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