HomeMy WebLinkAboutC-2701 - 1988-89 Water Main Replacement ProgramC1TNOOF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
September 19, 1989
(714) 644 -3005
George Dakovich & Son, Inc.
422 Camino Del Campo
Redondo Beach, CA 90277
Subject: Surety: The Ohio Casualty Insurance Company
Bonds No.: 2- 762 -879
Contract No.: C -2701
Project: 1988 -89 Water Main Replacement
Program
The City Council of Newport Beach on August 14, 1989 accepted
the work of subject project and authorized the City Clerk to
file a Notice of Completion and to release the bonds 35 days
after the Notice has been recorded in accordance with
applicable sections of the Civil Code.
The Notice was recorded by the Orange County Recorder on
August 25, 1989, Reference No. 89- 456163. 4
Sincerely,
Irene Butler
Assistant City Clerk
IB:pm
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
89- 456163
• EXEMPT RECORDING REQUEST PER
GOVERNMENT CODE 6103
EXEMPT
NOTICE OF COMPLETION
PUBLIC WORKS
RECORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY, CAUFORNUI
3;0o AUG 2 5 1989
P.M.
RECORDER
4
1 o All Laborers and Material Men and to Every Other Person InterestedREGVVED
YOU WILL PLEASE TAKE NOTICE that on July 6, 1989 SEP 18 1989
p1Y CtfAK
the Public Works ro'ect consisting of
P J g 1988 -89 Water Main Renlacement++i
on which George Dakovich & Son Inc.
was the contractor, and Ohio Casualty Insurance Company
was the surety, was completed.
VERIFICATION
I, the undersigned, say:
CIT OF NEWPORT BFACH
Public Works Director
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on —August 24 1 989 at Newport Beach, California.
Public�Works Director
VERIFICATION OF CITY CL
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on August 14, 1989 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 24 IgSq at Newport Beach, California.
ity Clerk
�,�
OL
1{11!2 !ie•ro' :.
TO: CITY COUNCIL
• FROM: Public Works
SUBJECT: ACCEPTANCE 0
CONTRACT NO.
RECOMMENDATIONS:
C�
*gust 14, 1989
CITY COUNCIL AGENDA
ITEM NO. F -15
cY -v .nY :OJNCIL
Department CIT r ._dr0" ,'_! \CI'
1988 -89 WATER MAIN REPLACEMENT PROGRAM AUG 14 1989
2701 APPROVED
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days after the
Notice of Completion has been recorded in accordance with
applicable portions of the Civil Code.
DISCUSSION:
The contract for the 1988 -89 Water Main Replacement D -ogram has been
completed to the satisfaction of the Public Works Department.
The Bid Price was $243,345.00
Amount of Unit Price Items constructed 255,488.00
• Amount of Change Orders 23,824.00
Total Contract Cost 279, 2.00
The increase in the amount of the unit price items constructed was due
to many of the connections being somewhat longer than had been anticipated.
Three Change Orders were issued. The first, in the amount of
$19,700.00, provided for construction of an 8" water main in Avon Street in
conjunction with the improvements constructed by Newport Imports. The second,
in the amount of $2,200,00, provided for the replacement of displaced curb and
gutter at the intersection of Pacific Drive and Avocado Avenue. The third, in
the amount of $1,924.00, provided for realignment of the water main to clear an
existing sewer, removal and disposal of unsuitable material and backfilling with
aggregate base and removal of an abandoned concrete footing in order to make the
water main connection.
Funds for the project were budgeted in the Water Fund, Account No.
50- 9288 -001.
The Contractor is George Dakovich & Son, Inc. of Redondo Beach.
• The contract date of completion was September 30, 1988. Due to the
Avon Street main, other work for the City and holiday delays, the project was
not substantially completed until March 15, 1989. The final capping of the
trench patches was completed on July 6, 1989.
Benjamin B. Nolan
Public Works Director
PD :so
• 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
TO: FINANCE DIRECTOR o p
FROM: CITY CLERK
DATE: August 19, 1988
SUBJECT: Contract No. C -2701
Description of Contract 1988 -89 Water Main Replacement Program
Effective date of Contract August 15, 1988
Authorized by Minute Action, approved on July 25, 1988
Contract with George Dakovich & Son, Inc.
Address 422 Camino Del Campo, Redondo Beach, CA 90277
Amount of Contract 204,000.00
" s e
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
CITY CLERK
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658 -8915
until 11:a.m. on the 14 day of juiv 1988,
at whi tcime such bids sfif be opened and read for
U
2701
Contract No.
240,000
Engineers Estimate
FO Rr'
Approved by the City Council
this _ 7 day of June 1988•
Wanda E. Raggio
City Clerk
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3300 Newport Boulevard,
P. 0. Box 1768, Newport Beach, CA 92658 -8915.
For further information, call -Ste ban u f at 644 -3311.
Protect Manager
1 ,
• PR 1.1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
WATER MAIN REPLACEMENT PROGRAM
i•:: :•,
CONTRACT NO. 2701
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
P. 0. Box 1768
Newport Beach, CA 92658 -8915
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has read the
Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to
furnish all materials and do all the work required to complete this Contract No. 2701
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
@ Five thousand---------------- - - - - -- Dollars
and
No---------------------------- - - - - -- Cents
Per Lump Sum
2. Lump Sum Abandon existing water mains and valves
@ One Thousand----------------- - - - - -- -Dollars
and
No----------- -- --------------- - - - - -- Cents
Lump Sum
3. 4 Remove existing fire hydrant assembly
Each
@ Four Hundred----------------- - - - - -- Dollars
and
No---------------------------- - - - - -- Cents $400.00
4. 4 Install new fire hydrant assembly
Each including trench resurfacing
$ 5,000.00
$ 1,000.00
$ 1,600.00
@ Three Thousand--------------- - - - - -- -Dollars
and
No---------------------------- - - - - -- Cents $3,000.00 $ 12,000.00
Each
"I am aware of the provisions of Section 3700 of the Labor Code
which require every employer to be insured against liability
for workers' compensation or to undertake self- insurance in accor-
dance with the provisions of that code, and I will comply with such
provisions before commencing the performance of the work of this
contract."
Date Signature
• PR 1.2
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
5. 20 Install 4 inch water main with
Lineal Feet trench resurfacing
@Eight Hundred----------------- - - - - -- Dollars
and
No---------------------------------- -Cents $800.00 $ 1.600.00
Each
10. 56 Replace existing service with 1 -inch
Each service including trench resurfacing
@ Three Hundred--------------- - - - - -- Dollars
and
No--- --- --- -- -- -------------- - - - - -- -Cents $300.00 $ 16,800.00
Each
@ Thirty----------------------- - --- -- Dollars
and
No------- --- ---------- ------- - - - - -- - Cents
Per Lineal Foot
$ 30.00
$ 600.00
6.
3000
Install 6 -inch water main with trench
Lineal Feet
resurfacing
@ Thirty- Five ------------------ - - - - -- Dollars
and
No --------------------------------- - Cents
$ 35.00
$ 105.00
Per Lineal Foot
7.
1125
Install 10 -inch water main with trench
Lineal Feet
resurfacing
@ Forty- Five------------------- - - - - -- Dollars
and
No---------------------------- - - - - -- Cents
$45.00
$ 50,600.00
Per Lineal Foot
8.
12
Install 6 -inch butterfly valve
Each
@Four Hundred----------------- - - - - -- -Dollars
and
No--------------------------------- - -Dents
$400.00
$ 4.800.00
Each
9.
2
Install 10 -inch butterfly valve
Each
@Eight Hundred----------------- - - - - -- Dollars
and
No---------------------------------- -Cents $800.00 $ 1.600.00
Each
10. 56 Replace existing service with 1 -inch
Each service including trench resurfacing
@ Three Hundred--------------- - - - - -- Dollars
and
No--- --- --- -- -- -------------- - - - - -- -Cents $300.00 $ 16,800.00
Each
• • PR 1.3
EM
` NO.
QUANTITY
AND UNIT
ITEM DESCRIPTION
UNIT PRICE WRITTEN IN WORDS
UNIT
PRICE
TOTAL
PRICE
11.
2
Replace existing service with 2 -inch
Each
service including trench resurfacing
@ One Thousand---------------- - - - - -- Dollars
and
No--------------- ----------- - - - - -- -Cents
$ i_nnn_on
$ 9 000 nn
Each
12.
Lump Sum
Temporary bypass water system
@ One Thousand---------------- - - - - -- Dollars
and
No -- ---------------- -------- - - - - -- - Cents
$t 1,000,00
Per Lump Sum
13.
Lump Sum
Pressure testing and disinfection
@ Two Thousand ---------------- - - - - -- Dollars
and
No -------------------------- - - - - -- - Cents
S 2,000.00
Pump Lump Sum
TOTAL PRICE WRITTEN IN WORDS:
Two Hundred Four Thousand-------------------------- - - - - -- -Dollars
and
No------------------------------------------------------- - -Dents
194375 A
Contractor's Lic. No. & C asst ication
6213) 325 -2417
Bidder's Telephone Number
July 14 1988
ate
$204,000.00
PSidpnt
Au horized Signature /Tit e
422 Camino Del Campo
Rdn CA
s ress
8, er
INSTRUCTIONS TO BIDDERS _
The following contract documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
1. PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTORS)
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON- COLLUSION AFFIDAVIT
6. TECHNICAL.ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of
the total bid price) may be received in lieu of the Bidder's Bond. The title of
the project and the words SEALED BID shall be clearly marked on the outside of
the envelope containing the bid.
The City of Newport Beach will not permit a substitute format for the
contract documents listed above. Bidders are advised to review their content
with bonding and legal agents prior to submission of bid.
Bids shall not be received from bidders who are not licensed in accordance
with the provisions of Chapter 9, Division III of the Business and Professions'
Code. The low bidder shall also be required to possess a City of Newport Beach
business license prior to execution of contract.
The estimated quantities indicated in the PROPOSAL are approximate, and are
given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of
discrepancy between wording and figures, bid wording shall prevail over bid
figures. In the event of error in the multiplication of estimated quantity by
unit price, the correct multiplication will be computed and the bids will be
compared with correctly multiplied totals. The City shall not be held respon-
sible for bidder errors and omissions in the PROPOSAL.
Contract documents shall bear signatures and titles of persons authorized
to sign on behalf of the bidder. For corporations, the signatures shall be of a
corporate officer or an individual authorized by the corporation. For part-
nerships, the signatures shall be of a general partner. For sole ownership, the
signature shall be of the owner.
In accordance with the California Labor Code (Sections 1770 et seq.), the
Director of Industrial Relations.has ascertained the general prevailing rate of
per diem wages in the locality in which the work is to be performed for each
craft, classification, or type of workman or mechanic needed to execute the
contract. A copy of said determination is available in the office of the City
Clerk. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -7981
inclusive). The Contractor shall be responsible for compliance with Section
1777.5 of the California Labor Code for all apprenticeable occupations.
194375 A
Contr's Lic. No. & Classification
July 14 1988
0 ate
George Dakovich & Son, Inc.
Bidder
s /Vladimir Popovich /Vice President
Authorized Signature /Title
Page 2
• • Page 3
DESIGNATION OF SUBCONTRACTOR
The undersigned certifies that he has used bid(s) of the following listed
subcontractor(s) in making up his bid,.and that the subcontractor(s) listed
will be used for the work for which they bid, subject to the approval of the
Engineer and in accordance with the applicable provisions of the Specifications.
No change of subcontractor may be made except with the prior approval of the
Engineer and as provided by State law.
Subcontract Work Subcontractor Address
1. None
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
46
. �... im .1
t
Authorized Signature Tit e
• page 4
The Ohio Casualty Insurance ompany
HAMILTON. 0H70
BID OR PROPOSAL BOND
KNOW ALL MEN BY THESE PRESENTS, That we,
GEORGE DAKOVICH & SON, INC.
(hereinafter called the Principal) as Principal, and THE OHIO CASUALTY INSURANCE COM-
PANY, a corporation organized under the laws of the State of Ohio, with its principal office in the
City of Hamilton, Ohio (hereinaft, - called the Surety) and licensed to do business in the State of
CALIFORNIA as Surety, are held and firmly bound unto
CITY OF NEWPORT BEACH
(hereinafter called the Obligee) in the penal sum of TEN PERCENT OF AMOUNT BID
Dollars ($ 10% )
lawful money of the United States, for the payment of which sum well and truly to be made, we bind
ourselves, our heirs, executors, administrators, successors, and assigns.
THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas, the Principal has
submitted the accompanying bid, dated JULY 14 19 88, for
1988 -89 WATER MAIN REPLACEMENT PROGRAM
CONTRACT NO. 2701
NOW, THEREFORE, if the Obligee shall make any award according to the terms of said
bid and the Principal shall enter into a contract with said Obligee in accordance with the terms of said
bid and give bond for the faithful performance thereof within the time s_ecified; or if no time is
specified within thirty days after the date of said award; or if the Principal shall, in the case of failure
so to do, indemnify the Obligee against any loss the Obligee may suffer directly arising by reason of
such failure, not exceeding the penalty of this bond, then this obligation shall be null and void: other-
wise to remain in full force and virtue.
Signed, Sealed and Dated this ... ...I4.TH ....... day of ... . O. UL. Y .............................. 19....b.8.
GEO 'DAKOVICH & SON, INC.
.............................. ...
B y/ , I . (P�
THE OHIO FASUALTY, INSURANCE OMPANY
... t.
Attornq.In.Fact
STEVEN P. EDWARDS
0.1f].R. .
A'jTORNEY IN FACT ACKNOWLEDGMENT
ST,kTE OF CALIFORNUA
Comty of._F FAQ._____._._— ._____ `
On th¢.__ 14TH__ day U'_Y —_ --_ —.. ,n the year._.......1_`�'.a S __._-----._.-- before me, Notary P", in as I for SaN
FRESNQ___ County, State of California, residing therm, dub: commis :oncd and swo'", personally
appeared_ STEVEN_ P_ F.. Dt-;AFDS personally known to me, nrovM to me on the basis o(safl<
L, f fmCory erjeence
to be the person whose name is subscribed to this instrument as the aaomcv in fact o(__PHE , Of! IO CASUAL`1 Y 1. iVSU 12ANCF. CCi� ;ia :'1NY
and acknowledged to me that he 'Pltt: OI {IO CA3UI +?'Y INSU!�11NCE •.';!!ta:A f�Y
g G ❑she subs � bed the nam� ofs___.__._ ___________.____._ �_.__..._______._— __....— _.__.__.___..__.— __thc: cto az
surety, and � his her own name as auone to fact.
D. WITNESS WHEREOF, I have hereunto set my hand and affixed my official teed, the day, and ycar stated in this c_.....c_.c abov, .
r
i
I
'i
I
f
3
s
t3
b
S
�*
Y' t
4
� r
G
�' -, U
f
y �
S
3.w �
v
A'jTORNEY IN FACT ACKNOWLEDGMENT
ST,kTE OF CALIFORNUA
Comty of._F FAQ._____._._— ._____ `
On th¢.__ 14TH__ day U'_Y —_ --_ —.. ,n the year._.......1_`�'.a S __._-----._.-- before me, Notary P", in as I for SaN
FRESNQ___ County, State of California, residing therm, dub: commis :oncd and swo'", personally
appeared_ STEVEN_ P_ F.. Dt-;AFDS personally known to me, nrovM to me on the basis o(safl<
L, f fmCory erjeence
to be the person whose name is subscribed to this instrument as the aaomcv in fact o(__PHE , Of! IO CASUAL`1 Y 1. iVSU 12ANCF. CCi� ;ia :'1NY
and acknowledged to me that he 'Pltt: OI {IO CA3UI +?'Y INSU!�11NCE •.';!!ta:A f�Y
g G ❑she subs � bed the nam� ofs___.__._ ___________.____._ �_.__..._______._— __....— _.__.__.___..__.— __thc: cto az
surety, and � his her own name as auone to fact.
D. WITNESS WHEREOF, I have hereunto set my hand and affixed my official teed, the day, and ycar stated in this c_.....c_.c abov, .
r
i
G' x=&D COPY OF POWER OF ATremy
THE. OHIO CASUALTY INSURANCE COMPANY
HOSR QVnC.a. HAUMTOM ORIO _
HOe 21 -ss;
7tect W An Mtn 119 e tiff Wtyrn f@ That THE OHIO CASUALTY INSURANCE COMPANY, in parananee
of authority created by Article V6 Section 7 of the By -Laws of mid Company, does hereby nominate. constitute and appoints
Staitaa Qe Uwarda w es w w� w w w w as w w w w w v r w of )rreduat California w w- .-
its true and lawful agent and attorney -in -fact. to make, execute, seal and deliver for and on its behalf as surety, and as
its act and deed any ad all BONDS. UNDERTAKINGS, and RECOGNIZANCFS. not exceeding in any ainglo instance
iIZ �QSjIOtt w w w c m w w w w ... w w ss w • a'w m as l I}O(} QQ ► w) neu.r.
ex�7c udtng,ltowaver, ay astz ) or nndertakingr.) gtutantGoing the payment of notes adli inT�eat tEGreen
And the execution of such bonds or undertakings in pursuance of these yremats, shall be a binding upon mid Compaq,
as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly
elected officere of the Company at its o$cs in Hamilton. Ohio, in their own proper persons.
The authority granted hereunder supersedes any preview authority heretofore grated the above named attorney(@) in -fact.
In WITNESS WHEREOF. the undersigned, officer of the mid The Ohio Casualty
.�� ♦ Insurance Company has hereunto subscribed his name and affixed the Corporate Seal of the
le
said The Ohio Casualty Insurance Company this R4 day of ] 19
SEA24th j.)eje
(Signed)
................. _.....S ......................
STATE OF OHIO, t Aaate Secretary -
COUNTY OF BUTLER J SS. .. -
On this " Z�til day of '' �� " A D.�198S before
the subscriber, a Notary Public of the State of Ohio, in and for the County of Butler. duly commissioned and qualified, came
y end ��� g�� of THE OHIO CASUALTY INSURANCE COMPANY, to me
pen- ona�ly-7rno�wsn to be��e'iaadiitdu'afind omeIrZdsdrib'edssm. and who executed the preceding instrument, and he acknow-
ledged the execution of the "me. and being by ma duly sworn deposeth and with, that he is the officer of the Company
aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate
Seal and his signature as officer were duly affixed and subscribed to the mid instrument by the authority and direction of the
said Corporation.
peta!amae IN TESTIMONY WHEREOF I have hereunto met my hand and affixed my Official
O`3at� ?rlr� Sal at the City of Hamilton. State of Ohio. the day and year first above written.
�.'\\``''11 1
?s! *+y (Signed) .
rp� Notary Public is and for County of Butler. State of Ohio
�o,��i �p�� • as
�oao�msa� - My Commission expires ....... ....... ...
�eCtLtn�TaS "•Zvi. ••��� e
This power of attorney is granted under and by authority of Article VI, Section 7 of the By -Laws of the Company, adopted by
its directors on April 2, 1954, extracts from which read:
"ARTICLE VI"
"Section 7. Appointment of Attorney -in -Fact, etc. The chairmen of the board, the president, any vice - president, the
secretary or any assistant secretary shall be and is hereby vested with full power and authority to appoint attorneys -in -fact
for the purpose of signing the name of the Company as surety to, and to execute, attach the corporate seal, acknowledge
and deliver any and all bonds, reeognisances, stipulations, undertakings or other instruments of suretyship and policies of
insurance to be given in favor of any individual, firm. corporation, or the official representative thereof, or to any county
or state, or any official board or boards of county or state, or the United States of America, or to any ether political sub.
division."
This instrument is signed and waled by facsimile as authorized by the following Resolution adopted by the directors of the
Company on May 27, 1970:
"RESOLVED that the signature of any officer of the Company authorized by Article VI Section 7 of the by -laws to appoint
attorneys in fact, the signature of the Secretary or any Assistant Secretary certifying to the correctness of any copy of a
power of attorney and the seal of the Company may be affixed by facsimile to any power of attorney or copy thereof issued
. on behalf of the Company. Such signatures and seal are hereby adopted by the Company as original signatures and Leal.
i to be valid and binding upon the Company with the same force and effecf a though manually affixed. ". _ .
CERTIFICATE
11 the undersigned Assistant Secretary of The Ohio Casualty Insurance Company, do hereby certify that the foregoing power
of attorney. Article VI Section 7 of the by -lows of the Company and the above Resolution of its Board of Directors are true
and correct copies and are in full force and effect on this date.
IN WITNESS WHEREOF, 1 have hereunto set my hand and the seal of the Company this 14TH day of JUL +13., 19 88�
sslilJ.!1. L
J:' !�
,j SEAL I:
s "'.Ifli �ti�
Assistont Secretory
• • Page 5
NON- COLLUSION AFFIDAVIT
The bidder, by its officers and agents or representatives present at the time
of filing this bid, being duly sworn on their oaths, say that neither they nor
any of them have, in any way, directly or indirectly, entered into any arrange-
ment or agreement with any other bidder, or with any public officer of such
CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has
paid or is to pay to such bidder or public officer any sum of money, or has
given or is to give to such other bidder or public officer anything of value
whatever; or such affiant or affiants or either of them has not directly or
indirectly, entered into any arrangement or agreement with any other bidder or
bidders, which tends to or does lessen or destroy free competition in the
letting of the contract sought for by the attached bids; that no bid has been
accepted from any subcontractor or materialman through any bid depository, the
bylaws, rules or regulations of which prohibit or prevent the bidder from con-
sidering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman
from submitting bids to a bidder who does not use the facilities of or accept
bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be sug-
gested, offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
any agreement or understanding of any kind whatsoever with any person whomso-
ever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
Subscribed and sworn to before me
this 12th day of July ,
19 88.
My commission expires:
February 7, 1990
George Dakovich & Son, Inc.
s /Vladimir Popovich /Vice President
Authorized Signature /Title
s /Hazel W. Losee
Notary Public
• Page 6
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
Previous CNB contracts
George Dakovich & Son, Inc.
Bidder
s /Vladirjit Pgpovich/Vi
Prpqidpnt
uthorA ized Signature /Tit e
... �. :. ................... �_ v.. rru.+. m.. w: LU.. uuuHVJw:. �.:.. y�v.: aL'_ YYt W' vulii:_ WIU1NYYiWYYIt Wiill• YLLiJI ttYYY4l1iHaL40LiH+JL000U•�a': "•...::..'..
• 0 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 Register Circular 570.
INSURANCE COMPANIES shall be (1) licensed to conduct business in
California, and (2) assigned Policyholders' Rating A (or higher) and
Financial Size Category Class VIII (or larger) in accordance with the
latest edition of Best's Ke Ratin Guide: Pro erty- Casualty.
Coverages shall be provided or all TYPES OF INSURANCE checked on the
CERTIFICATE OF INSURANCE.
All costs associated with the specifications of these contract .
documents shall be absorbed in the bid. Such specifications shall
include those contained in (1) each contract document and (2) the
Standard Specifications for Public Works Construction (latest edition
adopted for use in the City of Newport Beach), except as supplemented
or modified by the Special Provisions for this project.
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, That
• Page 8
BOND NO. 2- 762 -879
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted July 25, 1988
has awarded to George Dakovich & Son, Inc.
hereinafter designated as the "Principal ", a contract for 1988 -89 Water Main
Replacement Program Contract No. 2701
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 =he
work agreed to be done, or for any work or labor done thereon of any kind, the Surety on
this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We GEORGE DAKOVICH & 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 FOUR THOUSAND AND NO /100--- - - - - -- Dollars ($ 204,000,00),
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
Payment Bond (Continued)
• Page 9
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 29TH day of JULY , 19--U_.
GEORGE DAKOVICH S N (Seal)
Name of Contractor Principal
Authorized Signature and Title
THE OHIO CASUALTY INSURANCE COM ANY
Seal)
Name of Surety
BOX 5�53FRESNO
s of rty Pdd 0 O e
sign ture ana it i T Hutnorizea A
JOH C. DAY, T RNEY -IN -FACT
(209) 449 -1900
Telephone No. of Agent
ATTORNEY IN FACT ACKNOWLEDGMENT
STATE OF CALIFORNIA
County of FRESNO ss.
On this 29TH day of JULY � , in the year 1988 , before me, a Notary Public in and for said
FRESNO --County, State of California, residing therein, duly commissioned and sworn, personally
appeared JOHN C . DAY _C.! persoaatty knosro to me, ❑ proved to me on the b..k of sstlsfactory evidence
to be the person whose name is subscribed to this instrument as the attorney in fact of THE OHIO CASUALTY INSURANCE COMPANY
and acknowledged tome that In he ❑ she subscribed the name of THE OHIO_ CASUALTY INSURANCE COMPANY thereto as
surety, and ® bis L', her own name as attorney in fact.
IN WITNESS WHEREOF I have hereunto set my hand and affixed my official seal, the day and year stated in t certificate above.
I t,. All
Notary Public
�� ,aucoul"r I -27 -89
V ro;n;;{salnn GKplrse Jan. 27. My commission expires
idiom l'�i
CER U ) COPY OF POWBR OF ATTORNEY
THE WHO CASUALTY INSURANCE COMPANY
HOUR OMCF. HAKM.TON. OHIO
No. 19 -572
,X110117 AU i{{Ptt bg 0112ap WPf ndih That THE OHIO CASUALTY INSURANCE COMPANY, in pursuance
of authority granted by Article Vl, Section 7 of the By -Laws of aid Company, does hereby nominate. constitute and appoint:
William Fr'_es or John C. Day or Wayne Lamb - - - - - of Fresno, California - - - - -
its true and lawful agent and attorney -in -fact, to makes execute, Beef and deliver for and on its behalf as surety, and as
its act and.deed any and all BONDS. UNDERTAKINGS, and RECOGNIZANCES. not exceeding in any single instance
SDC i MILLION - - - - - - - - - - - - - - - - - - - - - - - ($6 000,000.00 - -) Dollars,
excluding, however, any bond(s) or undertaking(s) guaranteeing the payment of notes and' interest thereon
And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company,
as fully and amply. to all intents and purposes, as if they had been duly executed and acknowledged by the regularly
elected often of the Company at its ofce in Hamilton. Ohio. in their own proper person,.
The authority granted hereunder supersedes any previous authority heretofore gram "a the above named attorpay(s) -in -fact
ixt _ la WITNESS WHEREOF, the underaigned. officer of the mid The Ohio Casualty
a,lll_..,ott f
jam;' F
Insurance Company has hereunto subscribed his aapw and .Sued the Corp6`rata Seal of the
Z
SEAL said The Ohio Casualty 'Insurance Company this 31st day of March 1983.
��
= \raw..+\ • (Signed) Thomas W. Hildebrand
............................... .......... ............. ... .......... ... ......................
Asst. Secretary
STATE OF OHIO, SS.
COUNTY OF BUTLER
On this 31st day of March A. D. 19 83 before
the subscriber, a Notary Public of the Sate of Ohio, in and for the County of Butler, duly commissioned and qualified, came
Thomas W. Hildebrand, Asst- Secretary - - of THE OHIO CASUALTY INSURANCE COMPANY, to me
personally known to bo the individual and officer described in. and who executed the preceding instrument. and he acknow-
ledged the execution of the name, and being by me duly sworn dapoxeth and saith, that he is the officer of the Company
aforesaid, and that the seal a &zed to the preceding instrument is the Corporate Seal of paid Company, and the said Corporate
Seel sad his signature as officer were duly affixed and subscribed to the mid instrument by the authority and direction of the
mid Corporation.
.. �mmnmee IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official
Z4,yu tttt °'also Seal at the City of Hamilton. Sate of Ohio, the day and year first above written.
(Signed) b
_......Doroth........................... -"... ...
` -•� Notary Public in and for County of Butler, State of Ohio
% I .
My Commission expire, . DeCemer 2a. µ ...
1986.
L7
This power of attorney is granted under and by authority of Article VI, Section 7 of the By -Laws of the Company, adopted by
its directors on April 2. 1954, extracts from which read:
"ARTICLE VI"
"Section 7. Appointment of Attorney -in -Fact, etc. The chairman of the board, the president, any vice- president. the
secretary or any assistant secretary shall be and is hereby vented with full power and authority to appoint attozneya -ia -fast
for the purpose of signing the name of the Company as surety to, and to execute, attach the corporate areal, acknowledge
and deliver any and all bonds, recognizances, stipulations. undertakings or other instrument. of suretyship and policies of
insurance to be given in favor of any individual, firm. corporation, or the official representative thereof. or to any county
or state, or any official board or boards of county or state, or the United States of America, or to any other political sub-
division."
This instrument is signed and sealed by facsimile as authorized by the following Resolution adopted by the directors of the
Company on May 27. 1970:
"RESOLVED that the signature of any officer of the Company authorized by Article VI Section 7 of the 6y -laws to appoint
in fact. the signature of the Seeretary or any Assistant Secretary certifying to the correctness of any copy of a
power of attorney and the seal of the Company may be affixed by facsimile to any power of attorney or copy thereof issued
an behalf of the Company. Such signatures and seal are hereby adopted by the Company as original signatures and mal,
to be valid and binding upon the Company with the name force and effect as though manually affixed."
CERTIFICATE
I, the undersigned Assistant Secretary of The Ohie Casualty Insurance Company, do hereby certify that the foregoing power
of attorney, Article VI Section 7 of the by -laws of the Company and the above Resolution of its Board of Directors are true
and correct copies and are in full force and effect on this date.
IN WITNESS WHEREOF, I have hereunto act my hand and the seal of the Company this 29TH any of JULY 'D•' 19 88
a,l SEAL j;:f
.ruts.
Assistant Secretary
•
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
i Page 10
BOND NO. 2- 762 -879
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted July 25, 1988
has awarded to George Dakovich & Son, Inc.
hereinafter designated as the "Principal ", a contract for 1988 -89 Water Main
lacement Program, Contract No. 2701
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 FOUR THOUSAND AND NO/100 ----------- Dollars ($ 204,000.00 J,
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
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 29TH day of JULY , 19_g —.
Authorized Signature and Title
THE OHIO CASUALTY INSURANCE COMPA Seal)
Name of Surety
P.O. BOX 5253, FRESNO, CA 93755
4 � n
gnatare and Tit e Authorized A
J6HN . DAY, A 0 NEY -IN -FACT
5260 N: PALM #400, FRESNO, CA 93704
Address of Agent
(209) 449 -1900
Telephone No. of Agent
I ATTORNEY IN FACT ACYNOWLEDGMENT
K i CE OF CALIFORNIA t
County of FRESNO a.
On this 29TH day of JULY . , in the year 1988 , before me, a Notary Public in and for said
FRESNO _County, State of California, residing therein, duly commissioned and sworn, personally
appeared JOHN C. DAY ' ] personally known tome, 0 proved tome on the basis of satisfactory evidence
to be the person whose name is subscribed to this instrument as the attorney in fact
and acknowledged tome that Qg he ❑ she subscribed the name of THE OH T O
M
ANY
surety, and ® his F. her own name as attorney in fact.
IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above.
r nrr
Notary Public
NO t 3„ -_, .. Ps My commission expires 1 -27 -89
FQEOt 0 C 04 lT, 4
iAy Cornmis..ids i+xpiles 27, 1089E
CER IED COPY OF POW R OF AaI ORNEY
TIJE OMO CASUALTY INSURANCE COMPANY
• HOME OFFIM HAKMTON. 0HI0
No. 19 -572
11WIll Nu Mtn bg XI 4409 y+YSPriIiE That THE OHIO CASUALTY INSURANCE COMPANY, in pursuance,
of authority granted by Article VL Section 7 of the By -Laws of said Company, does hereby nominate, constitute and appoint:
William Fries or John C. Day or Wayne Lamb - - - - - of Fresno, California - - - - -
its true and lawful agent and attorney -in -fact, to make. execute, seal and deliver for and an its behalf as surety, and as
its act and -deed any and all BONDS. UNDERTAKINGS, and RECOGNIZANCES, not exceeding in any, single instance
SSXMlLL10N -- - - - - - - - - - - - - - - - - - - - - - ( ;6000[000.00 -- )Dollars,
excluding, however, any band(s) or undertaking(s) guaranteeing the payment of antes and' interest thereon
And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon rid Company.
as fully and amply, to all intents and purposes, as if they had been duly ereeuteel and acka wiedged by the regularly
elected officers of the Company at its office in Hamilton. Ohio, in their owp proper persons.
The authority granted hereunder supersedes any previous authority heretofore grand the above named attoraey(s) -in-fact
„t In WITNESS WHEREOF, the undersigned. officer of the mid The Ohio Casualty
dal \lt_" sfr�
"!oInsurance Company has hereunto subs<ribed his name and affixed the Corporate Seal of the
a said The Ohio Casualty Insurance Company this 31st: day of March 1983.
`
,- SEAL S
`•. i-,
(Signed)
`;�...•. Thomas W. Hildebrand
� T" ... ............................... ........
.... ........... ...............................
Asst. Secretary
STATE OF OHIO, SS.
COUNTY OF BUTLER
On this 31St clay of March A D. 19 83 before
the subscriber, a Notary Public of the State of Ohio. in and for the County of Butler, duly commissioned and qualified, came
Thomas W. Hildebrand, Asst. Secretary - - of THE OHIO CASUALTY INSURANCE COMPANY, to me
personally known to be tbo individual and officer described in. and who executed the preceding instrument, and he aeknow.
lodged the execution of the same, and being by me duly sworn depoaeth and •aith, that he is the officer of the Company
aforesaid, sad that the seal atfized to the preceding instrument is the Corporate Seal of Said Company, and the said Corporate
Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the
mid Corporation.
... oynrvsmr, IN TESTIMONY WHEREOF. I have hereunto set my hand and affixed my Official
Seal at the City of Hamilton. State of Ohio, the day and year first above written.
••.
"' (Signed) Dorothy Bibee
.....................- ....... .. ............. ..... _............
S' "' ° Notary ublic in and for - •�q •.._ -•; e��� ry County of Butler, State of Ohio
top
�`' December 24 1986.
rneIn My Commission expires ..._ ............... ......._....i..................
This power of attorney is granted under and by authority of Article VI, Section 7 of the By -Laws of the Company, adopted by
its directors on April 2, 1954, extracts from which read:
"ARTICLE VI"
"Section 7. Appointment of Attorney -in -Fact, ate. The chairman of the board, the president, any vice - president. the
secretary or any assiatant secretary shall be and is hereby vested with full power and authority to appoint attorneys-in -feet
for the purpose of signing the name of the Company as surety to, and to execute, attach the corporate seal, acknowledge
and deliver any and all bonds, recognizance., stipulations, undertakings or other instruments of suretyship and policies of
insurance to be given in favor of any individual, firm, corporation, or the official representative thereof, or to any county
or state, or any official board or boards of county or state, or the United States of America, or to any other political sub-
division."
This instrument is signed and sealed by facsimile as authorized by the following Resolution adopted by the directors of the
Company on May 27. 1970:
"RESOLVED that the signature of any officer of the Company authorized by Article VI Section 7 of the by -laws to appoint
attorneys in fact, the signature of the Secretary or any Assistant Secretary certifying to the correctness of any copy of a
power of attorney and the seal of the Company may be affixed by facsimile to any power of attorney or copy thereof issued
on behalf of the Company. Such signatures and seal are hereby adopted by the Company as original signatures and seal,
to be valid and binding upon the Company with the "me force and effect u though manually affixed.-
CERTIFICATE
I, the undersigned Assistant Secretary of The Ohio Casualty Insurance Company, do hereby certify that the foregoing power
of attorney, Articlo VI Section 7 of the by -laws of the Company and the above Resolution of its Board of Director. are true
and correct copies and are in full force sad effect on this date.
IN WITNESS WHEREOF, I have hereunto set my hand and the seal of the Company this 29TH day of JUL`i''D•' 19 88
s,IILL fi
. sirirt'��r
Assistant Secretary
# •CERTIFICATE OF INSURANCE •
M
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
NAME AND ADDRESS OF INSURED
INSURANCE COMPANIES AFF
Page 12
Company A FIRIINAN'S FUND INSURANCE CO.
Letter
company B
Letter
Company C
Letter
Company D
Letter
Company E
Letter
This is to certify that policies of insurance listed below have been issued to the insured named
above and are in force at this time, including attached endorsement(s).
NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements,
CANCELLATION: Should any of the above desc ibed policies be cancelled or coverage reduced
before the expiration date t §ereof, the•Insurance Company affording coverage
shall pro�i�e 30 days' advance notice to the City of Newport Beach by
register\ mail,en ion: Public Works Department.
Agency: FRANK B. HALL & CO. OF CALIFORNIA
zed Representative
Date: 7 -29 -88 Telephone: (209) 449 -1900
Description of operations /locations /vehicles: All operations performed for the City of Newport
Beach by or on behalf of the named insured in connection with the following designated contract:
1988 -89 Water Main Replacement Program, Contract No. 2701
Project Title and Contract Number
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 THOUS
NDS 000
COMPANY
TYPES OF INSURANCE
Policy
Exp.
g. ro uc s
LETTER
COVERAGE REQUIRED
No.
Date
Each
Completed
Occurrence
Operations
GENERAL LIABILITY
x KL4Q. WXForm New Occurrence
A
x Premises-Operations Conmrcial
MXX
6 -1 -89
GENERAL AGGREGATE $3,000,
X Explosion & Collapse Hazard
0293450
PRODUCTS /COMP OPS
x Underground Hazard
AGGREGATE $3,000,
x Products /Completed Operations
PERSONAL /ADVERTISING
Hazard
INJURY $2,000,
Ox Contractual Insurance
EACH OCCURRENCE $2,000,
x Broad Form Property Damage
FIRE DAMAGE 50,
X Independent Contractors
MEDICAL EXPENSE 5, -
x Personal Injury
Marine
Aviation
AUTOMOTIVE LIABILITY
❑x Comprehensive Form
Bodily Injury
$
A
MXX
6 -1 -89
(Each Person)
❑x Owned
B0293450
$
Bodily Injury
Each Occurrence
Hired
Pro ert ama e
Bodily njury and
Non -owned
Property Damage
Combined
$ 2,000,
EXCESS LIABILITY
❑ Umbrella Form
Bodily Injury
❑ Other than Umbrella Form
and Property
Damage Combined
$
$
WORKERS' COMPENSATION
Statutor
and
ac
EMPLOYER'S LIABILITY
Accident)
NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements,
CANCELLATION: Should any of the above desc ibed policies be cancelled or coverage reduced
before the expiration date t §ereof, the•Insurance Company affording coverage
shall pro�i�e 30 days' advance notice to the City of Newport Beach by
register\ mail,en ion: Public Works Department.
Agency: FRANK B. HALL & CO. OF CALIFORNIA
zed Representative
Date: 7 -29 -88 Telephone: (209) 449 -1900
Description of operations /locations /vehicles: All operations performed for the City of Newport
Beach by or on behalf of the named insured in connection with the following designated contract:
1988 -89 Water Main Replacement Program, Contract No. 2701
Project Title and Contract Number
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
$ 2,000,000.
each occurrence
each occurrence
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:
ect title a
:,
This endorsement is effective 7 -29 —B8 at 12:01 A.M. and forms a part of
Policy No. _bXX8022i4b9
Named Insured ct )g(;E pAKQy1C1i & soN. ZNc. Endors dnt No.
Name of Insurance Company FTR S FUND INS, __By__
. Authorized Representati
X i
It is agreed that:
0
CITY OF NEWPORT BEACH
L7
COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT
Page 14
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 riold 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
( � Single Limit
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 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: 1988 -89 Water Ma'
Project Title and Contract Wo.r
This endorsement is effective 7 -29 -88 at 12:01 A.M. and forms a part of
Policy No.MXX80293450
Named Insured
GEORGE DAKOVICH & SON. INC.
Name of Insurance Company FIREMAN'S FUND INS
dorsement N .
By
Authorized Representati
CONTRACT
THIS AGREEMENT, entered into this L5LeAay of ��� 19 .9,
by and between the CITY OF NEWPORT BEACH, hereinafter "City,'
George Dakovich & Son, Inc. hereinafter "Contract , "is made with
reference to the following facts:
(a) City has heretofore advertised forbids for the following
described public work:
1988 -89 Water Main Replacement
2701
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:
1988 -89 Water Main Replacement.Program 2701
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 four thousand and No/ 100 --------------------------- � 204.000.00 )•
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
15
CONTRACT
THIS AGREEMENT, entered into this L5LeAay of ��� 19 .9,
by and between the CITY OF NEWPORT BEACH, hereinafter "City,'
George Dakovich & Son, Inc. hereinafter "Contract , "is made with
reference to the following facts:
(a) City has heretofore advertised forbids for the following
described public work:
1988 -89 Water Main Replacement
2701
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:
1988 -89 Water Main Replacement.Program 2701
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 four thousand and No/ 100 --------------------------- � 204.000.00 )•
This compensation includes (1) any loss or damage arising from the nature of the
work; (2) any loss or damage arising from any unforeseen difficulties or obstruc-
tions in the performance of the work; (3) any expense incurred as a result of any
suspension or discontinuance of the work; but excludes any loss resulting from
earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves,
and which loss or expense occurs prior to acceptance of the work by City.
3. All of the respective rights and obligations of City and Contractor
are set forth in the contract documents. The contract documents are incorporated
herein by reference as though set out in full and include the following:
(a) Notice Inviting Bids
(b) Instruction to Bidders and documents referenced therein
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and Endorsement(s)
0
•
Page 16
(f) Plans and Special Provisions for
19RR -RO Water Main Replacement. Program 2701.
Title of Project Contract No.
(g) This Contract.
4. Contractor shall assume the defense of, and indemnify and hold
harmless, City and its officers, employees and representatives from all claims,
loss or damage, except such loss or damage proximately 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.
i; p�
City to e
GeMwEbA ("
N me of Contractor Princi al)
Authorized Sin ure and Title.
Authorized Signature and Title
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
WATER MAIN REPLACEMENT PROGRAM
CONTRACT NO. 2701
SPECIAL PROVISIONS
INDEX
SECTION
PAGE
I.
SCOPE OR WORK . . . . . . . . . . . . . . . . . . . . . . . 1
II.
CLASSIFICATION OF CONTRACTOR'S LICENSE . . . . . . . . . . . . 1
III.
AWARD AND EXECUTION OF THE CONTRACT . . . . . . . . . . . . . . . . 1
IV.
TIME OF COMPLETION AND WORK SCHEDULE . . . . . . . . . . . . . . . 1
V.
PAYMENT. . . . . . ... . . . . . . . . . . . . . . . . . . . . . . 2
VI.
NOTICE TO RESIDENTS AND "NO PARKING" SIGNS . . . . . . . . . . . . 3
A. Notice to Residents . . . . . . . . . . . . . . . . . . . . . . 3
B. "NO PARKING" Signs . . . . . . . . . . . . . . . . . . . . . . 3
C. Street Sweeping Signs . . . . . . . . . . . . . . . . . . . . . 3
D. Access . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3
VII.
CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . . . . . . 4
VIII.
WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4
IX.
WATER SERVICE . . . . . . . . . . . . . . . . . . . . . . . . . . . 4
X.
TEMPORARY BYPASS WATER SYSTEM . . . . . . . . . . . . . . . . . . . 4
XI.
CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . . . . 4
A. Materials. . . . . . . . . . . . . . . . . . . . . . . . . . 4
B. Installation . . . . . . . . . . . . . . . . . . . . . . . . . 4
C. Closures . . . . . . . . . . . . . . . . . . . . . . . . . 5
D. Water Meter Boxes . . . . . . . . . . . . . . . . . . . . . . . 5
E. Water Main Abandonment . . . . . . . . . . . . . . . . . . . . 5
F. Temporary Resurfacing . . . . . . . . . . . . . . . . . . . . . 5
G. Water Meters . . . . . . . . . . . . . . . . . . . . . . . . . 5
• • SP1of 5
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
WATER MAIN REPLACEMENT PROGRAM
1988 -89
CONTRACT NO. 2701
I. SCOPE OF WORK
The work to be done under this contract consists of removing and replacing
existing water main; adjusting existing City -owned utility frames and covers
to finished grade; and other incidental items of work.
All work necessary for the completion of this contract shall be done in
accordance with (1) these Special Provisions, (2) the Plans (Drawing No
W- 5175 -5, (3) the City's Standard S ecial Provisions and Standard Drawings
for Public Works Construction, 988 Edition, and the Standard Specifications
for Public Works Construction, 1988 Edition. 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. CLASSIFICATION OF CONTRACTOR'S LICENSE
At the time of the award, the Contractor shall possess a General Engineering
Contractor 'A' License or a Pipeline Speciality Contractor C -34 License.
III. 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.
IV. TIME OF COMPLETION AND WORK SCHEDULE
A. All work under this contract shall be completed by September 30, 1988.
L
• SP 2 of 5
B. The Contractor's schedule shall consider the phasing of water main
construction, testing, disinfection, and connection to the existing
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.
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 Contractor the importance of prosecuting the construction in an
orderly, preplanned, continuous fashion, so as to minimize the incon-
venience to residents and businesses.
V. 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.
The substitution of securities for any payment withheld in accordance with
Section 9 -3.2 of the Standard Specifications is permitted pursuant to
Government Code Sections 4590 and 14402 -5.
• • SP 3 of 5
VI. NOTICE TO RESIDENTS AND "NO PARKING" SIGNS
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
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.
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 verif.ication
of posting at least 40 hours in advance of the need for enforcement.
The signs shall (1) be made of white card stock; (2) have minimum dimen-
sions of 12 inches wide and 18 inches high; and (3) be similar in design
and color to sign number R -38 on the CalTrans Uniform Sign Chart.
The Contractor shall print the hours, day and date of closure in
2- inch -high letters and numbers. A sample of the completed sign shall be
approved by the Engineer prior to posting.
Street Sweeping Signs
The Contractor shall bag or cover street sweeping signs on those streets
adjacent to the construction site in a manner approved by the Engineer,
after,posting "NO PARKING" signs. All street sweeping signs shall be
uncovered immediately after completion of work and upon removal of the
"NO PARKING" signs.
Access
Vehicular and pedestrian access shall be maintained at all times to resi-
dences adjacent to the project area; however, where conditions preclude
such access for reasonable periods of time (as determined by the
Engineer), access shall be restored at the end of each work day.
• SP 4 of 5
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.
VII. CONSTRUCTION SURVEY STAKING
Field staking for control of construction will be provided by the Engineer.
VIII. WATER
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.
XI. WATER SERVICE
Water service shall be maintained at all times to residences and businesses
except as permitted in Section IV. The Contractor's methods of providing
such continuous service shall be approved by the Engineer prior to construc-
tion.
X. 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.
XI. CONSTRUCTION DETAILS
A. Materials
The Contractor shall provide and install pipe materials which conform to
Section 207 -7 of the Standard Speciifications.
B. Installation
A.C.P. laying shall be performed in acc
of the manufacturer as described in the
"Installation Guide for Asbestos Cement
Pipe," published by CAPCO Pipe Company,
damage in handling, moving, and placing
dropped, dragged, nor handled in such a
bruises, cracks, or chips.
)rdance with the recommendations
most recent publication of
Distribution and Transmission
Inc. Care shall be used to prevent
the pipe. It shall not be
manner as to cause scratches,
SP 5 of 5
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.
C. Closures
The Contractor shall use C -900 PVC pipe for all closures equal to or less
than 3 feet 3 inches.
D. 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 substandard
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.
E. 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.
F. 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.
G. Water Meters
The Contractor shall salvage and return any water meters to be replaced
to the Utilities yard at 949 West 16th Street. The City shall furnish
new water meters to the Contractor for installation on the job site.
u
•
•
•
TO: CITY COUNCIL
FROM: Public Works Department
0
July 25, 1988
CITY COUNCIL AGENDA
ITEM N0. F -3(a)
SUBJECT: WATER MAIN REPLACEMENT PROGRAM 1988 -89 (C -2701)
RECOMMENDATION:
BY THE CITY COUNCIL
CITY OF NE4' F }'.T KhCh
JUL 2 5 1988
APPROVED
Award Contract No. 2701 to George Dakovich & Son, Inc. for the total
price of $204,025, and authorize the Mayor and the City Clerk to
execute the contract.
DISCUSSION:
At 11:00 a.m, on July 14, 1988, the City Clerk opened and read the
following bids for this project.
The low bid of is 15% below the Engineer's estimate of $240,000. The
low bidder, George Dakovich & Son, Inc., is a well - qualified general contractor
who has satisfactorily performed previous contracts for the City.
The project provides for the replacement of approximately 4,100 lineal
feet of deteriorated water mains and water service line in Newport Heights and
Corona del Mar (see attached exhibit for locations).
Bidder
Total Price
Low
George
Dakovich & Son, Inc.
$204,025.00
2
R & L
Sewers Inc.
210,640.00
3
Spear
Pipeline Construction
237,900.00
4
Colich
& Sons
251,380.00
5
Doty Brothers
263,487.50
The low bid of is 15% below the Engineer's estimate of $240,000. The
low bidder, George Dakovich & Son, Inc., is a well - qualified general contractor
who has satisfactorily performed previous contracts for the City.
The project provides for the replacement of approximately 4,100 lineal
feet of deteriorated water mains and water service line in Newport Heights and
Corona del Mar (see attached exhibit for locations).
•
0 0
Subject: Water Main Replacement Program 1988 -89 (C -2701)
July 25, 1988
Page 2
The replacement water mains will improve domestic water service and
provide increased pressure and reliability for fire protection. The water main
replacement is part of the continuing program to replace existing deteriorated
water mains in the City.
Sufficient funds for award are available in the Water Main Replacement
Program (Account No. 50- 9288 -001).
The plans and specifications were prepared by the Public Works
Department. The estimated date of completion is September 30, 1988.
• Benjamin Nolan
Public Works Director
SL:so
Attachment
•
,
•
•
3
3
I :ziL
L t;
7 ILL
i yy hI
o..
m _S
o
L, �..; c ` - +, 1, . �. ..� y yam' ♦ ♦s ra •+`,�✓�♦✓ �\` aJ - —\ � �" ti p S "Y
t 1 ���tw -J • \I � T� r 1 Y 7(
coh
ILI
�r
9EAE�
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
WATER MAIN REPLACEMENT
PROGRAM 1988 1989
C - 2701
PROJECT LOCATIONS
\ �>�
DRAWING No. EXHIBIT A
Authorlied to Publish Advertisements of all kmdstdmg public
notices by Decree of the Superior Court of Orange County,
California. Number A -6214. dated 29 September. 1961, and
A- 24831. dated i 1 June, 1963.
STATE OF CALIFORNIA
County of Orange Pub,K NC„G. AO+ Iwne co.+.a
by ,m. .mb.,n, e M ib 1 boon,
in to Gib. cobmn w 1'
I am a Citizen of the United States and a resident of
the County aforesaid: I am over the age of eighteen
years, -and not a party to or interested in the below
entitled matter. I am a principal clerk of the Orange
Coast DAILY PILOT, with which is combined the
NEWS - PRESS, a newspaper of general circulation,
printed and published in the City of Costa Mesa,
County of Orange, State of California, and that a
Notice of
Inviting Bids
of which copy attached hereto is a true and complete
copy, was printed and published in the Costa Mesa,
Newport Beach, Huntington Beach, Fountain Valley,
Irvine, the South Coast communities and Laguna
Beach issues of said newspaper for two ( 2 )
consecutive weeks to wit the issue(s) of
J1Jne 30
July 7
8
198—
198 8
198 —
198 -
198—
I declare, under penalty of perjury, that the
foregoing is true and correct.
Executed on July 7 t98 8
at Costa Me California.
.1i
Signature
PROOF OF PUBLICATION
0
NOTICE
INVITING BIDS
Sealed bids may be re-
Calved at the office of the
City Clerk, 3300 Newport
Boulevard. P. O. 8az "Sit,
Newport Beach. CA
92658 -8915 until 11:00 a.m.
on the 14th day of July,
1988, at which time such
bids shall be opened antl
by the City
27th day of
RAGGIO, City
Prospective bidders may
obtain one set of bid docu-
ments at no cost at the office
of the Public Works Depart-
ment, 3300 Newport
PUBLIC NOTICE
Boulevard. P. O. 1
Newport Beachch, . CA CA
92or further th
For information,
call Stephen Wy. Protect
Manager at 644-3311.
Published Pilot June my Coast
7.
Daily Pilot June 30, July 7,
988
Th7B2
•
•
•
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: WATER MAIN REPLACEMENT PROGRAM 1988 -89
CONTRACT NO. 2701
RECOMMENDATIONS:
1. Approve the plans and specifications.
*e 27, 1988
CITY COUNCIL AGENDA
ITEM NO. F -14
BY THE CITY COUNCIL
CITY OF NEWPORT BEACH
J U N 2 7 1988
APPROVED
2. Authorize the City Clerk to advertise.for. bids to be opened at
11:00 A.M. on July 14, 1988.
DISCUSSION:
The project provides for the replacement of approximately 4,350 lineal
feet of deteriorated water mains and water service lines in Newport Heights and
Corona del Mar. (See attached exhibit for locations.)
The replacement water mains will improve domestic water service and
provide increased pressure and reliability for fire protection. The water main
replacement is part of the continuing program to replace existing deteriorated
water mains in the City.
The Engineer's estimate for the work is $240,000. Adequate funds will be
available in the 1988 -89 appropriation for Water Main Replacement Programs to award
this amount.
The plans and specifications were prepared by the Public Works Department.
The estimated date of completion is September 30, 1988.
a, ZZ
Benjamin B. Nolan
Public Works Director
• SL:so
Attachment
(�J)
_
U.
* ♦ ,,,�, 1 4 s ! .. 1114
r f%i
oz
I ♦ i� +, �. r,�,�_ � rr '. a, t�yf � �.i I:. t t i�.. •" "1� -`
J I w t� K 2• '/ ..
I
P � ^
AVAWS
gh
- � C 5 ,� �« � ir'�+- � -•n„�. ,^`. < alt: r'��:
z
t ..� i' < �t ' �� :1 a .o't .. 1 `. •l S Xiy7/� �J� !.'. \l i �`, t
� �l —S d3� t., i�lSW i' :r • la's ry •l �� 1
..:BSAC '
PROJECT LOCATIONS
CITY OF NEWPORT BEACH DRANK J" DATE
PUBLIC WORKS DEPARTMENT APPROVED*
(MATER MAIN REPLACEMENT
PROGRAM 1988 1989
C - 2701 DRAWING Ro. EXHIBIT A
TO: (1) CITY ATTORNEY
(2) MAYOR
(3) CITY CLERK
FROM: Public Works Department
SUBJECT: 1988 -89 WATER MAIN REPLACEMENT PROGRAM
CONTRACT NO. 2701
1. 4 copies of Contract
ACTION REQUESTED:
1. Attorney
a. d Approve - as- ta_.form- na sign.
b. Forward-to-the Mayor.
2. Mayor
a. Signature requested.
b. Forward to the City Clerk.
0
August 12, 1988
3. City Clerk
a. Attest
b. Return to the Public Works Department
to the Shauna Oyler.
Shauna Oyler
Public Works Department
Attachments