by the Permittee and maintained in accordance with State Standards subject to approval of the State Permit Inspector. 8. All work performed under this permit shall be subject to the authority and approval of the State Permit Inspector. 7 DEPARTMENT Of TRANSPORT AT TON (CALTRANS) GENERAL PROVISIONS TO ENCROACHMENT PERMIT DM -M -P -2028 (Rev. 2/82) 1. AUTHORITY, This permit is issued in accordance with Chapter 3 Division I, cause ncing with Section 660 of the Street and Mighweys Code. 2. SEVOCATIONo Except as otherwise provided for public corporations, franchise holders, and utilities, encroachment permits are revocable on five days notice, These General Provisions, Utility Maintenance Provi- sions, and this Encroachment Permit issued hereunder are revocable or subject to modification or abrogation at any time, without prejudice, however, to prior rights, including those evidenced by joint use agree- ments franchise rights or reserved right for operating purposes in a grant of highway easement. 3. PERMITS FOR RECORD ONLY1 If occupation of highway right of way is under joint use agreement or under prior easement, encroachment permits will be issued to the permittes for the purpose of providing Coltrane with notice and record of work, and for the terms and conditions relating to public safety. No now or different rights or obligations are intended to be created by the permit In such comes and all such prior rights shall b,e fully protected. Encroachment Permits issued in such cases shell hove designated across the face thereof "Notice and Record Purposes Only". (District Office of Right of Nay must give approval for this designation). 4. RESPONSIBLE PARTYz No party other than the named permitter or contractor of the permittes is authorized to work under this permit. S. ACCEPTANCE OF PROVISIONSz It is understood and agreed by the permitter that the doing of any work under this permit shall constitute an accept- ance of the provisions of this permit and all attachments. 6, 00 PRECEDENT ESTABLISNEOz This permit is issued with the understanding that any particular action is not to be considered as establishing any precedent (1) on the quo at ion of the a sped lone y of permitting any car t*in kind of encroachment to be erected within right of way of state highways or (2) as to any utility of the acceptability of any such permits as to any other or future situation. 7, OBTICE PRIOR T@ STARTING 09291 Before starting work under the Encroach- ment Permit, the permittee shell notify the District Director or other designated employee three working days prior to initial start of work. When work has been interrupted, on additional 24 -hour notification is required before restarting work. Unless otherwise specified, all work 1%lia rsaperforetoron weekdays and during normal working hours of the B, REEF PERMIT O■ THE BORKs The Encroachment Permit or ■ copy thereof shall be kept at the site of the work and must be shown to any represen- totive of Coltrane or any law enforcement officer on demand. WORK SMALL BE SUSPENDED IF PERMIT IS NOT AT JOB SITE AS PROVIDED. 9, CONFLICTING PERNITS1 If a prior encroachment conflicts with the pro- posed work, the new permittes must strange for any necessary removal or relocation with the prior permitted. Any such removal or relocation will be at no expense to the State. 10, PERMITS FROM @THEN AGENCIESi The party or portion to whom a permit Is issued shall, whenever the same is required by low, secure the written order or consent to any work under a permit from the Public Utilities Commission of the State of California. Cal -OSHA at any other public I 0 agency having Jurisdiction and any permit shall not be valid until such order or consent is obtained. 11. PROTECTION OF TRAFFICS Adequate provisions shall be made for the pro- tection of the traveling public. The warning signs, lights and other safet. devices and other measures required for the public safety, shall conform to the requirements of the Manual of Traffic Controls or any sign manual Issued or to be issued by Coltrane and /or the current Coltrane Standard Specifications. Traffic control for day or nighttime lane closures will be in conformance with Coltrane standard plans for Traffic Control System. Nothing in the permit is intended as to third parties, to impose on permittee any duty, or standard of care, greater than or different then, the duty or standard of care imposed by law. 12. NININON INTERFERENCE NITN TRAfFICs All work shall be planned end carried out so that there will be the least.possible inconvenience to the traveling public. Permitter in authorized to place properly attired flagmen to stop and warn conventional highway traffic for necesasary protection to public safety, but traffic shall not be unreasonably delayed. flagging procedures shall be in conformance with the instructions to daggers pamphlet and or Manual of Traffic Controls issued by Coltrane. 13. STORAGE OF NATERIALSs No construction maternal shall be stored, nor equipment parked, within ton (10) feat from the edge of pavement or traveler way. Utilities are subject to the provisions of Section 22512 of the Vehicle Coda. 16. CLEAN OF RIGNT OF NATs Upon completion of the work*, all brush, timber, scraps, material, etc. shall be entirely removed and the right of way shall be left in as presentable a condition as existed before work started. 15. STANDARDS OF CONSTNOCTIONs All work performed within the highway shall conform to recognized standards of construction and current Coltrane Standard Specifications and any special provisions relating thereto. 16. INSPECTION AND A►►ROTAL OT CALTRANSs All work shall be subject to inspection and approval by Coltrane. The permittee shall notify Coltrane when the work has been completed. 17. ACTUAL COST OF OILLINGs When the permitter is to be billed actual costs (se indicated on the face of the permit) such costa will include salaries, traveling expenses, incidental expenses and overhead. 18. FUTUNE NOTING OF iNSTALLATIOMs a) Installation Requested by Pormittds. If the Encroachment Permit was issued at request of the permittee, it is understood that whenever construction, reconstruction or maintenance work on the highway any require, the installation shall, upon request of the Department, be immediately moved by and at the sole expense of the permittee, except as otherwise provided by law, or by any applicable permit provisions. b) Utility Moves Ordered by_ Coltrane. If the installation made under a permit is being relocated in accordance with Coltrane "Notice to Relocate Utility facility", the permittee shall have the some and no greater rights as relocated 6s it enjoyed prior to moving at Coltrane order. c) Ut_i l I t y in Freeway. This section and the other sections of these General Provisions are sub J a c t to Article 25 of Chapter 3 of Division 1 of the 5 t r a ate and Highways Code and other applicable law and in the case of any inconsistency, the said Article 25 or other applicable law shall control the removal from or relocation of utili.ty facilities In freeways. d) future Movina of Installation. It is understood by the permittee that whenever construction, reconstruction or maintenance work an the highway may require, the installation provided for herein shall, upon request of Ca It rang, be moved by the Permitter, the cost of the move tc be borne by t h a party legally responsible therefor. 19. RESPONSIBILITY FOR DAMAGE: ins state or ualirornia ana mil officers ana employees thereof, including but not limited to the Director of Transpor- tation and the Deputy Director, shall not be answerable or accountable in any manner for injury to or death of any person, including but not limited to the permitter, persons employed by the permittee, persons acting in behalf of the permittee a for damage to property from any cause which might have been prevented by the permittee, these persons employed by the permittee, or persons acting in behalf of the permittee. The permitee shall be responsible for any liability imposed by law and for injuries to or death of any person including but not limited to the permittee, person employed by the permittee, persons acting in behalf of the permittee, or damage to property arising out of work permitted and done by the permittee under a permit or arising out of the failure on the permittee's part to perform his obligations under any permit in respect to maintenance at any other obligation-a or resulting from defects or obstructions or from any cause wnatsoever during the progress of the work, or at any subsequent tim, work is being performea under the obligations provides oy ana contemplatea oy the permit. ine permittee snail indemnify and save harmless the State of California a'n. all otticere and employees thereof, including but not limited to the _ Director of Transportation and the Deputy Director, from all claims suits or actions of every name, kind and descript.ion brought for or on account d injuries to or death of any person, including but not limited to. the permittee, persona employed by the permittee, persona acting in behalf of the permittee and the'public or damage to property resulting from the performance of work under the permit or arising out of the Failure on the permittee'a part to perform his obligations under any permit in reep.ect to maintenance or any other obligations or resulting from defects or obstruc_" tione or from any cause whatsoever during the progress of the work or at any subsequent time work is being performed under the obligations provided by and contemplated by the permit, except as otherwise provided by statute The duty of the permittee to indemnify and save harmless includes the duties to defend as set forth in Section 2778 of the Civil Code. The permittee waives any and all rights to any type of express or implied indemnity against the State, its officers or employees. It is the intent of the parties that the permittee will Indemnify and hold harmless the State; its off icera and employees from any and all claims, suits or actions as set forth above regardless of the existence or degree of fault or negligence, whether active or passive, primary or secondary, o, the part of the State, the permittee, persons employed by the permittee or peraone acting in behalf of the permittee 20. BONDING: This permit shall not be effective for any purpose unless and until the permittee files with the Grantor, a surety bond in the-form and -amount required by said Grantor. A bond is not ordinarily required of any public corporation or publicity or privately owned utility, but will be required of any utility that fails to meet any obligation arising out of the work permitted or done under an Encroachment Permit or fails to _ maintain its plant, work or facilities. 21. MAKING REPAIRS: In every case the permittee shall be responsible for restoring to its former condition as nearly as may be possible, any partial of the highway which has been excavated or otherwise disturbed by permittee except where Coltrane elects to make repairs to paving and except where p ravi Sian to the cant a r y is made in the written portion of any per a it. it permittee shall maintain the surface over facilities placed under any perm For a period of one (1) year after completion of work under the permit. it the highway is not restored as herein provided for, a if Ca It rang elects t make repairs, permittee agrees by acceptance of permit to hear the r.n - +t thereof. /0 0 221 CARE OF ORAINAGEt If the work contemplated In any Encroachment Permit shall interfere with the established drainage, ample provision shall be made by the psrsittes to provide for it as may be directed by Coltrane. 23+ 50 90IT PIANt for installation of all underground facilities and all surface work of consequence, the persittes shall furnish a plan showing location and constuctlon details with its application. Upon completion of the work a• -built plans of sufficient accuracy shall be submitted to the District to determine location of the facility. 241 NAINTE4ANCE1 The psrsittes agrees, by acceptance of a permit, to maintain properly any encroachment placed by it in the highway and in Inspecting for the preventing any Injury to any portion of the highway resulting from the encroachment. 251 COST BF UBRRt Unless otherwise stated on the permit or @operate written agreement, all coats incurred for work within the State right of way pursuant to this Encroachment Permit shall be barns by the psrsittes and psrsittes hereby waives all claims for indemnification or contribution from the State for such work. 26: FEDERAL CIVIL NIGHTS RE4011EXENTS FBI PUBLIC ACCONNOOATIM (A) The psrsittes for himself, his personal representatives, successors in interest, and assigns as part of the consideration hereof, does hereby covenant and agree that (1) no person on the ground of race, color or national origin shall be excluded from participation In, be denied the benefits of, or be otherwise subjected to discrimination in the use of said facilities. (2) that in connection with the construction of any improvements on said lands and the furnishing of services thereon, no discrimination shall be practiced in the selection of employees and contractors by contractors in the selection and retention of first -tier subcontractors, in the selection of second -tier subcontractors, (3) that such discrimination shall not be practiced against the public in their access to and use of the facilitios and services provided for public accommodations (such as voting, sleeping, rest, recreation and vehicle servicing) constructed or operated on, over; or under the specs of the right of way, and (4) that the psrmittes shall use the promises in compliance with all other requirements imposed pursuant to Ti-tle 15, Cods of Federal Regulations, Commerce and foreign Trade, subtitle A, Office of the Secretary of Commerce, Part 8 (15 C.f.R. Part 8), and as said Regulations may be amended. (8) That In the event of breach of any of the above nondiscrimination covenants, the State shell have the right to terminate the permit and to r• -enter and reposses said land and the facilities thereon, and hold the seas as if said permit had never been made or issued. 27, ARCNAEBLBOIXALt The psrsittes shall cease work in the vicinity of any archaeological resources that are revealed. The Permit Engineer shall be notified immediately. A qualified archaeologist retained by the psrmlttee will evaluate the situation and sake recommendations to the Permit Engineer concerning the continuation of the work. Department of Transpore ion(Caltrans) • UTILITY MAINTENANCE PROVISIONS TO ENCROACHMENT PERMIT DM -M -P -228 (Rev. 12/80) Any public utility or public corporation who lawfully maintains a utility encroachment may perform routine or emergency maintenance on such facility in accordance with the following provisions (unless updated at some future time, thence the future provisions shall govern): A. Exclusions: These provisions do not authorize tree trimming or routine maintenance work on freeways (expressways), for which a special permit is required. B. Encroachment Permit for Maintenance: The maintenance work must be in conformance with an encroachment permit (individual or annual blanket). The permit or a copy thereof shall be kept at the site of the work and must - be'shown to any representative of Caltrans or any law enforcement officer on demand. WORK SHALL BE SUSPENDED If PERMIT IS NOT AT 308 SITE AS PROVIDED. C. Notice Required: (1) Routine maintenance and inspection -- Before proceeding, the Permittee shall notify the Caltrans representative in whose territory the work is to be done. (2) Emergencies -- The representative shall be notified as soon ea possible. In addition, and except as otherwise provided herein', the Permittee shall immediately address a confirming letter to the District Permit Engineer. A permit shall be issued for the emergency work on a freeway or if'not'covered by'a" maintenance permit. D. Standard of Mork: All work performed within the highway shall conform to recugnii'ed standard'a'of utility co'nstruc'tion and Caltrana current Standard Specifications. E. Emergency Repairs: I he' Permit -t'me may make emergency repairs by excavating through improved`surfacee, only -when breaks in the conduit, cable, or pipeline under the pavement present a definite hazard to traffic or serious interruption of essential service.'' -'In such cases the Caltrans representative shall be notified immediately. Backfill and pavement replacement shall be performed in accordance with the applicable General Provisions (i.e., "Making Repairs," "Backfilling "), F. Open Excavations: No excavation shall be left open after daylight hours, unless 'specifically authorized and adequate protection for traffic is provided in accordance with the General Provision "Protection of Traffic." /` Department of Transportation (Caltrans) Page 2 UTILITY MAINTENANCE PROVISIONS TO ENCROACHMENT PERMIT G. Service Connections: These provisions do not authorize installation of conduit, cable, gee or water service connections within State highway right of way, regardless of the location of the main, existing conduit or cable. All new underground or pipe services, conduit, cable or main extensions, or excavations to abandoned services must be covered by individual permits. See Section H(4) regarding service connections for wires. H. Routing Inspection and Maintenance: (I) Routine maintenance and inspection on the roadbed shall be conducted between 9t00 a.m. and 3:00 p.m. or as otherwise authorized in writing by the Caltrans representative. (2) Manholes -- The Permittee may open existing manholes to repair underground cables. Where the manhole lies within the Improved surface of the highway, the Permittee will provide adequate protection for traffic in accordance with the General Provision "Protection of Traffic." (3) Excavations for routine inspection and repair of pipeline and cables shall: a) not be made in improved surfaces, Iandscaped areas or closer than 10' to the edge of the pavement without a special permit; and b) not uncover more then fifty (50) feet of line at any one time. (4) Pole lines -- Permittee is authorized to: a) Stub, or reset existing pole, provided no change in location of pole or anchor is made. Stubs and anchors must not be placed between existing pole and traveled way. b) Replace poles, guy poles, and crossarms in exact location limited to two consecutive poles. No additional poles or guy poles are authorized under this routine maintenance provision. c) Replace broken pine and insulators, repair broken wires, pull slack wires, and replace or pull broken or slack guya. d) Repair and complete transfer work on existing aerial cables. e) Install new and replace existing transformers on existing poles. �3 Department of Transportation (Caltrens) Page S UTILITY MAINTENANCE PROVISIONS TO ENCROACHMENT PERMIT H. Routine Inspection and Maintenance: (continued) F) String aerial wire and place additional crosserms on existing poles except where wire crosses the highway. Unless otherwise specifically required by Caltrans, protected cable, tree wire or plastic tree wire guard used For telephone lines may be used through trees where necessary, provided the appearance of the tree or the tree itself will not be damaged. This section (f) does not apply to adopted scenic highways. g) String service drop wires from facilities existing within the highway right of way except where wire crosses the highway. Service wires over highways are subject to Public Utilities Commission regulations and must cross as near right angles as practicable. h) NOTE - A separate permit shall be obtained for each installation or replacement of wire, drop wire, cable, or other encroachment which crosses the highway or which encroaches upon the highway right of way whether or not attached to or in contact with existing facilities within the right of way. i) Clear grass around base of poles and excavate around poles for inspection, including tamping and straightening. /y Department of Tranapartation(Caltrans) SPECIAL PROVISION "A" (Attached to all Permits - 2 -82) 1. Perm .:tee shall notify the Permit Inspector between 0700 and 0900 two (2) working days prior to starting any work authorized by this permit. See thr face of the permit for Inspector's telephone number. 2. Permittee shall arrange for a pre - construction meeting at the job site with the Permit Inspector and all.other interested persona two (2) working days prior to starting work, to discuss the permit requirements. 3. In the event that all or a portion of this work is within the working area of a State highway construction project, not work shall be started u.til all arrangements have been made with the State Contractor and Resident Engineer to avoid any and all conflict or delay to the State Contractor. 4. Unless otherwise authorized by the Permit Inspector, all work within State right of way shall be in accordance with the current Coltrane Standard Specifications and Standard Plane. The Uniform Building Code may be used as the minimum specifications unless a more stringent specification is required by the local agency, permit or Permit Inspector. Improvements shall be constructed at the location shown on the Permittee's approved plane if they do not conflict with State requirements. 5. Should there be any discrepancy between the terms of this permit and the plane attached hereto, the terms of the permit will prevail. 6. All inspection costa incurred incidental to this work shall be borne by the Permittee. 7. All work shall be performed during the working hours regularly assigned to Department of Transportation employees unless otherwise authorized in writing. 8. All coats incurred for work within State right of way pursuant to this encroachment permit shall be borne by the Permittee, and Permittee hereby waives all claims for indemnification or contribution from the State for such work. 9. Upon completion of work, Permittee shall clean the highway and the work area shall be left in a neat and presentable condition and to the satisfaction of the Permit Inspector. 10. A minimum walkway and /or bike path width of 30 inches must be maintained at all times for safe passage through the work area. 11. Any work authorized by this permit which requires traffic diversion end /or traffic interruption, including sidewalks and bike paths, shall be approved by the Permit Inspector. See the face of the permit for inspector's telephone number. 15-- 0a parEmant'of Iranapor�lon (CAI TRANS) • Special' P r o v I a ion "A" (attached to all Permits - 2 -82) Page 2 12. Unless otherwise authorized by the Permit Inspector, the normal traffic control shall be limited to the hours of 0900 - 1500 and open for use by public traffic on Saturdays, Sundays, designated legal holidays and after 3:00 P.M. on Fridays and the day preceding designated legal holidays, and when construction operations are not actively in progress on working days. 13. Designated legal holidays arel January let, and third Monday in February, the last Monday in May, July 4th, the first Monday in September, November 11, Thanksgiving Day, and December 25th. When a designated legal holiday falls on Saturday, the preceding Friday shell be a designated legal holiday. 14. The Permittee shall provide adequate protection of traffic in accordance with the current traffic control requirements of the Department of Transportation (Caltrans), the Standard Specifications Section 7 -1.08 (Public Convenience), Section 7 -1.09 (Public Safety) and Section 12, (Construcion A r a a Traffic Control Device e), and special provisions of the permit. The condition and location of other traffic control devices shall be approved by the Permit Inspector and installed and maintained by the Permittee in accordance with the permit. All cones shall be 28 inch minimum height. Portable delineatore used in lieu of cones shalll be placed at one half the spacing for cone e. All advance warning signs shall be 48 inch x 48 inch minimum for approach speeds of 45 MPH or more on two lane highways with traversable control and for approach speeds over 50 MPH on multiple lane directional half roadway and lane closures. At all other speeds all warning signs shall be 36 inch by 36 inch minimum except that "Road Work Ahead" (23) shall be 30 inch by 30 inch minimum. During the hours of darkness all necessary cones used for lane delineation shall be illuminated or reflectorized for approach speeds through 50 MPH. All flagpersons shall be trained and their a a I a duty will be to control traffic. They shall wear white hard hats, orange vests or jackets, and have an approved slow /stop peddle. They shall be intervisable or be in communication vie 2 -way radio. During the hours of d a r k n a a a the vest or jacket a h a I I be reflectorized, flagman stations shall be illuminated such that the flagman will be clearly visible to approaching traffic and all necessary cones used for lane delineation shall be illuminated or reflectorized for approach speeds through 50 MPH. 15. The signs uaed for traffic control shall either be covered, removed from the right of way, or turned to face away from traffic when not actually in use. 16. All lane closures on multilane approved fleshing arrow sign. any project found to have such fleshing arrow signs. /6 highways shall be made using an The State Inspector shall close down a lane closure without the required Depar t m a n of Transportation (CAL T ANS) Special P : o v i a i o n "A" (attached to all Permits - 2 -82) Page 3 17. The Permittee a h a I I notify the Division of Highways 5 i g n a I Laboratory at 213- 620 -2030, at least 72 hours in advance of any axcavation within 500' of the a i g n a lizad into r act ion or in the vicinity of S t a t a lighting faciIiti a a. The Permittee end /or h i a contractor as a u m a the r aponaib111ty far the payment of all co a t a incurred by the State in repairing facilitiea damaged during construction. R a q u a a t a for relocation of facilitiea for t h a c o n t r a c t o r I a canvecienca m u a t be made 1n writing with the contractor assuming costa. 18. E x i a t i n g utilities shall be protected from d a m a g a by Permittee. 19. Existing highway facilitiea damaged by re a eon of the Pa r m i t t a e'9 o p a r a t I o n a shell be repaired by the Permittee at h i a expanse. 20. Permittee shall be raaponaib1a for notifying hia contractor and ell aub - contractors of the p r o v i a i o n a of this permit. No work will be started until a copy of this permit is given to the contractor and each of his sub- contractors. 21. The Permittee and /or the contractor shell submit a copy of all required CalGeha permits to the Permit Inspector prior to starting work. 22. This permit shall be kept at the site of the work and must be shown to any rep r e a a n t a t ive of the grantor or law enforcement of f Scar on demand. failure to comply may require stoppage of all work within State right of way for a minimum of the remainder of the working day. 23. All lane and pavement markings shall be removed by sandblasting or air blasting. 24. Placement of pavement and lane markings she 11 be done by the Permittee under the direct a u p a r v I a i o n of the State representative in the field. 25. A survey "at no coat to the State" of the Pe rmitta a ' a property may be required to verify compliance to approved plane. 26. 5 h a u I work take place between 0 c t a b e r 15 and April 15, Permittee a h a 11 obtain a long -range clear weather foraca at before breaking into a main line a t o r m drain. Construction of facilitiea connecting to the main line will be permitted only during a clear weather for a c a at that ie acceptable to the Ca I t r a n a r e p r e a e n t a t i v e. Once operations under this permit are initiated, the work shall be conducted in a continuous manner until completed. /7 Department of Iranaportatian (CAL7RANS) Special Provision "A" (attached to all P a r m i t a - 2 -82) Page 4 27. Abandoned connector pipes shall be sealed at both ends with 8-inch brick and mortar or six inches of concrete. When facilities are allowed to be abandoned in place, backfilling with sand, or other ma a aura a, may be required to protect the highway. T h i a ie mandatory for metal pipes 12" 1n diameter or larger and all other pipes 24" in diameter or larger. 28. All inlet openings shell be provided with protection bare spaced to provide an opening that dose not exceed six inches. 29. P a r m i t t a a shall not use Coltrane property for the temporary or permanent storage of excavated materials, rack, sand, cement or other material or any equipment, except a ap9cifica11y noted. i Departman! of Transpor A on (Coltrane) • STANDARD SPECIAL PROVISION "C" - (EXCAVATION AND BACKFILL) 1 -82 I This Special Provision *'loot "C" and its attachments are to be used as a minimum specification for excavating and backfilling within State right of way. II Excavation Crossing Roadways 1. Pipes shall normally be jacked or otherwise forced underneath pavement without disturbing ease. Pavement or roadway shall not be out unless specifically allowed by the permit. Service pipes will not be permitted inside of culvert• used as drainage structures. 2. Except for minimum dimension out at tie -in to main, no open excavation shall be made within S' of the improved shoulder or between the curb lines. 3. Contractor shall comply with all State and local safety codes relative to safety measures for protection of workmen in trenches and excavations (State of California Administrative Code, Title 8) 4. All excavation shall be shored and /or tight sheeted in accordance with CAL OSHA requirements. S. Mork shall not be permitted in confined spaces until all possible hazardous geese and vapors have been purged. Workmen shall be equipped with adequate blowers, safety harnesses , herd hots, ropes, ladders and any other equipment necessary. When working in confined spaces, CAL OSHA requirements shall be adhered to. 6. Service connections must be installed at an angle of 90 degrees from the center line of the State highway which the main traverses. 7. When the permit authorizes installation by the open -cut method not more than one lane of the highway pavement shall be open -cut at any one time. Any exceptions shall be in writing by the State representative. After the pipe is placed in the open section, the trench is to be backfilled in accordance with specifications, temporary repairs made to the surfacing and that portion opened to traffic before the pavement is cut for the next section. 6. Hazardous pipeline potholing clauses (petroleum diatilates, gas, electricity, chlorine, etc.)s The Permittee shall furnish Coltrane with the results of this exploration, having the location and grad*ahown to the nearest one -tenth foot tied to State's datum, and certified by a licensed surveyor or professional engineer (civil). 9. P.C.C. pavement shall be scored to a minimum depth of 1 -1/2 Inches by means of a concrete sew to provide a neat and straight pavement break along both sides of trench; also, provide an unfrectured pavement joint end rigid banding of pavement replacement patch. 0 11 -2- D a p a r t a a n t of Tr anapartat10n (C a I t r a n 0 ) STANDARD SPECIAL PROVISIONS "C" - (EXCAVATION AND BACKf1LL) 1 -82 II Excavation C r a a a I n g Roadway (continued) 10. A.C. pave a ant a h a 1 1 b scored a required a b a v a for P.C.C. pavement except where in the opinion of the State Inspector the pavement has been cut neat and straight along both sides of trench to provide an unfractured and level pavement joint for bonding 11. W h a r a the a d g a of the trench la within 2 fa at of 9 x i a t I n g curb and gutter, the asphalt concrete pavement between the trench and the curb shall be removed and replaced. 11. Where the edge of the trench is within 2 feet of existing curb and gutter, the asphalt concrete pavement between the trench and the curb shall be removed and replaced. 12. A minimum sidewalk and bikepoth of 30 inches must be maintained at all times for safe passage through the work area. 13. A minimum lateral clearance of 3' shell be provided between the edge of excavation and adjacent traffic lanes. A minimum lateral clearance of 2' shell be provided between the edge of surface obstruction and the adjacent traffic lane. Where S' of clearance is not provided, the excavation shall be shored and tight sheeted. In no case shall the clearance be lose then 21. 14. Banks of open -cut trenches shall be kept as nearly vertical as possible. Trenches shall not be more than 24" wider then the outside diameter of the pipe to be laid therein, plus the neceaeary width to accomodate sheeting. 13. All open trenches within the traveled way shall be backfilled, compacted and temporary repairs made to the surfacing before leaving the job site at the and of the working day. 16. Tight sheeting end properly placed and maintained steel plates a a y b a u b a t I t u t a d for b a c k f i I I i n g as autharired by t h a Permit Inspector. 17. If no epoll bank Is placed bet�aen the open excavation and the traveled way, all open trench shell be backfilled and compacted pr for to leaving the job alto at the end of t h a working day. 18. The trench shall not be excavated more then 300' in advance of pipe laying and shall not be left open more than 200' in the rear thereof. R a a u r f a a i n g of any g I v a n portion of the trench shall be completed within a n a week following lavina of pipe in that a action. 19. A 1 1 vagatat Ian eha 11 he removed F o the area of the trench before commencing with the axcavation o p a r ation9. 20. No tree toots over 2" in diameter shall be cut. The mats over 2" in d i a a a t a r eha 11 be carefully tunneled under and wrapped In burlap and kept m a i a t until the trench has been backfilled. ire ncning machines shell not be used under t r, trees if the trunk or limbs will be demsOsd by their use. .;2O -3- E Department of Tr a n a p o r tat Ion (Ca I t r a n a ) STANDARD SPECIAL PROVISIONS "C" - (EXCAVATION AND BACKFILL) 1 -8 2 II E x c a v a t I a n C r o a a I n g Roadway (continued) 21. If the t r a ea involved are close together or of a u c h it is impr attic al to pr o t a r.t all r o a t a over 2 i n c h a a in further that cutting of r o t a under 2 Inc has in di a eater permanently damage the trees, special arrangements shall the Permutes to prune t h a tree tops ]n order to balance This work shall be performed under the close supervision State Tres Maintenance Supervisor. size that diameter or may be made by root lose. of the 22. No manhole a h a 11 be constructed within 20' of any parkway tree. 23. Temporary pavement patches shall be placed and maintained in a smooth riding plane free of humps or depressions. I I L Backfill 1. Structural backfill within the existing or proposed roadbed area shall be compacted In horizontal layers not exceeding 8" In thickness using approved hand, pneumatic or mechanical type tempera to obtain a "relative compaction" of 95 percent using California Test Method 216F. Structural backfill a u t a I d a of elope lines and not beneath the roadbed shall be compacted to a relative compaction of 90%. Backfill material shall have s "Sand Equivalent" value of not lees then 20 as determined by the California Teat Method 217F, if the excavation falls within the existing or proposed roadbed. Cons' ;lidstlon by ponding and jetting will be permitted when, as determined by the inspector, the backfill material is of such character that it will be self - draining when compacted, and the foundation materials will not be softened or be otherwise damaged by the app IIaJ water and no damage from hydrostatic pre a aura w111 result. Pondinq _and_1etting_2f_the_uppe_r_4' below finished grade_ is_not_permitted. When pending and jetting Is permitted, material for use as structural backfill shall be placed and compacted in layers not exceeding 4' in thickness. Ponding and jetting methods shall be supplemented by the use of vibratory or other coop acts an equipment when n e c e a a a r y to obtain t h a required compaction. 2. Backfill materiel may consist of sand- cement slurry using 2 sacks of cement per cubic yard of sand and water with 2% of calcium chloride as determined and authorized by the Permit Inspector. 3. Where it la necessary to tunnel under existing curb and gutter, sidewalk, or underground f a c 1 1 1 t I a a 0 the void shall be b a c k f I I I a d with 2 sack sand- cement slurry. 4. By accepting this permit, the Paraittaa a g r a a a to pay all laboratory coats in connection with the necessary teats which may be required by t h a D a p a r to a n of Tr a n a p o r t at l on engineer to determine the sand equivalent value of the backfill material or the trench backfill compaction. It is further understood that the frequency of such tests shall be a minimum of one tests per maximum of 1500' of continuous trench at elevations of not leas than every 2' of backfill depth. Department of Transportation (Coltrane) STANDARD SPECIAL PROVISIONS "C" - (EXCAVATION AND SACKFILL) 1 -82 S. Prior to starting the trench backfill, the Permitter shell make the necessary arrangements with materials tooting laboratory to conduct these tests with certification from ■ professional engineer (olvII). IV Pavement Repairs 1. Repairs to P.C.C. pavement shell be made within ) working days of completion of backfill and shall be made of Portland Cement Concrete containing a minimum of 7 sacks of cement per cubic yard. Replacement of P.C.C. pavement shall equal existing pavement thickness. The concrete shall bs satisfactorily cured and protected from disturbance for not lose than 48 hours. High early cement may be required at the discretion of the Permit Inspector. 2. Concrete sidewalks or curb@ shell be out to the nearest •core marks and replaced equal in dimensions to that removed with seats marks matching existing adjacent sidewalk or curb. 3. Repairs to A.C. pavements shall be made within S working days of completion of backfill and shall be made with asphaltic concrete meeting State specifications, with every effort made to match the existing pavement as to color and surface texture. 4. Replecomsnt of the roadway structural section (pavement, bass, subbase, etc.) shall be equal at better in all respects to the thickness and materials In the beet portion@ of the existing otruetural.@ection. Minimum thicknesses shell be 4" asphaltic Concrete on 8" class II aggregate base. V REQUIRED MARKERS Except as hereinafter provided In paragraph 3 of this subsection, all underground installations of pipes, cables, and conduits in a highway eight of way shall be marked and designated as follower 1. All Now Installations of Underground Crossovers, Except Service Later@lai A timer at other suitable marker shall be installed and maintained by Permitter outside the ditch line at locations suitable to the District Director whore no curb@ exist, which marker shell extend )0 inches above the roadway surface and hove stenciled thereon the nature of the underground obstruction and the name or identifying symbol of the Permitter. Where curb* exist, the crossover shall be Identified by description and name of owner's stenciled on curb in block letters on white background in a Compact and legible manner. a4 MC Department of I r a n a p o r t a t I a n (C a1trana) STANDARD SPECIAL PROVISIONS "C" - (EXCAVATION AND BACKFILI) 1 -8 2 V REQUIRED MARKERS 2 2. All Now Logitudinal Installations of Underground Pipes, Cables or Conduitso Where no curbs exist, timber or other suitable markers shall be placed adjacent to the conduit or offset to such distance me may be specified and at intervals not in excess of 1,000 foot, at each angle point, or where noconcentria with the highway improvement, at least every 300 feet. Where the encroachment is located in the traveled way, timber or other suitable markets shell be pimped at an offset outside the ditch line at locations suitable to the District Director with an offset distance given. Where curbs exist, the information shell be stenciled on the curb near each intersection. 3. Markers should be placed so as not to interfere with vehicle recovery areas. 0. Exceptionst In counties and incorporated cities where the Parmlttes has filed a map or maps with the County Surveyor, City Engineer, District Director of Coltrane showing the ownership and description of the underground facilities mentioned in subsections (1) and (2) above in accordance with ordinances, other regulations or established practice, it will not be necessary to mark or designate said facilities as required above. VI CATHODIC PROTECTION The Permitted shall perform *troy current Interference tests on underground utilities under cathodic protection. The Permitter shall notify Coltrane prior to the tests and perform any necessary corrective measures rseommended by Coltrane. VII HIGHWAY STRUCTURES The Permittee will pay for any damage to highway structures caused by gas mains or other pipe lines carrying flemmebles. This includes, but 1s not limited to, explosion or fire resulting from such installations regardless of csusetion. if repairs are not feasible, complete replacement of structure may be necessary. The Permittes will indentify and hold the State harmless from any and all claims for Injury to person or damage to property resulting from such installation. VIII LIMIT Of EXCAVATION No excavation Is to be mods closer than 30 fast from the edge of the pavement except as may be specifically sot forth by the permit. ,7-�-' �. 0 -i- 0 Department of Transportation (Caltrons) STANDARD SPECIAL PROVISIONS wC" - (EXCAVATION AND BACKFILL) 1 -B2 IX TUNNELING Except in affecting emergency repairs on utilities no tunnelling will be permitted, except on major installations as may be specifically sat forth by the permit. X UNDERGROUND FACILITIES Shell be in accordance with Caltran's "Policy on high and low risk underground facilities within highway rights of way." Unless otherwise authorized, pipes and conduits @hall be installed in ■ manner to provide a minimum clearance of 42 inches between the top of pipe and surface. The attached Form 07 Rev. 4 -81 is part of this permit. v� I 0 -7- z �'y i:Fi'Yr =�ee_��: �9g: •aaj'�yay�'•:a � � Q f�Satfziee� ■ � = i � . � i � � p y L � � ■ ■ � � t C � � � � � j � F � M y � � VI � � ;t�A iEstL�_■L■=!i � s�iFS jjlf�a fi �_�Fi�ai .�7�' yr!■ !� Y a� �' i� 1 ► i' x t i i �� g a b� L��° 3� k L O !la6��¢�'�tzif R W f- I I � r ; , i � ..►z T „zl r� I I E� B s O Z C 8i� F a L 2 t ilia [ l W u N C IWO - s I ,2y DEPARTMENT OF TRANSPORTATION (CARS) STANDARD SPECIAL PROVISION '40 (Lane Closures) :tev, 3 -82 This Special Provision sheet "Q" and its attachments are to be used as a minimum specifics. tion for the lane closures with Caltrans right of way on conventional highways and freeways. 1 �s I7yY A f, } 1{ Z i h ` il 1 s 1 I I r� . I J: } a HI-11f Jill a: =e st. , 1 , 1 ; 1 ilri jB Sol P.4Gf � F LAJ • jHill! Will fix :jet i ,.�lQll f• l;cirl l :+ � �_;�'• . i :1,�,1� it jl� l ,� fl .t! l e �11 A- �i� Gil Ili 6� 24 I �7 MO x. I I I t ..r 'it•tt rare si t�OON�i B6i +t� it =l1.l�� =.f rt,ltt C �I s : . i O �I INi fly a�; I I C �ij I I I t I NI � n I�� II i ,II P. tltl +It 1 i I11 9 } III 1 } - -- III Iri t I I I 1 � , f •� I I Ii� + rll I I:I I IJI P =P l r l all 141 t+ 11I Ijl Ill r I�tlt C III lil lil Irl 1rl Ifl I11 lil tl 1 �t 1 I i ,1 A I J'9bod . • 11 • O[rwwrM[ni O/ rwwnerOtrtAnoN K.wATwANOI Callemd •y: I j AIAC — a &dy. Tali ."k bw STANDARD ENCOACHMENT RMIT AMICAMN F"IDepenot Paid 1 i C /1 xerkv,T S 0 R..rr Appli[eApn IChsh 0,4 f^Wtwwmiaw is rogaaNd to [ncrouch an OOP 500le I60 0, rI of way os foub (CowfplRw ok Isom: NA N nW eppkabk) App fiolAim a ttW CowsPIM • :u unM aN rogtwnd can tlRRltrt wE Y.chtdPd• S i Lac~. City 1 2 1 401016 5 ►ev ALAI. r90 • 1b•1E D.RO s Hn JIM per h, EFNNn Noun Newport Beach Orange SR1 Iuly 25, 1986 S Addcwm W Sorer hherF • Cram 3~(iRdtdR tASRrno atd d6ocwet9 T PW;CMTDANS UN � Pacific Coast Highway from 1 Begonia Ave. to Goldenrod Ave. p (� .; Q F ! C, PtMnaF of %** E WeAnba11rfwwrd OF 9 Varies 0 0. 1.. cw /' ✓�! / Ev. Steer" Dts. 10 Er. CeFOpLRMOw Dao II IF Cop in SEaa R/W 12 Sept. 15, 1986 Dec. 19 1986 s 2 ,500.00 _ A +67CC +O +FIE •m. •.. O.00ul (� C J'' �' V (i �l '/ ��iT. I Ate. D7d 17 Awroge Depd 14 Aw W WW-6 15 Lrwo, 16 Swlou typo 1 EXCAVATION 3.5 N. 3.0 Ff. 3.0 N. 1,000 N. Asphalt TY" is I OfallNar 19 I Vehoac /1154 20 F4edFd 21 RMY DESCRIBE WORK WITION STATE K /W: Af ach awnpMN plans (S Itls /aldeA YK i 11k specs, arr/a, PIMPS, So, iiappieable. ,,Abandonment of existing water valves and 8 inch CIP water line in Pacific Coast Highway from Begonia Ave. to Goldenrod Ave. 4t/ 41 r'v �' �'-� /7 �� � �� �.� / ��/, >F ;� 4 .,�I..CG iSE ..I .!.! /1/"%,Wt)nG'�� "'['�.-•` :l "�':GI; -' "'. , I � � 1. / l �- /.i � 4' :.r�.t;. �� (�-c�''C�:.lt 1{' ✓kQ.i�lJ � � - �7,r � T7 r I .: c%e -7w! /� i1.Z;.v- .�r•wvri -u..� ���7� �%ha�i✓v�v�� SAA �UcY� ;n •-t 1, -. jj': °;, .J eel /�bMa� IS ANT WOW 001E DOW ON A//UCANrS FROMMM M••Pa'• 6pi*tlhtooiM owd I Pdo MWVWAYq pilaf 22 ® Y. ❑ No Additional water main replacement TIIE usseamoomm Isom not TIA w= wu a 00111 w ACCODWEEO wrtN CAtaAw rim &m YOLAATwm MID AEDACT To OWW"014 AND M11110IFRA, . W Blvd.. Newport Beach, CA 92663 -3884 Y44t. I Public Works Director FH CALCULATION BY uLTMNS �•- �❑❑ S.'s. jr ".W Cwt SUNTT WND RWWREM Ad•Nop• ❑ TN A.twNS UARIIITP INSYRANCf REOUIHDT y Ne ❑ Yto Aw I1 FEE DEPOSIT FEE DEPOSIT a &dy. Tali ."k bw 3 S 0 R..rr Appli[eApn IChsh 0,4 ❑ S.tFN S � ; - - -- <INICpaJl.pow pro Hn JIM per h, EFNNn Noun S a c i.w.cuo. (Ch.<h 0.4 ❑ SSIFN S AcIwIC t * Hn T•330 N, h, EIIMgN Noun S ? `% I7 It ApDIWUO hW*"FIN F JO% b +c ) M.. $50 S f / . F'.Wr (A( A,"ICwl O.patN An i'M WrM EMttlan Noun S A +S +C +O _ A +67CC +O +FIE •m. •.. O.00ul (� C J'' �' V (i �l '/ ��iT. I f � S 7 V � V aq a A City /COIwTV /oTILE11 AoWCY MrAXVMT (Prwt+A Apenowd• Efc.1t ❑ Ya Ch'a FmnhWIwl.Rt , DNwaw[iow tad wad copy ra Appicaiat ❑ 6alq ❑ N.D. ❑ EM ALSO ATTACH A COPY OF THE ENVINOWAEWAL APPROVAL ❑ No 03Rd dw caNgwy boon Which thorcorbes Rn FI'alma ❑ SURVEY ❑ MwRRO% C ju AFAOAOt ` C I V g P DES, L1N"EIONS ❑ ANTNMIA N ❑ uTRm Moo snTw IG110NS. E %1ENSIONS. ❑ EROSION ONTRM n (? MOVE, N FUMING OEWAIR l7 &MAINTE EKONSTRUC G VICE TION, O[ SURFACING OF A Q SUt FAAULY DWELL ORKWAY OF ROAD AFPIOACN aMWAY ,(�6 {pJ "MIEN OF EXISTING Q 1�t9ftA% A'`� R(GIR/.- WANING. OF ws A ❑ DITCH PAVING SIGNS ❑ MOOIFKATIOM OF TRAFFIC G CONTROL SYSTEMS NONE OF THE ABOVE IF FROIECT CANNOT /E OESCRtaO IN MOVE CATEGORIES 4E0AS1 FART • FROM THE PERMIT OFFICE. • • r • Febr CITY ITEM TO: CITY COUNCIL FROM: Public Works Department and Utilities Department wary 9, 1987 COUNCIL AGENDA NO.-F-2(a) P'a THE' MY COUNCIL CITY 03 NEINPOR3' 5EAr; A SUBJECT: CORONA DEL MAR WATER MAIN REPLACEMENT (C -2631) FEB 9 i187 RECOMMENDATIONS: 61 S7- ?� 1. Adopt a resolution to allow the project to be bid informally because of urgent necessity. 2. Approve a budget amendment to fund the project. 3. Approve the plans and specifications. DISCUSSION: This project provides for the replacement of approximately 3,000 lineal feet of severely deteriorated water mains and water service lines in Corona del Mar (see attached sketch). The replacement water mains will improve domestic water service, provide increased pressure and increase fire protection. The City has recently experienced a failure in the old cast iron water line on the southerly side of Coast Highway between Dahlia and Fernleaf. This failure resulted in severe traffic congestion on Coast Highway, and a number of properties were without water service. Because of the age and condition of the pipe, another such failure could be possible. Because of the urgency, it is recommended that the project be expe- dited with an informal bid procedure. Sealed bids may be opened in the Purchasing Agent's office on February 12, 1987 and, barring unforeseen cir- cumstances, a contract can be executed by the City Manager as soon as acceptable contract documents are received from the low bidder. This procedure will save approximately one month off the usual formal contracting time requirement. The Engineer's estimate for the work is $250,000. Since the work was not anticipated in this year's budget, it is recommended that the $250,000 be transferred from an unexpended appropriation for an MWD connection in Corona del Mar. The Water Committee recommends this transfer (see attached minutes). A budget amendment to transfer the necessary funds into the water main replacement account has been prepared for Council consideration. The plans and specifications were prepared by the Public Works Department. A Caltrans Encroachment Permit has been obtained to perform work within the State right -of -way. The estimated date of completion is June 15, 1987. Jif,i J kz Benjamin B. Nolan Public Works Director SL:jd Att. o ph Devlin U ilities Director (3S) I s• vnc�� c ey � .. � vy.� •Y 'Z.r� 5<y u < .. TOWN CENTER ' � \ ` I o • a. t \�.A�r� � (�\i� 4 o J \ b • \ o.P.�� i ,a�� a�� rtnzmtt�w ? �n � Yt0 (t� �F Y Q9 �'d t .. CNANNE� L j CIO,# :61T o� 90 i Lel�gl li �� �LSwL�° ✓� J r�4:1 ] Z 9y .,w E\. n � b ;:cur CITY OF NEWPORT-BEACH CORONA DEL MAR WATER MAIN REPLACEMENT m Ja. lCF PROJECT LOCATION DRAWN --JZ_ DATE APPROVED 0 DRAWING NO. EXHIBIT "A" • L.., � f�'R D�• I s• vnc�� c ey � .. � vy.� •Y 'Z.r� 5<y u < .. TOWN CENTER ' � \ ` I o • a. t \�.A�r� � (�\i� 4 o J \ b • \ o.P.�� i ,a�� a�� rtnzmtt�w ? �n � Yt0 (t� �F Y Q9 �'d t .. CNANNE� L j CIO,# :61T o� 90 i Lel�gl li �� �LSwL�° ✓� J r�4:1 ] Z 9y .,w E\. n � b ;:cur CITY OF NEWPORT-BEACH CORONA DEL MAR WATER MAIN REPLACEMENT m Ja. lCF PROJECT LOCATION DRAWN --JZ_ DATE APPROVED 0 DRAWING NO. EXHIBIT "A" • RESOLUTION NO. 87 -25 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AUTHORIZING THAT A CORONA DEL MAR WATER MAIN REPLACEMENT PROJECT BE LET WITHOUT ADVERTISING BECAUSE OF URGENT NECESSITY WHEREAS, the City of Newport Beach has experienced a recent failure of an existing 60- year -old cast iron water main system on the southerly side of Pacific Coast Highway in Corona del Mar, said failure resulting in severe traf- fic congestion, potential traffic safety hazards, loss of water service, and potential fire hazards; and WHEREAS, because the age and severely distressed condition of the remainder of the system could result in another such failure; and WHEREAS, plans, specifications and a Caltrans Encroachment Permit for replacement of the remainder of said system have been prepared and obtained to construct as soon as practicable; and WHEREAS, informal bid procedures, wherein unadvertised but competitive sealed bids may be opened in the Purchasing Agent's office and a contract may be executed by the City Manager, may save approximately one and one -half months from the usual formal bid procedure time requirement; and WHEREAS, the additional time required for the formal bid procedures would require that construction work be performed in and adjacent to Pacific Coast Highway during the traffic- congested summer season; and WHEREAS, City Charter Section 1110 permits work of urgent necessity to be let without advertising for bids; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that said replacement of the remainder of an old cast iron water main on the southerly side of Pacific Coast Highway in Corona del Mar is of urgent necessity, and that a contract for such work may be let by the City Manager without advertising. ADOPTED this 9th day , ATTEST: City Clerk