Loading...
HomeMy WebLinkAboutC-2245 - Lido Isle Concrete ReconstructionSEW POR T O� m z P CITY OF NEWPORT BEACH P.O. BOX 1768, NEWPORT BEACH, CA 92663 -3884 OFFICE OF THE CITY CLERK (714) 640 -2251 March 15, 1982 Fleming Engineering, Inc. 8281 Commonwealth Ave, Buena Park, CA 90261 Subject: Surety: Industrial Indemnity Co. Bonds No.: YS 840 -5590 Project: Lido Isle Concrete Reconstruction Contract No. := The City Council on February 22, 1982 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. The Notice of Completion was recorded with the Orange County Recorder on March 1, 1982, Reference No. 82- 070717. Please notify your surety company that the bonds may be released 35 days after this recording date. Sincerely, Wanda E. Andersen City Clerk 14EA: lr cc: Public Works 3300 Newport Boulevard, Newport Beach ,ease return to City Clerk City of Newport Beach 3303 NevipGrat Blvd. P.O. BC- 1 ' f-� Nevjr::;:) z yl ; CA 32663.3884 NO CONSIDERATION 82- 070717 PW CWMMMmW C*da mffi . EXEMPT C2 NOTICE. OF COMPLETION PUBLIC WORKS -29.0 PM WR I '82 I o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on February 22, 1982 _ the Public Works project consisting of Lido Isle Concrete Reconstruction (C- 2245)_.— on which Fleming Engineering, Inc., 8281 Commonwealth Ave., Buena Park. CA 90261 was the r, and Industrial Indemnity Co. was t ' . completed. 3A 1 ?. F igned, say: VERIFICATION TY OF NEWPORT _ ""►'I BEACH Pul6lic 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 February 25, 1982 at Newport Beach, California. J� -1 �- z JW Pub c Works 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 February 22 1982 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 February 25, 1982 at Newport Beach, California. City Clerk 9 CITY OF NEWPORT BEACH February 25, 1982 P.O. BOX 1768, NEWPORT BEACH, CA 92663 -3884 Lee A. Branch County Recorder P.O. Box 238 Santa Ana, CA 92702 Dear Mr. Branch: OFFICE OF THE CITY CLERK (714) 640 -2251 Attached for recordation is Notice of Completion of Public Works project consisting of Lido Isle Concrete Reconstruction, Contract No. C -2245 on which Fleming Engineering Inc. was the Contractor and Industrial Indemnity Company was the surety. Please record and return to us. Sincerely, Wanda E. Andersen City Clerk WEA:lr enc. 3300 Newport Boulevard, Newport Beach February 22, 1982 CITY COUNCIL AGENDA ITEM NO. I � TO: CITY COUNCIL FROM: Public Works Department e771 SUBJECT: ACCEPTANCE OF LIDO ISLE CONCRETE RECONSTRUCTION (C -2245) 987 RECOMMENDATIONS: 1. Accept the work. COUNCIL C;;i Q.-. E :' : rCP,T ROACH 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 filed. DISCUSSION: The contract for the reconstruction of deteriorated curb and gutter on Lido Island has been completed to the satisfaction of the Public Works Department.. The bid price was $53,877.00 Amount of unit price items constructed $74,081.25 Amount of change orders 1,066.50 Total contract cost $75,147.75 Funds were budgeted in the General Fund. During construction, the residents pointed out additional areas of settled curb and gutter. The replacement of these resulted in the increase in the cost of the unit price items constructed. Sufficient funds were available in the existing appropriation to cover the cost of the work. The design engineering was performed by the Public Works Department. The contractor is Fleming Engineering, Inc., of Buena Park. The contract date of completion was August 28, 1981. The work was completed by that date except for the curb around the Via Genoa circle which had to be replaced a second time due to unacceptable work initially. All work was completed by January 14, 1982. Benjamin B. Nolan Public Works Director GPD:jd DATE July 27 1981 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 TO: FINANCE DIRECTOR FROM: City Clerk SUBJECT: Contract No.2245 Description of Contract Lido Isle Concrete Reconstruction Effective date of Contract July 14th, 1981 Authorized by Resolution No. 10089 adopted on July 14, 1981 Contract with Fleming Engineering Inc. Adress 8281 C umormalth. Ave. Buena Park, CA 90261 Amount of Contract "$ 53,877.00 /s/ Wanda E. Andersen WANDA E. ANDERSEN City Clerk City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 5 -81 re F toCITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport.Boulevard, Newport Beach, CA 92663 until 11:00 A.M. on the 24th day of June 1981, at which time such b s shall be opened and read�or LIDO ISLE CONCRETE RECONSTRUCTION Title of Pro' 2245 Contract No. $52,000 Engineer's Estimate N% Approved by the City Council this 8th day of June , 1981. je/z "- e d . U- AInGrn Wanda E. Andersen 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, Newport Beach, CA 92663. For further. information, call Gilbert Won at 640 - 2281. ` Project Eng near �_. y } - '� _ AIL CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LIDO ISLE CONCRETE RECONSTRUCTION CONTRACT NO. 2245 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: PR la 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 pro- poses to furnish all materials and do all the work required to complete Contract No. 2245 in accordance with the Plans (Drawing No. R- 5424 -S) and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: T UNIT PRICE WRITTEN IN WORDS 1. 3,150 Reconstruct existing P.C.C. "Rolled" curb Linear Feet and gutter E CE @ Eleven Dollars and No Cents $ 11.00 $ 34,650.00 Per Linear Foot 2. 430 Reconstruct existing P.C.C. curb Linear Feet and gutter @ Eleven Dollars and No Cents $ 11.00 $ 4,730.00 Per Linear Foot 3. 1,354 Reconstruct existing P.C.C. cross Square Feet gutter @ Four Dollars and Fifty Cents $ 4.50 $ 6,093.00 Per Square Foot • « PR 1b ITEM QUANTITY ITEM DESCRIPTION NO. AND UNIT UNIT PRICE WRITTEN IN WORDS 4. 156 Reconstruct existing P.C.C. gutter Linear Feet @ Nine Dollars and No Cents $ 9.00 $ 1,404.00 Per Linear Foot 5. Lump Sum Construct pump station improve- ment (includes A.C. paveout, fill and removal of existing P.C.C. improvements) @ Seven Thousand No Lump Sum TOTAL PRICE WRITTEN IN WORDS: 'Fifty -Three Thousand Eight Hundred Seventy -Seven Dollars and No Cents Dollars and Cents 7,000.00 $ 7,000.00 327629 -A Contractor's Li 6 Classification Fleming Engineering Inc. Bidder 53,877.00 June 24, 1981 Date /s /Harry C. G ss/ Vice President Authorized gnature/Title 8281 Commonwealth Ave., Buena Park, CA 90261 714 - 994 -3501 Bidder's Address Bidder's Telephone No. f Page 2 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 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. 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. 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. Bids shall be submitted on the attached PROPOSAL form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. 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 dis- crepancy 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 responsible for bidder errors or 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 the President or Vice President. For partnerships, the signatures shall be of a general partner. For so a 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 con- tract. 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 in- clusive). The Contractor shall be responsible for compliance with Section 1777.! of the California Labor Code for all apprenticeable occupations. 327629 -A Fleming Engineering Inc. Contr's Lic. No. & Classification Bidder June 24, 1981 /s/ Harry C. oss /Vice President Date Authorized Signature /Title AML �— 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. Item of Work Subcontractor Address 1 NONE 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12 Fleming Engineerinq, Inc. Bidder Harry C. sM c� ePresident Authorize Signature/Title os 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. Fleming Engineering, Inc. Bidder /s/ Harry C oss /Vice President Authorized Signature /Title Subscribed and sworn to before me this 24th day of June 1981 My commission expires: April 27. 1984 /s /Jenette A. Duncan Notary Public Page 4 FOR ORA SEE CITY CLERK'S FILE COPY" BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, Fleming Engineering, Inc. , as bidder, and Industrial Indemnity and firmly bound unto the City of Newport Ten Percent of the amount bid in -- - - - - -- lawful money of the United States for the to be made, we bind ourselves, jointly an THE CONDITION OF THE FOREGOING OBLIGATION as Surety, are held Beach, California, in the sum of ---- --------- Dollars ($10 %of bid ), payment of which sum well and truly severally, firmly by these presents. IS SUCH, That if the proposal of the above bounden bidder for the construction of Lido Isle Concrete Reconstruction C -2245 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 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 a notice to the above bounden bidder by and from said City that said contract is ready for execution, 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 indi- vidual, 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 24th day of June ,1981. Fleming Engineering, Inc_ Bidder (Attach acknowledgement of 93 + ai Attorney -in -Fact) /s/ Harry C. oss /Vice President /s /Jennette AE Duncan Authorized Signature /Title CRp ijs�9n Flares Industrial Indemnity Company Surety By /s/ William R. Friis Title Attorney -In -fact Page 6 FOR ORIGINAL SEE CITY CLERK'S FILE COPY STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. Fleming Engineering, Inc. /s/ Harry C. oss /Vic�ident Authorized Signature/Title- �_ r�,-� �_ �� Page 7 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. Fl emi nq En ineerin Inc. id er �A , Iz- ° Is/ Harry C 5s /Vice President Authorized Signature it e Page 8 NOTICE The following are samples of 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 9 & 10) FAITHFUL PERFORMANCE BOND (pages 11 & 12) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13,14 & 15) CONTRACT (pages 16 &.17) Since 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 sub- mission of bid. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall includc those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction .(latest edition adopted, for use.in the, . ty of ewport Beac , except as supplemented or modified by the Special Provisions for this project. r�� _. - � - 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, provender, or other supplies or teams used in, upon, for, or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind; the Surety on -this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We FLEMING ENGINEERING. INC. as Principal, and I�QUS TRIAL .INDEMNITY COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of liars ($ 53.877.00 ), said sum being one -half 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 SIKH, that if the.above bounden Principal or his,subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, 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 Unemployment 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 al so,.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 4204 of the Government Code of the State of California. This bond shal corporations entitl so As to give a4ig A inure to the benefit of any and all persons, companies, and d:to file :claims under Section. 3181 of the California Civil Code t of action to them or`their assigns.in any suit.brought upon Page 10 Payment Bond -(Co.ntinued) this bond, as required by the Provisions of.Section 4205 of the Government 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 14Tx day of JULY s Y FLEMING ENGINEERI INC._. Seal) Name of Contractor Principal BY: Authorized Sigiiature and Title Authorized gnature and T it e INDUSTRIAL INDEMNITY COMPANY (Seal) Name of Surety 505 S. VIRGIL AVE., LOS ANGELES, CA, ;;..90005 Address /ofySurety ° Apprpved as to form: GlIty Attorndy >ignaLure ano iizie o WILLIAM R. FRIIS;. 714 - 787 -873 e ephone No. of Agent y so i t S 2 R } E § LLE. , E■ � k Kog � ' 2 5 � E,.� k k o E §■E ��, o- ■» 2� �— ` 0 M ■9 M.$ . w B � 2 � § 2 � - - ®q ■ P k O , rb ■�� §;- � | , §�C,! ■ ; 30 g ; § ■k \� � 7� � g�$ § k � } {\ \ •/ # # \\ ƒ t ■| CD �� \ ) � � \ hereinafter designated as the "Principal "> a contract for Lido Isle Concrete Reconstruction C -224b ; 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 _ FLEMING ENGINEERING, INC. i. as Principal, and INDUSTRIAL INDEMNITY COMPANY r, as Surety, are held and 'firmly bound unto the City of Newport Beach, in the sum of FIPTY TfrUS M HicM Hmn SS17IIW -&EVEN 2w No /100 - Dol 1 ars ($ 5 3, 8 7 7. 0 0 ) , 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.:a =well and truly keep and perform the covenants, con- ditions, and agreements in the said contract and any alteration thereof made as therein provided an his or 'their Part, to be kept and performed at the time and in the manner therein specified, and in all ^es{lects 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. f 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.perfo.rmed thereunder.or to the specifications accompanying the same shall in any wise affect its.obligations ' on this.bond, and it does hereby waive notice Page 12 j c 112A fi l Performance Bond (G66tinued) 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 individuals-'.';: 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 14TH day of JULY 19 81 FLEMING E I EERIN I (Seal) f Name of Contractor Principal) BY: Authorized Sig ture and Title Authorized Signature and Title INDUSTRIAL' INDEMNITY COMPANY (Seal) Name of urety B S. VIRGIL AVE. LOS ANGELES CA. 90005 is of Surety i. BY: Signature and Title of uthor z nt WILLIAM R. FRIIS, ATTORNEY- INj$Ai:L App d as to f P. O. BOX 20086 RIVERSIDE CA. 92516 ddress of Agent City t orney, 714 -787 -8730 Telephone No. of Agent 11 ! ��� � } . > � | k � / 2 ! ` jam § f�| . | � � � ■ �$I`| ■� . _| . E§( .� }K) .? • a» B \ ig,\� 2 � @ s � ; # / \a9- � « . \\ \\ \ � \\ ■ \� � §«25� -� X0,61 ; �®(C) §& » 22�� m e. e A0 - o � 2) �&$ § a. » {�� \_�§ ^��g7 k2 & §\ 2R 0. ik � §I 00 �� . do CERTIFICATE OF INSURANCE N Page 13 Kiirmms c nULUCR INSURANCE COMPANIES AFFORDING COVERAGES City of Newport Beach Company 3300 Newport Boulevard Letter A GREAT AMERICAN INSURANCE COMPANY Newport Beach, CA 92663 WAur Akin Annnrec Ar TUFi nen 1 Company B Letter C 8281 COMMONWEALTH Company Letter O BUENA PARK, CA. 90621 Company E 1 4v 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). COMPANY Policy Policy LIMITS OF LIABILITY IN THOUSANDS 000 LETTER TYPE OF INSURANCE No. Exp. ac Date Occurrence Aggregate GENERAL LIABILITY IN Comprehensive Form Bodily Injury $ 500 $ 500 A 3 Premises- Operations 0 Explosion & Collapse Hazard M Underground Hazard 133231 951 6/30/8 Property Damge $ 500 $ 500 fid Products /Completed - Operations Hazard Bodily Injury Contractual Insurance and Property $ $ �y Broad Form Property Damage Independent Contractors Dama a Combined ® Personal Injury Personal Injury $ 500 EI Marine ❑ Aviation AUTOMOTIVE LIABILITY A Ig Comprehensive Form ® Owned Hired A3578 080 6/30/8? Bodily Injury Each Person $ $ \ Bodily Injury Each Occurrence Pro ert Dama e $ Jl Non -owned X Bo 1 y njury and Property Damage $ 500 Combined EXCESS LIABILITY Unbrella Form Bodily Injury 0 Other than Umbrella Form and Property $ $ Damage Combined WORKER C ENSA N I Statutory A and EMPLOYER'S LIABILITY DC26 64 6/30/8 ac Accident NOTE: The Comprehensive General Liability or (and) Automotive Liability policy(s) is (are) endorsed with the attached City of Newport Beach Endorsement(s). CANCELLATION: 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 certificate holder by mail, Attention: Public Works Department FRIIS & COMP Y„ IN By: it /a1 %.� Agency: JULY 20, 1981 Aut orized ftPresentatfVff Date Iss, uescription 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: LIDO ISLE CONCRETE RECONSTRUCTION C -2245 Project title and contract number NOTICE: 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. MPage 14 CITY Of NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Bodily Injury and Property Damage Liability, the City of Newport Beach, its 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 b each occurrence occurrence $ 500,000 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: LIDO ISLE CONCRETE RECONSTRUCTION C -2245 (Project Title and Contract No.). This endorsement is effective 7/14/81 at 12:01 A.M. and forms a part of Policy No. BA357808.0 Named Insured FLEMING ENGINEERING, INC. Name of Insurance Company GREAT AMERICAN IN rsement No. 1 FRIIS 6 COMPANY, INC. CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT Page 15 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 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 hold 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. (X) Multiple Limits 000 Bodily Injury Liability $ 500, each occurrence Property Damage Liability $ 500,000 each occurrence ( ) Single Limit Bodily Injury Liability $ 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: LIDO ISLE CONCRETE RECONSTRUCTION C -2245 Project Title and Contract No. This endorsement is effective 7/14/81 at 12:01 A.M. and forms a part of Policy No.BP3231951 Named Insured FLEMING ENGINEERING, INC. Endorsement No. 30 FRIIS & COMPANY, INC. Name of Insurance CompanyGREAT AMERICAN INS. COBy Authorized Rep esentativ aft CONTRACT Page 16 reference. tote following facts: (a).`City has heretofore advertised for bids for the following described public work:" Lido Isle Concrdte"Reconstruction C -2245 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. contr-act, 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: Lido Isle Concrete Reconstruction C -2245 i tl e 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. con tract documents. 2. As full - compensation for the performance and completion of this work. as prescribed above,.,City shall pay to Contractor the sum of Fifty-Three n Dollars ($ .53,877.00 ) is Compensation nc u es any lost or damage arising from the nature oft the work; ( 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) -- - ---------------------- 000 IL j 1 z 6.. �..- Y •• . • SP 1 of 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR LIDO ISLE CONCRETE RECONSTRUCTION CONTRACT NO. 2245 I. SCOPE OF WORK Work to be done under this contract consists of reconstructing portions of Portland cement concrete cross gutter, rolled curb and gutter, standard curb and gutter, and pump station improvements. The contract requires the completion of all the work in accordance with these Special Provisions; the Plans (Drawing No. R- 5424 -S); the City's Standard Special Provisions and Standard Drawings for Public Works Construction, 1980 Edition; and the Standard Specifications for Public Works Construction, 1979 Edition, including supplements to date. Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Engineer's office for $5. II. COMPLETION OF WORK The Contractor shall complete all the work under this contract within thirty (30) consecutive calendar days following commencement of the specified work or by August 28, 1981, whichever comes first. III. CONSTRUCTION SURVEY STAKING Field staking for control of construction and limits of work will be provided by the Engineer. IV. GUARANTEE The Contractor shall guarantee for a period of one (1) year after the accep- tance of the work all materials and workmanship against any defects whatsoever, including trench and pavement settlement. Any such defects shall be repaired at the Contractor's expense. 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 or lump sum price bid for each item of work. VI. WATER III 00 00 SP 2 of 3 The Contractor shall make provisions for obtaining and applying water necessary to perform his work. If the Contractor elects to use City water free of charge, it shall be his responsibility to make arrangements by contacting the City's Utilities Superintendent, Mr. Gil Gomez, at (714) 640 -2221. TRAFFIC CONTROL AND ACCESS Traffic control shall be approved by the Engineer prior to commencing any work. When parking is to be prohibited within the construction area, the Contractor shall furnish, install, and maintain in place "NO PARKING, TOW- AWAY" signs (even if streets have posted "NO PARKING" signs) which shall be posted at least 48 hours in advance of the need for enforcement. The signs shall (1) be made of white or buff card stock; (2) have minimum dimen- sions of 15" wide and 18" high; (3) be lettered in red except for the day and date of work; and (4) conform to the dimensions shown below: I TEMPORARY NO PARKING TOW AWAY 6 AM TO ZONE Ai 6 PM. 2„ C.V.C. 22652 B�` NEWPORT BEACH POLICE DEPT. 673-22 11 3% Vehicular and pedestrian access shall be maintained at all times for all resi- dences adjacent to the project area; except where this contract construction physically precludes such access for reasonable periods of time as approved by the Engineer. The Contractor shall distribute to each affected residence a written notice stating when construction operations will interfere with vehicular accessi- bility. Such notices shall be prepared in advance by the Engineer and pro- vided to the Contractor. The Contractor shall complete the applicable dates and times of traffic restriction, and distribute the notices between 40 and 55 hours prior to closing or restricting access to streets or driveways. 00 00 SP3of3 VIII. CONSTRUCTION DETAIL The City's objective is to eliminate the ponding of water caused by deflection in the flowline. The Contractor, by submitting a bid, acknowledges that Lido Isle is a very flat area with P.C.C. flowline averaging S = 0.001 1. A. All concrete improvements shall be constructed with Class 560 -C -3250 concrete. Reconstruction of P.C.C. spandrels shall include curb return construction under the item of work for "Reconstruct P.C.C. Cross Gutter." The Contractor is responsible for removal of tree roots which interfere with the work or are located within 6 inches of the work. If the Contractor elects to use the City's services for root pruning free of charge, it shall be his responsibility to make arrangements by contacting the City's Parks and Recreation Superintendent, Mr. Jack Brooks, at (714) 640 -2271. B. All asphalt concrete (A.C.) patching shall be constructed with Type III -C -3 AR4000 material. Asphalt concrete patching and tack coat shall be included in the unit price bid for the respective items of work. A minimum of 6" paveout shall be required adjacent to edge of gutter. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LIDO ISLE CONCRETE RECONSTRUCTION CONTRACT NO. 2245 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: PR la 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 pro- poses to furnish all materials and do all the work required to complete Contract No. 2245 in accordance with the Plans (Drawing No. R- 5424 -S) 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. 3,150 Reconstruct existing P.C.C. "Rolled" curb Linear Feet and gutter @ Dollars and �ycv Cents $ $�.. Per Linear Foot 430 Reconstruct existing P.C.C. curb Linear Feet and gutter @�,t�✓� Dollars and /!GO Cents $ f�'—o $ %,30 Per Linear Foot 1,354 Reconstruct existing P.C.C. cross Square Feet gutter @ Dollars and , 0 Cents $ < _ $ X093 er Wr Foot i ,go • • PR lb ITEM QUANTITY ITEM DESCRIPTION NO. AND UNIT UNIT PRICE WRITTEN IN WORDS 156 Linear Feet Lump Sum TOTAL PRICE WRITTEN IN Reconstruct existing P.C.C. gutter @ Dollars and Cents $ $ Per Linear Foot Construct pump ment (includes and removal of improvements) station improve - A.C. paveout, fill existing P.C.C. @ //� Dollars r and iyw Cents $ %OGY� $ 7new �= Lump Sum 3.2 �2 9 - Contractor's Lic. No. & C assification Qios, = �qy- 6/ Da Dollars and Cents $ 4;F3, 8.77 .o _'i /L ✓L uthorized nature /Title Bidder's Telephone No. 0 0 Igo Page 2 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 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. 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. 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. Bids shall be submitted on the attached PROPOSAL. form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. 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 dis- crepancy 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 responsible for bidder errors or 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 the President or Vice President. For partnerships, 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 con- tract. 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 in- clusive). The Contractor shall be responsible for compliance with Section 1777. of the California Labor Code for all apprenticeable occupations. 317,6 !9 9 .¢ Contr's Lic. No. & Classification Bidder r Z C/< S/ e C • %/ . Date Authoriz Signature /Title •0 00 DESIGNATION OF SUBCONTRACTOR(S) Page 3 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. Item of Work Subcontractor Address 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. FLEMING ENGINEEMINU 'N 5281 OOMMONW TALTAVENUE _ BUENA PARK (714) 994,Ml R13) 8268684 r IrA Author d Signature Tit e �• •• Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, as bidder, and as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($ ),. 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 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 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 a notice to the above bounden bidder by and from said City that said contract is ready for execution, 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 indi- vidual, 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 Tr � ha and seals this day of 19 � (Attach acknowledgement of Attorney -in -Fact) M Title Authorized Signature /Title Surety *• N 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. FLEMING ENGINEERING INC. 8281 COMMONWEALTH AVENUE BUENA PARK, CALIFORNIA 90621 04) 994- 3501 (213) 926 -6664 Bidder d- WaA. Aul rized Signature /Title Subscribed / and sworn to before me this � day of My commission expires: ate, /9�'/ Notary Public soft" � l�lTIE 4 811NCAN rtJBUGCUrtort m ORANGE COUNTY • My CO"MW Ewp1I05 40, It. 1984 00 . • Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. FLEMING ENGINEERING INC. 8281 COMMONWEALTH AVENUE BUENA PARK CALIFORNIA 90621 (714) 994 -3501 (213) 9266664 Bidder 1 , AuthOrized Signature/Title 0• 0` Page 7 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 Co!npleted For Whom Performed (Detail) Person to Contact Telephone No FLEMING ENGINEERING INC. 8281 COMMONWEALTH AVENUE BUENA PARK, CALIFORNIA 90621 (714) 9943501 (213) 926 -6684 Bidder ut on ed Signature /Title HOME OFFICE SAN FRANCISCO KNOW ALL MEN BY THESE PRESENTS: That FLEMING , INC. PROPOSAL OR BID BOND Bond No. YS780 -9847 Premium $ NIL (hereinafter called the Principal) as Principal, and INDUSTRIAL INDEMNITY COMPANY a corporation created and existing under the laws of the State of CALIFORNIA with its principal office at SAN FRANCISCO (hereinafter called the Surety), as Surety, are held and firmly bound unto' CITY OF NEWPORT BEACH (hereinafter called the Obligee), in the full and just sum of TEN PERCENT OF AMOUNT BID Dollars ($ 108 ), good and lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Whereas, the Principal herein is submitting a proposal for LIDO ISLE CONCRETE RECONSTRUCT (C -2245) Now, Therefore, if the bid or proposal of said Principal aball be accepted, and the contract for such work be awarded to the Principal thereupon by the said Obligee, and said Principal shall enter into a contract for the completion of said work and furnish bonds as required by law, then this obli- gation shall be null and void, otherwise to remain in full force and effect. Signed, sealed and dated this 24TH day of JUNE 1YO04 Rl (9/72) V' 119 81' FLEMING ENGINEERING, INC. BY: e .° Principal INDUSTRIAL INDEMNITY CO.1'ANY By < ✓l�w� ,' ��' ILLIAM R. FRIIS, Attorney =in -fact. a N� a 0 s m T m I O z W til o a 0 0 O ro O O 7d O z C r i S 4 i ,.. ..:_ .. .�::- ... �,: - =::::. .`sx'rio.....3C�.m''r r -. :: aia.r :.et:;�:• ..� �: - -- k )a _. EE{■ . � %2f J v CL \ } # k . k ° ` §)■ k aj ■�(y = {; . |ee / »/ |,tee[ -- ! \§ � (m{ | a °�; . = | !_ I c S ■ . � , § `2 k }} ■ * 7§ \]j) § 2&�; � § / 0z 7 L6 k \ \\ k ] k $ 2/ §�)J . ƒ z \ . �Z C: j 23l§ ■ \ \ 2u \ « \ e � - � • • 00 R -0 Achae JUL 14 1981 By the UifY COUNCIL CITY OF NEWPORT BEACH TO: CITY COUNCIL FROM: Public Works Department SUBJECT: LIDO ISLE CONCRETE RECONSTRUCTION, C -2245 RECOMMENDATION: •0 July 14, 1981 CITY COUNCIL AGEN A ITEM NO. >_ — Adopt a resolution awarding the contract to Fleming Engineering Inc. for $53,877, and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: The following six bids were opened and read in the office of the City Clerk at 11 :00 A.M. on June 24, 1981: Bidders Amount Bid 1. Fleming Engineering Inc. $53,877.00 2. Luz Pina General Engineering $56,412.14 3. Damon Construction Co. $57,862.50. 4. Elco Miramontes $59,671.96 5. Nobest Inc. $64,792.00 6. Dunlop Concrete Construction $79,253.26 The low bid is 3.6% higher than the Engineer's estimate of $52,000. Funds are available in the current appropriation for Resurface and Patch Streets and the Alleys on Lido Isle, Phase I, Account No. 02- 3397 -206. The project provides for reconstruction of displaced or damaged con- crete street improvements. This work is a preparatory phase to be completed prior to the first phase of Lido Isle resurfacing, which is scheduled for this fall. The repairs will alleviate water ponding in existing gutter flowlines. A check of the references supplied by Fleming Engineering Inc. indi- cates the company has recently completed similar work to the satisfaction of other agencies. The plans and specifications were prepared by the Public Works Department. The contract requires completion of all work by August 28, 1981. Benjamin B. Nolan ' Public Works Director GW:jd M RESOLUTION NO. 1 �0 0 :900 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT (NO. C -2245) TO FLEMING ENGINEERING INC. IN CONNECTION WITH LIDO ISLE CONCRETE RECONSTRUCTION WHEREAS, pursuant to the notice inviting bids for work in connection with Lido Isle concrete reconstruction for resurface and patch streets and the alleys on Lido isle, Phase 1, Account No. 02- 3397 -206 and the plans .and specifications heretofore adopted, bids were received on the 24th day of June, 1981 at 11:00 a.m., and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is FLEMING ENGINEERING INC. NOW, THERFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid,of FLEMING ENGINEERING INC. in the amount of $53,877.00 be accepted, and that the contract for the described work (Contract No. C -2245) be awarded to said bidder; and BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this day of JUL 14 14 , 1981. ATTEST: City Clerk Mayor HRC /bf 'G m n --i zo- 0 z -(-- (1 F :D F" m n g z I • IY oil u Mill m n --i zo- 0 z -(-- (1 F :D F" m n g z I • IY 9 M A f t 1 - rh n -i Z O - L7Z f-fi Z 7J t+t m a rr n N 2 � I z J lal rh n -i Z O - L7Z f-fi Z 7J t+t m a rr n N 2 � I z J 1 THE NEWPORT ENSIGN PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA, County of Orange, 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 above - entitled matter. I am the principal clerk of the printer of the Newport Harbor Ensign newspaper of general circula- tion, printed and published weekly in the city of Newport Beach, County of Orange, and which news- paper has been adjudged a newspaper of general circulation by the Superior Court of the County of Or- ange, State of California, under the date of May 14, 1951, CASE NUMBER A -20178 that the notice, of which the annexed is a printed copy (set in type not smaller than nonpareil) has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates to -wit: June 10, 1981 ............ ............................... I certify (or declare) under penalty of perjury that the foregoing i� true and correct. Dated at Newport Beach, Caldo nia, thil0 day of JUn@ 19 81 1 Signature THE NEWPORT ENSIGN 2721 E. Coast Hwy., Corona del Mar, California 92625. 40 This space is for the County Clerk's Filing Stamp A Notice Proof of Publication of Lido Isle Concrete Reconstruct - 10 PROOF OF PUBLICATION e„yt tie. e.. n a eNw of w. Cry tak arp e.92P ;1 eo y1.m,.er.�o a Nwca; k' � ti •.m. ®m. 2UU a s a row. 1 ,�r wtiw►yw& was ew..e.0 W o a i CoNCltrs ecaaresamirtoer' qtone6tlww.Sb7:4Ua. *►'�.aW bi W. CRY ow" ui .. a , hm., 1961. wa a. i 7-4095NG -0 THE NEWPORT ENSIGN PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA, ss. County of Orange, 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 above - entitled matter. I am the principal clerk of the printer of the Newport Harbor Ensign newspaper of general CRCnIa- tion, printed and published weekly in the city of Newport Beach, County of Orange, and which news- paper has been adjudged a newspaper of general circulation by the Superior Court of the County of Or- ange, State of California, under the date of May 14, 1951, CASE NUMBER A -20178 that the notice, of which the annexed is a printed copy (set in type not smaller than nonpareil) has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates to -wit: May 27, 1981 I certify (or declare) under penalty of perjury that the and orrectMDa d at e.j�jewport hisl�dayof 19 01l Signature ................... THE NEWPORT ENSIGN 2721 E. Coast Hwy., Corona del Mar, California 92625. This space is for the County Clerk's Filing Stamp A Notice Proof of Publication of Contract # 2245 PROOF OF PUBLICATION voallc t9ottce no9lcewvmaaeme tmW ba city E.:eio mmau dye d ty. Cyr CLAY. 3900 U -19 Sk.d.. thl f1th B.A, di c .4 ]x, M, ll ..m. a Ud 1D hid. d ]cu. IM, ,attia...e fit; . Liboluscoxcaffn cee.ni+., tits. a.aw.r.awo.tti9fi2,0Up' . a., ci 19.r, 1981: w.ne. s: An d bid d ---- dT o :- ae. �1 d .d dxoIDmb it no eel'al IL. .j4.#'d'.0 .PWWI W.A. Dey.rtmtnl. 39® ]N.pne:.119W.,; X.rDm ClY1M1' .. tt .. ►m'. ltti0iv Attfixitftin. . caFt'.Gfy.A' Vah arp�+r.aa127. NwRonsedao... ,. .;>Aa93. '9>, 7- 409SNG -0 3 1 BY the U f Y QOO h:u. CITY OF tIEWPORT BFACH TO: CITY COUNCIL FROM: Public Works Department May 26, 1981 CITY COUNCIL AGENDA ITEM NO. F- / i, SUBJECT: LIDO ISLE CONCRETE RECONSTRUCTION, C -2245 RECOMMENDATIONS: 1. Approve the plans and specifications for this project. 2. Authorize the City Clerk to advertise for bids to be opened.at 11 :00 A.M. on June 11, 1981. DISCUSSION: This project provides for reconstruction of displaced or damaged concrete street improvements. This work is a preparatory phase to be completed prior to the first phase of Lido Isle resurfac- ing which is scheduled for this fall. The repairs will alleviate water ponding in existing gutter fI owl ines. The estimated cost of the work is $52,000. Funds are available in the current appropriation for Resurface and Patch Streets and Alleys on Lido Isle, Phase I, Account No. 02-3J97-206, The plans and specifications were prepared by the Public Works Department. The contract requires completion of all work by August 7, 1981. / C�2 X4 Benjamin B. Nolan Public Works Director GW :jd 90 �M JON 8 1441 June 8, 1981 'By '* wfY "4CU.CITY COUNCIL AGENDA 0" OF NWIRMT KACWEM NO. F,/ V TO: CITY COUNCIL FROM: Public Works Department SUBJECT: LIDO ISLE CONCRETE RECONSTRUCTION, C -2245 RECOMMENDATIONS: 1. Approve the plans and.specifications for this project. 2. Authorize the City Clerk to advertise for bids to be opened at 11:00 A.M. on June 24, 1981. DISCUSSION: This project provides for reconstruction of displaced or damaged concrete street improvements. This work is a preparatory phase to be completed prior to the first phase of Lido Isle resurfac- ing which is scheduled for this fall. The repairs will alleviate water ponding in existing gutter flowlines. .The estimated cost of the work is $52,000. Funds are available in the current appropriation for Resurface and Patch Streets and Alleys on Lido Isle, Phase I, Account No. 02-3397-TO-6. The plans and specifications were prepared by the Public Works Department. The contract requires completion of all work by August 28, 1981. 4�1�m �- 6�2 )44, Benjamin B. Nolan Public Works Director GW:jd