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