Loading...
HomeMy WebLinkAboutC-2468 - Little Balboa Island seawall raising & street light conversionCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 May 4, 1989 i Steiny and Company, Inc. 2230 E. Orangethorpe Ave. Fullerton, CA 92631 Subject: Surety: Safeco Insurance Company of America Bonds No.: 5237704 Contract No.: C -2468 Project: Little Balboa Island Seawall Raising and Street Light Conversion The City Council of Newport Beach on April 10, 1989 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. The Notice was recorded by the Orange County Recorder on April 12, 1989, Reference No. 89- 191280. Sincerely, G nl alIr /cR agg� i o City Clerk WER:pm cc: Public Works Department i I i3300 Newport Boulevard, Newport Beach RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk ?x7A`[ 7L. City of Newp6rt Beach 3300 Newport Boulevard Newport Beach, CA 92663 • 89= 191280 00EMPf RECORDING REQUEST PER 0 GOVERNMENT CODE 6103 EXEMPT C1 NOTICF. OF COMPLETION PUBLIC WORKS RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA -110 AM APR 12'89 Q• c6+a*14-PtRECORDER 'lo All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on April 10, 1989 the Public Works project consisting of Little Balboa Island Seawall Raising and Street Light Conversion (C -2468) on which Steiny and Company inc., 2230 E. Orangethorpe Avenue, Fullerton, CA 92631 was the contractor, and Safeco Insurance Company of America, 16320 Roscoe Blvd., wa�tt,,era.uyety, was completed. Van Nuys, CA 91406 I, the undersigned, say: N CIT OF NEWPORT BFACHW uy bli Works Director VERIFICATION 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 April 11, 1989 at Newport Beach, California. A, , 0.` 4 Public 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 April 10, 1989 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on April 11, 1989 at Newport Beach, California. City Clerk , IT"A • i • r] TO: CITY COUNCIL FROM: Public Works Department 0 April 10, 1989 CITY COUNCIL AGENDA BY ;H' '•ITY 00'JNCI4TEM NO F -14 CITY +)F ,j.WPORT 3EACC — APR 10 1989 APPROVED SUBJECT: ACCEPTANCE OF LITTLE BALBOA ISLAND SEAWALL RAISING AND STREET LIGHT CONVERSION - CONTRACT NO. 2468 RECOMMENDATIONS: 1. Accept the work 2. Authorize the City Clerk to file a Notice of Completion 3. Authorize the City Clerk to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. DISCUSSION: The contract for the construction of Little Balboa Island Seawall Raising and Street Light Conversion has been completed to the satisfaction of the Public Works Department. The bid price was $249,698.00 Amount of unit price items constructed 246,296.75 Amount of change orders 1,355.91 Total contract cost 24 ,652.66 One change order was issued which provided for the relocation of the electric faeter pedestal. Funds for the project were budgeted in the General Fund, Account Nos 02- 3297 -411, 02- 3297 -473 and 02- 4197 -302. The Contractor is Steiny and Company of Fullerton. The contract date of completion was February 15, 1989. The work was completed by that date with the final cleanup being completed by March 10th. is Benjamin B. Nolan Public Works Director PD:so 6 ! CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644.3005 O � 'iGe- TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: August 29, 1988 SUBJECT: Contract No. 2468 Description of Contract Little Balboa Island Seawall Raising and Street Light Conversion Effective date of Contract August 29, 1988 Authorized by Minute Action, approved on August 22, 1988 Contract with Steiny and Company, Inc. Address 2230 E. Orangethorpe Avenue Fullerton. CA 92631 Amount of Contract $249.698.00 ,. " , Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach August 24, 1988 T0: ( C A 1E (3) CITY CLERK FROM: Public Works Department SUBJECT: LITTLE BALBOA ISLAND SEAWALL RAISING AND STREET LIGHT CONVERSION 1. 4 copies of contract ACTION REQUESTED: 1. Attorney a. Approve as to form and sign b. Forward to City Manager 2. City Manager a. Sign attached form b. Forward to City Clerk 3. City Clerk a. Attest b. Return to the Public Works Department to Diane Wilkens Diane Wilkens Public Works Department Attachments 1Y G € NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658 -8915 until �11�:00 on the il1tthh day of -Au uu t_, 1988, at which time bids shall be opened and read for P V e 2468 Contract No. 175,000 Engineer's Estimate • 10 Approved by the City Council this 25th day of July , 1988. 4,e. z Wanda E. Ragglo City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658 -8915. For further information, call Lloyd Dalton at 644 -3311. Project Manager 1' CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL �J LITTLE BALBOA ISLAND SEAWALL RAISING AND STREET LIGHT CONVERSION CONTRACT NO. 2468 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, CA 92658 -8915 Gentlemen: PR 1.1 The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete this Contract No. 2468 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Mobilization @ Twenty One Thousand-------- - - - - -- Dollars and No/ 100--------------------- - - - - -- -Cents $ 21,000.00 Per Lump Sum 2. Lump Sum Existing coping repair @ Ten Thousand Five Hundred-- - - - - -- Dollars and No/ 100--------------------- - - - - -- -Cents $ 10,500.00 Per Lump Sum 3. 1585 Type "A" coping addition Linear Feet @ Twenty One----------------- - - - - -- Dollars and No /100--------------------- - - - - -- -Cents $ 21.00 $ 33,285.00 Per Linear Foot s • PR 1.2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 965 Type "B" coping addition Linear Feet @ Thirty Six---------------- - - - - -- -Dollars and No/ 100--------------------- - - - - -- -Cents $ 30.00 $ 34,740.00 er Linear Foot 5. 36 Light standard replacement Each @ Three Thousand Eight Hundred Fo°tyDollars and No /100--------------------- - - - - -- -Cents $ 3,840.00 $ 1381240.00 Each 6. Lump Sum Park Avenue Pier Light Replacement @ Six Thousand NineFbndredThirtyThteDollars and No/ 100---------------------- - - - - -- -Cents $ 6,933.00 $ 6,933.00 Each 7. Lump Sum Pedestal & Service Point @ Five Thousand-------------- - - - - -- Dollars and No/ 100--------------------- - - - - -- -Cents $ 5,000.00 $ 5,000.00 TOTAL PRICE WRITTEN IN WORDS (Items 1 - 5 Inclusive) Two Hundred Forty Nine Thousand Six Hundred Ninety Eight -- Dollars and No/ 100--------------------------------- ------------- - - - - -- -Cents $ 249,698.00 August 8, 1988 Steiny and Company, Inc. ate Bidder (714) 441 -0255 s /David Chadbourne /Vice President Bidder's Telephone Number Authorized Signature /Title #161273 C -10 & A 2230E Oran thrpe Avenue Fullerton A 6�y2_11 Contractor's License Number Bidder's Address and Classification 0 ! Page 2 Y INSTRUCTIONS TO BIDDERS Te b contract INVITING BIDS: executed and received BIDS ; y 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. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. The City of Newport Beach will not permit a substitute format for the contract documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held respon- sible for bidder errors and omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a al authorized by the corp corporate officer or an individuoration. For part- nerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. #161273 C -10 & A steiny and Company, Inc. ontr's Lic. No. & C asst ication Bi er David Chadbourne, Vice President Au ust 8 1988 Authorized Signature /Title Date • 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) listethe will be used for the work for which they bid, subject to the approv 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. Subcontractor Address Subcontract Work P.O. Box 86 1-Portion of BI J' 1 3a4 Amica o Cornna dal Mar cA 9262 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. gad .hadbo�rn a Pnt uthorized Signature Tit e i • • Page 4 BIDDER'S BOND BID BOND NO. 623057 BID DATE: AUGUST 11, 1988 KNOW ALL MEN BY THESE PRESENTS, That we, Ctpinm and Company, Inc. as bidder, and Safprn Tncuranre fnT3py of Amprira , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent (10 %) of the Amount of the Bid Dollars ($10% ----------- ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of Little Balboa Island Seawall Raising & Street Light Conversion (C -2468) Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver to said City the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of contract documents for execution to the above bounden bidder by and from said City, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an individual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 10 day of August , 19 88. (Attach acknowledgement of Attorney -in -Fact) s/ Criselda I. Robles Notary Public Commission Expires: April 12, 1991 Steiny and Company, Inc. Bidder s /David Chadbourne /Vice President Authorized Signature /Title Safeco Insurance Company of America Surety By s /Jean Willcox Title Attorney -in -Fact 0 0 NON- COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 8th day of August 19 88. My commission expires: October 28, 1988 Steiny and Company, Inc. Bidder s /David Chadbourne /Vice President Authorized Signature /Title s /D.D. White Notary Public Page 5 • Page 6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. tein and Co-m' an Inc. Bi der fpp�ld GhadhournefVice President thorized Signature /Title August 5, 1988 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 LITTLE BALBOA ISLAND SEAWALL RAISING AND STREET LIGHT CONVERSION CONTRACT NO. 2468 BIDDERS shall propose to complete Contract No. 2468 in accordance with the PROPOSAL except as modified by this ADDENDUM: SPECIAL PROVISIONS, SECT-I-ON VIII. EXISTING DOCKS (1) Remove the words "...however, removals performed by the Contractor shall be replaced or restored, respectively, at his sole expense to match or exceed the previous condition of the dock." (2) Add the paragraph "The Contractor will be permitted to delete the bay side 1" deep sawcut removal adjacent to each existing dock. The remaining 11" coping radius adjacent to the docks shall be epoxy .coated to bond the new coping addition to the existing coping." PLAN E- 5036 -S, GENERAL PLAN (1) The scale of the General Plan is 1" = 1001. (2) Note ® shown on BRIDGE shall be removed. These light standards are not to be replaced; however, the contractor shall set new conduit from the new pull boxes to the BRIDGE walls, pull new conductors, and provide and install new luminaires per Section VI.A.16 of the Special Provisions. This work is incidental, and payment for such work shall be included in the prices bid for other items of work. Please sign and date this- ADDENDUM, and- attach ii._to. your. bi.d_Proposal. No. bid will be considered unless this ADDENDUM is attached. 6 Dalton Steiny and Company, Inc. ect Engineer Bidder LRD:dw s /David Chadbourne gnature August 11, 1988 Date NOTICE 0 Page 7 The following are contract documents which shall be completed and executed by the successful bidder after he receives a letter of award from the City of Newport Beach: PAYMENT BOND (pages 8 & 9) FAITHFUL PERFORMANCE BOND (pages 10 & 11) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12, 13, 14) CONTRACT (pages 15 & 16) The City of Newport Beach will not permit a substitute format for these contract documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be (1) licensed to conduct business in California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Ke Ratin Guide: Pro ert - Casualt . Coverages shall be prove ed or all TYPES OF IN URANCE checked on the CERTIFICATE OF INSURANCE. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction (latest edition adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. Page 8 PAYMENT BOND BOND NO. 5237704 PREMIUM INCLUDED IN FP KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted August 2 1988 has awarded to Steinyand Company. Inc. hereinafter designated as the "Principal ", a contract for ....lr-IL477m. 1N.TTr4V7 .i. in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract doguments on file in the office of the City Clerk of the City of Newport Beach; y WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We STEINY AND COMPANY, INC. as Principal, and SAFECO INSURANCE COMPANY OF AMRICA as Surety, are held firmly bound unto the City of Newport Beach, in the sum of TWO HUNDRED FORTY NINE THOUSAND SIX HUNDRED NINETY EIGHT Dollars ($ 249,698.00 said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, or other supplies, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemploy- ment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. ` The bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of. the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon ., �" i Page 9 Payment Bond (Continued) this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is: agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and �. Surety above named, on the 22 day of AUGUST 1988 STEINY AND COMPANY, INC. (Sea)) Name of Contractor Principal ;, �, 2AY E�(iR�, IECYtErAR' Author ed ignature a d Title"' Authorized ignature and Title SAFECO INSURANCE COMPANY OF AMERICA (Seal) Name of Surety 16320 Roscoe Blvd. , Van Nuys, Ca. 91406 r Addres s Surety gnat�i upe and Title of Adthorned Agent JEAN WILLCOX, ATTORNEY -IN -FACT ress o n (213) 385 -5211 Telephone No. of Agent • 0 Y y ®_ O H I > W Hw M O O M 1 CID Y O,x o m CO 3 2�M0 O w m Mao— BMW N r R � N C ro m N yyZ 3 � N w •C d (m/) N QOM p ?. O R N rt OD H M L. rf~ t `4 M Ma N N N O p O< t 0 N 0- w (01 $ O g h4 W n v v rµ jD µ0 � OQ ft p N O 00 O Y m n E w a °m m x R m r �9 Or 6 rt t :r a O w F V m W O' ] 0 R N N w O 'a 0 O O' cr rrt W W" M cr N O. t1 N 01 r 8 N R w v a• w x0 m W w O w N w W 11 C) N p O tt r W 'O •O p O w W w M 00 'O N 00 N r F O O M V. t1 N D H 0 R W 0 w w m 0 •Hd 0 w o K r 9 1D O N tl . w N w w N t+1 N 0 rt O 14 N N O G. m iD 0 R v C N r 0 ZG. R�m o 10+ N 'tl �^j�yCC W N N O YID O w 0 01 $ N O. N W to N M O W ON P.ID NIN M 93 0 00 W tnt m 2L N N Y W R W O• N C A y G d N °" m 0..`01 ryq] tW+, o G R H K tt w N C w W rt R `C I °c No < o � 4.ONOH ♦�Q1 mg i O O ao i23 1M oMMD i m rn v }� azA`'o�ay a •3 � T� n(1 T O p N y H 3 ?: 3 m n n J J n m J C Q o N N yC � � Z d N O d n T v n y Nrt Jn m _w a N F H p d J O 3 O m J d "G � 3 m I ® • POWER • SAFECO INSURANCE COMPANY OF AMERICA O F ATTORNEY GENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA ^J�ECi� SEATTLE, WASHINGTON 98185 No. 5868 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,each a Washington corporation, does each hereby appoint -- ---- -- - -JEAN WILLCOX, Los Angeles, California— --- - - - - -- its true and lawful attorney(s) -in -fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this R *h day of March _19-79 CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. — FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business ... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws. and (ii) A copy of the power -of- attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of- attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Boh A. Dickey, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation day of _ August _1988 S-974 RIO 3/86 PRINTED IN V.6.,0, FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That • Page 10 •BOND NO. 5237704 PREMIUM: $1,748.00 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted August 22, 1988 has awarded to Steiny and Company, Inc. hereinafter designated as the "Principal ", 'a contract for Little Balboa Island Seawall Raising and Street Light Conversion (C -2468) in the City of Newp&t Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, STEINY AND COMPANY. INC. as Principal, and SAFECO INSURANCE COMPANY OF AMERICA as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of TWO HUNDRED FORTY NINE THOUSAND SIX HUNDRED NINETY EIGHT Dollars ($ 249,698.00 ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be.made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, con- ditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice 0 0 • • � • F Page II Faithful Performance Bond (Continued) 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 29 day of AUGUST 1g_$$_• STEINY AND COMPANY, INC. tSeaT Name o ontractor Principals "_;z JAY IL t o z S gnatur and Title Authorized Signature and Title A 4 SAFECO INSURANCE COMPANY OF AMERICA (Seal) Name of Surety 16320 Roscoe Blvd., Van Nuys, Ca. 91406 Address of Surety ST gnatu nd Title of Authorized Agent JEW WILLCOX, ATTORNEY -IN -FACT. 3550 Wilshire Blvd., L. A., Ca. 900T0 Address of Agent (213) 385 -5211 Telephone No. of Agent ..' ,t.,.,,.,,,,, �,% i � r-. /!.� n w OD O H 1 y w H +7 N [w K O 0 cc O tiN t •r xl 9 0 57 55 O M, O w w O Om m O n w M rw rt Cl) 0 O O ((A P w C $V rt $ ky7l � co M 0 0 14 H > q H rt C w • O C rt- (D D A' i6 p m h O 0 M p �4 w £ � � Fz+• w N H X w H IQ w f0 m rt w CIQ � 0 m" . C, .t m lb - µ a o m O O Nry M �' p O O.:r n ry W n w w H m m g w n w v o' m a' o m W w O w w w W H n P• q H I-' 1+• b b .H p w a w Maov m09 m r t7 rl O m H rt k4 W 00 1+ 0 m w w 0 1 M O so 9"M N 8 7 M rt w rt A 0 1 0 µ rm M m CYxw � wz rnw o wmO-on o P. H (n HMw O rt rt m w a �api 03 rwi w m nw m w F .O H w O m N Nr W o n G ,. oZa. rtl ¢Nor aC O \ r-•w m o cn a'tµi a C: �i H 0 w o H z m a w N m m M w M O M m rt 0' 014 a ro m ° m O n m Rv n w O w F+ w O n H 1+ b H n m 0 m H rn H w G m Z m O. 0 9 M UQ G m '•'CC m w Z0 14 w a, rt F tm•. rt m 0 p •+1 p << O• w n w W rt n Z O v n J n yo Q FD m -1 � K O y y T f7 _ ^i eo 9 y C+ J J n m m J N3 N�o> y *m N Fo ��v4r m m m Z � y O W � y O T o� J a m Z O v n J n yo Q FD m -1 y m 3 d � _ y C+ J J n m J c d m m m Z � y O W � y O T o� J a m �a j n J 3 0 0 m m y � a n m ti v - m JC y m O Fr °i m m n ! KNOW ALL BY THESE PRESENTS: POWER OF ATTORNEY •SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,each a Washington corporation, does each hereby appoint - - -- — -- -JEAN WILLCOX, Los Angeles, California-- -- - - - - -- its true and lawful attorney(s) -in -fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this a *h day of March , 19. 79 CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. — FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business ... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power -of- attorney appointment, executed pursuant thereto, and (iiil Certifying that said power -of- attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Boh A. Dickey, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this. 22 .day of Augs�, 19_$8. PRINTED IN Ub.A 0 CERTIFICATE OF INSURANCE • City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED Steinv and Companv. Inc. 2230 E. Oranaethoroe Avenue lerton. CA 92631 Page 12 ING "' " - "' A The Travelers Indemnity Conpany Letter Company B C C E 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 LETTER TYPES OF INSURANCE COVERAGE REQUIRED Policy No. Policy Exp. Date LIMITS OF LIABILITY IN THOUSANDS Each 000 g. ro uc si Completed Occurrence Operations GENERAL LIABILITY x Comprehensive Form Bodily Injury $ $ A x Premises - Operations x Explosion & Collapse Hazard X Underground Hazard 166T15 1988 7/1/89 Property Damage $ $ Ix Products /Completed Operations Bodily Injury Hazard and Property x Contractual Insurance x Broad Form Property Damage Damage Combined $ 1,000, $ 1,000, x Independent Contractors X Personal Injury Marine Aviation Personal Injury $ 1,000, AUTOMOTIVE LIABILITY A ❑x Comprehensive Form ❑x Owned 166T150 788 7/1/89 Bodily Injury Each Person $ $ Bodily Injury Each Occurrence) ❑Hired ro ertZ Damage Non -owned Bodily njury and Property Damage Combined $ 1,000, EXCESS LIABILITY ❑ Umbrella Form Bodily Injury ❑ Other than Umbrella Form and Property Damage Combined $ - - $ WORKERS' COMPENSATION Statutor A and EMPLOYER'S LIABILITY 16 7/1/89 77 $1,000, ktacm Accident) :NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the•Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. Agency: Alexander & Alexander of (A_. Inc. Authorized kepresentative`. Date: August 22, 19.88 Telephone:12131 385 -5211 Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: Little Balboa Island Seawall Raising and Street Light Conversion (C -2468) e r 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. Al CITY OF NEWPORT BEACH 0 S /3 /N: 8237 COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 14 With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability arising out of operations performed by or on behalf of the named insured in connection with the contract designated below or acts and omissions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or nold harmless provision con- tained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU "hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured named in paragraph I of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability $ each occurrence Property Damage Liability $ each occurrence ( ) Single Limit A Bodily Injury Liability $ 1,000,000 each occurrence and Property Damage Liability Combined The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department 7. Designated Contract: Little Balboa Island.Seawall Raising & Street Light Conversion (2468) Project Title and Contract No. This endorsement is effective August 22, 1988 at 12:01 A.M. and forms a part of Policy No. 1667150788 Named Insured Name of Insurance Company The Travelers Indenmity By, FA Endorsement No. ni • Page 13 CITY Of NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT S /J /N: 8237 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 ( ) Single Limit Bodily Injury Liability and Property Damage Liability Combined $ each occurrence $ each occurrence $ 1,000,000 each occurrence The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company for all damages as the result of any one accident or occurrence in excess of the limits of Liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: Little Balboa Island Se wall Rai in d (2468) Project Tit a and Contract No. . This endorsement is effective August 22, 1988at 12:01 A.M. and forms a part of Policy No.166T151988 Named Insured Steiny and Company, Inc. Name of Insurance Company The Travelers Endorsement No. 01 zea Kepresen i Page 15 CONTRACT THIS AGREEMENT, entered into thisc-9-`76KJeay of 19`, by and between the CITY OF NEWPORT BEACH, hereinafter "City, Steiny and Company, Inc. hereinafter " Contracto 'is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: Seawall Raising & Street Light Conversion 2468 e of Project Contract No. (b) Contractor has been determined by City to be the lowest responsi- ble bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: Seawall Raising & Street Lil e Conversion 2468 Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of Two HUNDRED FORTH NINE THOUSAND SIX HUNDRED NINETY EIGHT ($_f49,6 8. This compensation includes (1) any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstruc- tions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and Endorsement(s) • Page 16 (f) Plans and Special Provisions for Little Balboa Island Seawall Raising & Street Light Conversion (2468) Title of Project Contract No. (g) This Contract. 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. ;4 0 ATTEST: City Attorney CITY STEINY AND COMPANY, INC. Name of ntract r Principal) 1�RY -1G ,8;mt�rr�c�gcr�r Authorized ignatur j!a j6- Authorized Signature and` 0 f i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LITTLE BALBOA ISLAND SEAWALL RAISING AND STREET LIGHT CONVERSION CONTRACT NO. 2468 INDEX TO SPECIAL PROVISIONS SECTION PAGE 1. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 11. CLASSIFICATION OF CONTRACTOR'S LICENSE . . . . . . . . . . . . . . 1 III. AWARD AND EXECUTION OF THE CONTRACT . . . . . . . . . . . . . . . . 1 IV. TIME OF COMPLETION . . . . . . . . . . . . . . . . . . . . . . . . 1 V. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VI. TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . . . . . . . . . 2 A. Traffic Control . . . . . . . . . . . . . . . . . . . . . . . . 2 B. Access . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VII. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VIII. EXISTING DOCKS . . . . . . . . . . . . . . . . . . . . . . . . . . 3 VI. CONSTRUCTION . . . . . . . . . . . . . . . . . . . . . . . . . . 3 A. Coping Addition . . . . . . . . . . . . . . . . . . . . . . . 3 1. Existing Coping Repairs. . . . . . . . . . . . . . . . 3 2. Expansion Joints . . . . . . . . . . . . . . . . . . . . . 4 3. Coping Joins . . . . . . . . . . . . . . . . . . . . . . . 4 4. Coping Pull Boxes . . . . . . . . . . . 4 5. Removal of Existing Coping Light Standards . . . . . . . . 4 6. Light Standard Replacement . . . . . . . . . . . . . . . . 5 7. Coping Conduit . . . . . . . . . . . . . . . . . . . . . . 5 8. Conductors . . . . . . . . . . . . . . . . 5 9. Coping Light Standard Anchorage . . . . . . . . . . . . . 6 10. Coping Light Standar Grout . . . . . . . . . . . . . . . . 6 11. Coping Concrete . . . . . . . . . . . . . . . . . . . . 6 12. Coping Edge Rounding . . . . . . . . . . . . . . . . . . 7 13. Coping Surface Finish . . . . . . . . . . . . . . . . 7 14. Coping Epoxy Bonding Agent . . . . . . . . . . . . . . . 7 15. Epoxy Applicator Qualifications . . . . . . . . . . . . . 7 16. Luminaire Replacement . . . . . . . . . . . . . . . . . . 7 0 P B. Street Light Conversion . . . . . . . . . . . . . . . . . 7 1. Existing Lighting System . . . . . . . . . . . . . . . 7 2. Conversion of Series Circuits . . . . . . . . . . . . . . 8 3. Removal of Existing Lighting . . . . . . . . . . . . . . . 8 4. Light Standard Replacement . . . . . . . . . . . . . . . . 8 5. Conduit . . . . . . . . . . . . . . . . . . . . . . . . . . 8 6. Conductors . . . . . . . . . . . . . . . . . . 8 7. Street Light Standard Anchorage . . . . . . . . . . . . . 9 8. Street Light Foundation Cap . . . . . . . . . . . . . . . 9 9. Luminaire Replacement . . . . . . . . . . . . . . . . . . 9 10. Sidewalk Replacement . . . . . . . . . . . . . . . . . 9 11. Park Avenue Pier Lighting . . . . . . . . . . . . . . . . 9 12. Service Points . . . . . . . . . . . . . . . . . . . . . . 10 13. Pedestal Enclosure . . . . . . . . . . . . . . . . . . . . 10 0 0 E CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT • SP i of 11 LITTLE BALBOA ISLAND SEAWALL RAISING AND STREET LIGHT CONVERSION CONTRACT NO. 2468 SPECIAL PROVISIONS I. SCOPE OF WORK The work to be done under this contract includes (1) conversion of a series street and bayfront lighting system to multiple, (2) construction of a coping addition, and (3) repair and sandblast of the entire coping along the South and East Bay Front seawalls of Little Balboa Island. All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions, (2) the Plans (Drawing Nos. H- 5122 -S and E- 5036 -S, (3) the City's Standard S ecial Provisions and Standard Drawings for Public Works Construction (9 8 Edition), and (4) the Standard Specifications for Public Works Construction (1988 Edition, including Supplements). 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 $5.00. II. CLASSIFICATION OF CONTRACTOR'S LICENSE At the time of the award, the Contractor shall possess a General Engineering Contractor A License, a Concrete Contractor C -8 License, or an Electrical (General) C -10 License. III. AWARD AND EXECUTION OF THE CONTRACT The bidder's attention is directed to the provisions of Section 2 -1 of the Standard Special Provisions for requirements and conditions con- cerning award and execution of the contract. IV. TIME OF COMPLETION All work on the seawall raising, including sandblasting and clean -up of the coping addition, shall be completed by November 15, 1988. All work on this contract shall be completed within 150 consecutive calendar days, but no later than February 10, 1989. No work shall begin until a schedule of work has been approved by the Engineer. • V. PAYMENT • SP 2 of 11 The unit 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 all items of work not separately provided for in the pro- posal shall be included in the prices bid for related items of work. The substitution of securities for any payment withheld in accordance with Section 9 -3.2 of the Standard Specifications is permitted pursuant to Government Code Sections 4590 and 14402 -5. VI. TRAFFIC CONTROL AND ACCESS A. Traffic Control The Contractor shall furnish, install, and maintain in place "NO PARKING" signs (even if streets have posed "NO PARKING" signs) which he shall post at least 40 hours in advance of the need for enforcement. In addition, it shall be the Contractor's respon- sibility to notify the City's Police Department, Traffic Division at (714) 644 -3742, for verification of posting at least 40 hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimension of 12 inches wide and 18 inches high; and (3) be similar in design and color to sign number R -38 on the CalTrans Uniform Sign Chart. The Contractor shall print the hours, day and date of "NO PARKING" in 2 -inch -high letters and numbers. A sample of the completed sign shall be approved by the Engineer prior to posting. B. Access Vehicular and pedestrian access shall be maintained at all times to residences adjacent to the project area. VII. WATER If the Contractor desires to use City water, he shall arrange for a meter and tender a $500 meter deposit with the City. Upon return of the meter in good condition to City, the deposit will be returned to the Contractor, less a quantity charge for water usage. VIII. EXISTING DOCKS . SP 3 of 11 A public dock and 41 residential docks are attached to the coping to be raised. These docks may not need to be removed for construction; however, certain docks or certain members of the docks may be removed for construction, at the Contractor's option. The docks or members of the docks so removed will be restored by pier permittees subsequent to the contract work; however, removals performed by the Contractor shall be replaced or restored, respectively, at his sole expense to match or exceed the previous condition of the dock. The Contractor shall submit to the Engineer for approval details of his method to construct and to surface finish the coping addition, especially adjacent to docks. This submittal shall be in accordance with Section 2 -5 of the Standard Specifications. The widths of docks adjacent to the coping addition vary from 4 feet to 11 feet. IX. CONSTRUCTION A. COPING ADDITION 1. EXISTING COPING REPAIRS - -At all locations where the unsound concrete exists, as evidenced by spalls or by sounding the coping with a hammer, the Contractor shall make removals and repairs as specified herein. The damaged portion of the coping shall be removed to expose sound concrete using chipping equip- ment approved by the Engineer. This removal may uncover corroded steel coping reinforcement. If so, the rebar corro- sion shall also be removed and cleaned using mechanical appara- tus and sandblast equipment approved by the Engineer. The sound concrete and clean steel reinforcement shall then be sandblasted, washed and prepared for epoxy bonding agent as specified below. At locations where unsound concrete is removed at an expansion joint, the existing joint filler shall also be cleanly cut and removed to the depth of concrete removal. The Contractor shall continue the joint into the coping addition by cutting new pre - molded expansion joint filler to match the existing filler. The two fillers shall be permanently bonded together in a manner approved by the Engineer so that high tide water will not penetrate the joint. The filler shall then be installed in the coping addition as described below. Note that the Contractor is not required to inject or to fill cracks in the coping. Only unsound concrete as evidenced by spalls in the concrete or by hammer sounding shall be repaired. • • SP 4 of 11 COPING EXPANSION JOINTS - -The existing coping contains expansion joints at 115 feet on center, approximately. The Contractor shall continue these joints by installing pre - molded expansion joint filler (as detailed in Section A.I. above) and 1#" diam. PVC expansion couplings (for the coping light circuits) in the coping addition. The filler shall be adhered with a permanent, salt water insoluable mastic to the end of the first adjacent coping placement, and with epoxy bonding agent for construction of the second adjacent coping placement. COPING JOINS -- Substantial concrete deterioration exists around the pull box at the South Bay Front coping addition join to the existing Grand Canal rehabilitated coping. All deteriorated coping concrete at this location shall be removed with pneumatic hammers to sound concrete at 1 inch deep sawcuts. The remaining coping surfaces shall then be coated with epoxy bonding agent, and the coping shall be rebuilt, including the 10" coping addition, to join flush with the surfaces of the existing rehabilitated coping. At the East Bay Front coping addition join to the existing Grand Canal rehabilitated coping, the Contractor shall sawcut inch deep at the join and remove portions of the rehabilitated coping with pneumatic hammers. The sawcut join and the remaining portion of the rehabilitated coping shall then be coated with epoxy bonding agent, and the 10" coping addition shall be built to join flush with the surface of the existing rehabilitated coping. 4. COPING PULL BOXES -- Existing coping concrete shall be chipped from perimeter of existing metal pull boxes so that the box may be completely removed. New pre -cast concrete Brooks Products Series 30B shall be sawcut to 9 -inch height for installation in the coping addition at the former metal pull box locations. The new pull box shall then be coated with epoxy bonding agent and cast into the coping addition. Finally, the interior of the new pull box, including the chipped coping surface and conduit penetration, shall be grouted and finished to even, smooth surfaces. 5. REMOVAL OF EXISTING COPING LIGHT STANDARDS - -The Contractor shall carefully chip away grout from existing lighting standard grout pockets to expose 5/8 -inch anchor bolts. The leveling /anchor nuts for these standards may be too corroded to be removed; if so, the Contractor shall torch off or chisel the nuts carefully so that the lighting standard lugs are not damaged. 9 0 SP 5 of 11 The Contractor shall salvage existing light standards and globes, as determined by the Engineer, and shall care for, deliver and unload same at the Utilities Yard, 949 West 16th Street. Globes, bulbs and standards which are damaged by the Contractor during the removal or delivery shall be replaced by undamaged units at no cost to City. It shall be the Contractor's responsibility to identify for the Engineer any and all damage or defect to globes, bulbs and lighting standards rp for to their removal from the sea wall. The Contractor shall dispose of all unsalvagable light standards and globes, as determined by the Engineer, in accordance with Section 300 -1.3 of the Standard Specifications. 6. LIGHT STANDARD REPLACEMENT - -The City shall furnish the following items to the Contractor in sufficient quantity for this contract: A. Type #500 Marbelite light standards with 4- anchor bolt lugs B. Type #12 Ray -Lite globes with 8" base C. No. 31 Brooks Products pull boxes The Contractor shall obtain the new light standards, globes and pull boxes from the Utilities Yard and from the Big Canyon Reservoir Storage Yard, 3300 Pacific View Drive, and shall care for, load, deliver and install same at the jobsite when needed. All other materials required for a complete operating lighting system shall be furnished by the Contractor. The unit price paid for light standard replacement shall include removals, salvaging, installation of City- furnished materials, conduit, conductors and all other materials and work necessary for a complete and operating system, except for the pedestal and service point, which will be paid for separately. COPING CONDUIT -- Conduit for the new multiple circuits shall be 1}" diameter Schedule 40 PVC with 6" x 90° sweeps at light standards and 6" x 45° sweeps at pull boxes. Conduit shall be precisely centered within the width of the coping addition. The Contractor shall slant -drill from light standard bases in the coping addition and install 1}" diameter PVC conduits to connect coping addition conductors to sidewalk conductors. The PVC conduits will connect to 6" x 900 sweeps into sidewalk pull boxes at locations shown on the Plans. B. CONDUCTORS -- Conductors for the new multiple circuits shall be No. 8 AWG solid copper per Section 209 of the Standard Specifications, except as specified otherwise in these Special Provisions. • • SP 6 of 11 9. COPING LIGHT STANDARD ANCHORAGE -- Anchorage for coping light standards which have 4 reusable (noncorroded) anchor bolts shall be 5/8 -inch- diameter threaded rods with couplers. The Contractor shall mark and thread couplers equally onto anchor bolts and threaded rods, and shall tack weld anchor bolts and threaded rods to couplers. Threaded rods may not be merely welded to existing anchor bolts without use of the couplers. Anchorage for lighting standards which have any unreusable (corroded) anchor bolts shall be either: a. 3/4- inch - diameter threaded rods epoxied into drilled holes, or b. 3/4- inch - diameter Red Head anchors set into drilled holes. If any of the 4 existing anchor bolts are unreusable (corroded), the Contractor shall either: a. Burn off or cut the bolts flush with the bottom of the existing grout pocket and epoxy or set new threaded rods or Red Head anchors, respectively, immediately adjacent to the remaining portions of the existing anchor bolts as shown on the plans and as approved by the Engineer, or b. Core drill to remove the remaining portions of the existing anchor bolts and epoxy new threaded rods as Shown on the plans or as approved by the Engineer. Epoxy for new threaded rods shall be a 2- component resin binder for use in fastening metal anchors in vertical holes. Threaded rods and couplers used to extend reusable anchor bolts and Red Head anchors shall be tack welded to each other and to the reusable anchor bolts and Red Head anchors. All threaded rods, nuts, couplers, Red Head anchors and washers shall be manufactured from steel conforming to ASTM A -36 or A -307, and shall be hot dip galvanized in accordance with Section 210 -3 of the Standard specifications. 10. COPING LIGHT STANDARD GROUT- -Grout for light standard grout pockets shall be an epoxy- bonded concrete mix similar to coping concrete. The mix design shall be submitted to the Engineer for approval in accordance with Section 201 -1.1.3 of the Standard Specifications. 11, COPING CONCRETE -- Coping concrete shall be a 3/8 -inch "pea gravel" pump mix with a 3 -inch maximum slump. The mix design shall contain at least 600 pounds of cement per yard of concrete plus admixtures, and shall attain a minimum compressive strength of 3,250 psi. The mix design shall be submitted to the Engineer for approval in accordance with Section 201 -1.1.3 of the Standard Specifications. • * SP 7 of 11 The Contractor shall run a 1- inch -deep horizontal sawcut along both sides of Type "B" coping so that the 1 -1/4 -inch corner radii may be removed, thereby permitting a crisp join of the coping addition to the existing coping. 12. COPING EDGE ROUNDING - -Edges of top surface of coping addition shall be uniformly rounded to 1 -1/4 -inch radius. 13. COPING SURFACE FINISH -- Coping surface finish shall match the surface finish of the existing coping. The Contractor is therefore required to patch, grind, sack and sandblast the coping surface as necessary to match the surface finish of the existing coping. Upon completion of work, the only allowable variation in surface finish from surface finish of the existing coping shall be the color of the uncured concrete. 14. COPING EPDXY BONDING AGENT - -Epoxy shall be a 2- component resin adhesive for use in bonding new concrete to old concrete. Epoxy shall conform to ASTM Specification C -811, Types 1 and 2, Grade 2, Classes B and C, as produced by Furane Plastics (818) 247 -6210, Adhesive Engineering (213) 627 -7382, or Sika Corporation (800) 222 -SIKH. Epoxy shall be prepared and applied in strict conformance with the manufacturer's written directions to all surfaces against to which new concrete is to be bonded. 15. EPDXY APPLICATOR QUALIFICATIONS - -The Contractor shall furnish to the Engineer written documentation that the epoxy applicator has a successful performance record in the preparation and application of concrete repair epoxies. The performance record shall (1) state the name of the epoxy applicator, (2) document that the applicator has a minimum of two years' experience in preparation and application of epoxies, and (3) list the applicator's epoxy preparation and application experience over the past year. 16. LUMINAIRE REPLACEMENT - -New luminaires shall be 50 watt, 240 volt, 4000 lumen rated, high - pressure sodium -vapor with a mogul base. The pole adapter, base, ballast and starter shall be General Electric KITS- 05S3N050 or approved equal. B. STREET LIGHT CONVERSION 1. EXISTING LIGHTING SYSTEM- -The 50- year -old incandescent series lighting circuit on Little Balboa Island is a 5,000 volt series circuit system. The entire system shall be abandoned, except the pole foundations which are to be reused. Poles and luminaires shall be salvaged as specified herein. Interfering conduit shall be removed, but the remainder of existing conduit may remain in place. Existing pull boxes adjacent to lighting standards shall be replaced by the Contractor with new pull boxes furnished by the City. • 0 SP 8 of 11 Only City forces shall energize /de- energize the system for the Contractor's work. The Contractor shall contact electricians at City's Utilities Department (644 -3011) two working days in advance of need to energize or de- energize the system. 2. CONVERSION OF SERIES CIRCUITS - -The conversion shall be accomplished in phases so that the number of lights out of service at any one time will be minimized. The Contractor shall do the necessary grounding and /or temporary reconnections to isolate the portions of the system being converted from the remainder. In no event shall any portion of the system be out of service on weekends or on holidays, nor for more than five consecutive days. The Contractor shall submit a construction plan showing the phases of the conversions and the estimated length of outages. The plan shall be approved by the Engineer prior to the Contractor starting work. Submittals shall be made to the Engineer in accordance with Section 2 -5.3 of the Standard Specifications. The existing series conduit runs are not shown on the plans. However, the existing circuitry is available from the Engineer. Materials and construction methods for the conversion shall conform to the requirements of the Standard Specifications. 3. REMOVAL OF EXISTING LIGHT STANDARDS - -See Section A.5. herein. 4. LIGHT STANDARD REPLACEMENT - -See Section A.6. herein. 5. CONDUIT - -The Contractor shall new conduit in all locations addition. The conduit shall grade. jack and /or open trench to place except as specified on the coping be placed 18" below finished Jacked conduit shall be 1}" diameter galvanized rigid steel per Section 209 of the Standard Specifications. Trenched conduit shall be IV diameter schedule 40 PVC or rigid steel as specified above. Conduit under sidewalks shall be centered and placed 18" below finished grade. Pull boxes within sidewalk shall be centered and adjacent to light standards. 6. CONDUCTORS- -See Section A.8 herein. • SP 9 of 11 7. STREET LIGHT STANDARD ANCHORAGE -- Anchorage for street light standards where all existing anchor bolts are reusable shall be as follows: A. Remove light standard, slant drill and install new 1 }" conduit into new pull box (P.B.) with 6" radius sweep into pull box as shown on plan. B. Install washers or double nut ex. A.B. to plumb new light standard. Anchorage for street light standards where all existing anchor bolts are not reusable shall be as follows: A. Chisel or burn off nuts. B. Remove light standard, slant drill foundation and install new 1}" conduit into new pull box (P.B.) with 6" radius sweep into pull box as shown on plan. C. Drill 4 -new A.B. holes on bolt circle which is either rotated 60° or slightly offset from original bolt circle. D. Install 4 -new WS -34100 Red Head wedge anchors (3/4" x 10 "). E. Install washers on wedge anchors to plumb new light standard. 8. STREET LIGHT FOUNDATION CAP - -See Section A.10 herein. The P.C.C. foundation cap shall cover existing anchor bolts or new wedge anchors with at least 1 }" of concrete. 9. LUMINAIRE REPLACEMENT - -See Section A.16 herein. 10. SIDEWALK REPLACEMENT - -Where concrete sidewalk is removed to install conduit, lighting standard foundations or pull boxes, the sidewalk shall be sawcut and replaced to score lines or joints. The finish of the replaced sidewalk shall match the existing. Cost to be included with other items of work. 11. PARK AVENUE PIER LIGHTING - -The Contractor shall convert the Park Avenue public pier lighting to HPS multiple circuitry. C� • SP 10 of 11 The existing corroded conduit shall be removed to 2" minimum into the coping, the void backfilled with a non - shrink cementitious coping, and the surface patched and finished to match the remainder of the coping. Also, existing conduit shall be removed from the wooden pier light standard and from the pier. The Contractor shall drill a new hole through the coping and place new 1" diameter plastic coated, rigid steel conduit from the coping addition pull box to the wooden light standard on the pier. New conduit shall join non - corroded pier light standard conduit within the standard. All attachment hardware and fasteners shall be stainless steel. The pier fixture shall be fitted with a 50 watt, 240 volt HPS luminaire with mogul base, and shall be fed with #10 AWG solid copper conductors from the coping pull box. 12. SERVICE POINTS - -A new 240 -volt metered service point shall be installed at the location shown on the drawings. Equipment and installation shall conform to Drawing No. Std -206 -L except that the pedestal enclosure shall conform to the requirements of Section B.13 of these Special Provisions. The service point shall be complete and operable prior to starting the conversion of the series system. When all work is completed, except for the connection of the conductors to the Southern California Edison Company supply point, the Contractor shall make arrangements with Mark Judy of Southern California Edison Company at (714) 895 -0246 to make the connection. The Contractor shall have a representative present when the connection is made. The lump sum price bid for this item of work shall include furnishing and installing the pedestal and the conduit and conductor connections to the pull -box at the base of the Southern California Edison Company pole. Service charges by Southern California Edison Company will be billed to and paid by the City. 13. PEDESTAL ENCLOSURE -;The pedestal for the service point shall be free - standing type. The pedestal shall be complete with meter socket, factory - installed test blocks and a photo cell to control the three circuits, and shall comply with the requirements of the Southern California Edison Company. The pedestal shall be furnished as a complete pre -wired assembly and shall be Myers Cat. #MEUGQ- M100C /SS or approved equal. • , SP 11 of 11 Enclosure shall be zinc - coated steel, minimum 12 -gauge thickness. Cabinet shall be protected against corrosion, in accordance with U.L. 50, Cabinets and Boxes, Section 13. Exterior covers to be minimum 14 -gauge steel and shall not require the use of a tool to expose interior components for installation or servicing. All factory - installed components shall be U.L. listed. All factory - installed conductors shall be copper, size and type to conform to NEC and U.L. requirements. Enclosure shall be furnished with a detachable sub -base designed to be encased in concrete. Enclosure shall fasten to sub -base with P diameter bolts. Mounting bolts shall not be visible outside the enclosure after installation on sub -base. Enclosure finish shall consist of one coat zinc chromate primer and two coats baked enamel paint. Finish shall conform to California Department of Transportation Specifications, Section 86 -2.16. Color of paint shall be color number 14672 of Federal Specification 595 a. • *gust 22, 1988 TO: CITY COUNCIL FROM: Public Works Department CITY COUNCIL AGENDA ITEM NO. F -3(b) uY 'I PIF (ITY COtJ.- ' CIL CIT1' Ui 17E14r'u;;T BEACh AUG 2 2 1988 APPROVED SUBJECT: LITTLE BALBOA ISLAND SEAWALL RAISING AND STREET LIGHT CONVERSION CONTRACT NO. 2468 RECOMMENDATIONS: 1. Award Contract No. 2468 to Steiny and Company, Inc. for the total price of $249,698, and authorize the Mayor and the City Clerk to execute the contract. 2. Adopt a budget amendment appropriating $32,158 to complete the project funding. DISCUSSION: At 11 :00 a.m. on August 11, 1988, the City Clerk opened and read the following bids for this project: * Corrected total price is $ 274,975 The low bid is 43% above the Engineer's Estimate of $175,000. The disparity between estimated and bid amounts is attributed to an underestimate of bid prices for the electrical portion of the work. Steiny and Company, Inc., the low bidder, is a well - qualified general engineering contractor who has successfully completed previous contracts for the City. The project provides for (1) the construction of 10" high coping addi- tion upon the existing East and South Bay Front bulkheads of Little Balboa Island, and (2) the conversion of all incandescent street and bay front lighting on Little Balboa Island to energy- efficient, high pressure sodium lighting. l ' Bidder Total Price Low Steiny and Company, Inc. $ 249,698 2 Wakeham - Baker, Inc. $ 275,275 3 Kruse Construction Company $ 297,650 4 Damon Construction Company $ 340,350 * Corrected total price is $ 274,975 The low bid is 43% above the Engineer's Estimate of $175,000. The disparity between estimated and bid amounts is attributed to an underestimate of bid prices for the electrical portion of the work. Steiny and Company, Inc., the low bidder, is a well - qualified general engineering contractor who has successfully completed previous contracts for the City. The project provides for (1) the construction of 10" high coping addi- tion upon the existing East and South Bay Front bulkheads of Little Balboa Island, and (2) the conversion of all incandescent street and bay front lighting on Little Balboa Island to energy- efficient, high pressure sodium lighting. l ' i� Subject: Little Balboa Island Seawall Raising and Street Light Conversion (C -2468) August 22, 1988 Page 2 Funds for award are proposed from the following accounts: Description Account No. Amount Little Balboa Island Seawall Raising 02- 4197 -302 $137,540 Street Light Conversion Program 02- 3297 -411 50,000 Conversion of Obsolete Street Lights 02- 3297 - 473 30,000 (Budget Amendment) 02- 3297 -411 32,158 Total $249,698 A budget amendment to appropriate the $32,158 has been prepared for Council consideration. Plans and specifications for the project were prepared by Public Works Department staff. The estimated dates of completion are November 15 (seawall work) and February 10 (street light conversion). C /s�2i CaS/. /'IV's Benjamin B. Nolan Public Works Director LD:so <311) July 25, 1988 CITY COUNCIL AGENDA BY THE CITY COUNCILITEM NO F -12 • CITY OF NEWPORT BEACtI TO: CITY COUNCIL JUL 2 5 1988 APPROVED FROM: Public Works Department SUBJECT: LITTLE BALBOA ISLAND SEAWALL RAISING AND STREET LIGHT CONVERSION CONTRACT NO. 2468 RECOMMENDATIONS: 1. Affirm the Negative Declaration of Environmental Impact Approve the plans and specifications 3. Authorize the City Clerk t f ^r 11 An A M DISCUSSION: • This project provides for the construction of a portland cement concrete coping addition upon the existing bulkhead coping along the East and South Bay Fronts of Little Balboa Island. The elevation atop the South Bay Front coping will be raised 10" to +9.5 MLLW, approximately, and the East Bay Front will be raised 10" to +9.0' MLLW, approximately. The coping additions will join Grand Canal copings which were previously raised to +9.0' MLLW, approximately. Originally, funds were budgeted for FY 1984 -85 to raise the copings. This was done as a consequence of the flooding which occurred during winter storms that coincided with the E1 Nino- driven tides of 1983. No known flooding has occurred since 1983. Little Balboa Island Property Owners Association has twice formally requested that the City raise their bulkhead elevation. In their first letter (see attachment dated February 20, 1985) they state that 63% of the property owners affirmed their desire that the elevation be raised. In the Association's second letter (see attachment dated December 12, 1987, including cover letter and ballot), they state that 67% of the owners requested that the bulkhead be raised. • Staff has apprised the Association that the coping addition will have negative, as well as possibly beneficial, effects upon the islanders. The coping addition will impair access to 41 private docks, to the Park Avenue dock, and to the beach. Most dock users will have to step "up and over" the coping addition in order to use a dock. Beach users will have a 10" higher coping to climb over in order to use the beach. In addition, the higher coping will impair views of the harbor to a minor extent. `. • 0 E Subject: Little Balbo • land Bulkhead Raising (C -2468) 0 June 27, 1988 Page 2 i With the property owner responses, staff judged that the above negative effects were minimal and acceptable to the islanders, and accordingly prepared a Negative Declaration of Environmental Impact. The Declaration has been approved by the Environmental Affairs Committee. A Notice of Determination has been published in our local newspaper, and a letter (copy attached) has been mailed to each pier permittee to serve as formal notification of the project. Staff has also obtained a Coastal Permit issued by the California Coastal Commission. The project has been expanded recently to include the repair of spalls in the existing concrete coping and conversion of high voltage, series circuit street and bay front lighting on Little Island to energy efficient high pressure sodium (HPS) multiple circuitry. The HPS conversion was added since: (1) the coping lighting had to be raised along with the coping, (2) the existing lighting is a severely deteriorated, 50 year old, energy inefficient system, and (3) the City appropriates funds each year to be used for street light conversion. All of Little Island's poles will be replaced with new poles of the • same style. Lighting on Balboa Island will be converted at some future date. The Engineer's Estimate is $175,000. With the street light conversion and additional coping appropriations of FY 1988 -89, there should be adequate funds to award this amount. Plans and specifications were prepared by the Public Works Department. Work may begin after Labor Day, and all work should be completed by February 10, 1989. Benjamin B. Nolan Public Works Director BBN:ld Attachments • F, ] • 0 0 • r �J 3 r. r LITTLE BALBOA ISLAND PROPERTY OWNERS ASSOCIATION P.O. BOX 74 BALBOA ISLAND, CALIFORNIA 92682 Mr. Phil Maurer, Mayor City of Newport Beach 3333 Newport Boulevard Newport Beach, California 92663 Dear Mayor Maurer: As stated in my letter of January 24th - the Board of Directors of the Little Balboa Island Property Owners Association instructed me to petition our Association members as to their wishes on raising the sea wall on Little Island by approximately 10 ". This petition was in the form of a letter (sample attached) mailed to 230 property owners with the request that they respond by February 7th. Of the 230 mailed we have received a response from 152 to date with 95 for raising the sea wall, 53 against and 4 undecided. Based on the results of this survey, the Board of Directors of Little Balboa Island Property Owners Association request that the project to raise the height of the sea wall be continued. ' The response from our members is available on request. Sincerely yours, George Ingles, President GI:dh Enclosure cc:— Lloyd Dalton Balboa Island Improvement Association f • E a l_-j 0 LITTLE BALBOA ISLAND • PROPERTY OWNERS ASSOCIATION F.O. BOX 74 BALBOA ISLAND, CALIFORNIA 94664 /2Dec. 1987 • & Lloyd R. D lion De64a Cngcneea ( q o� Nezponf peach „3,vo Nempolf &vd. Neopont Smch Ca. 04-663 Dever. Lloyd; In aedponce to own telephone conveivviion 1 am dendLgq the fo,Uomnnq..inpAmati.on a6oat the ballot to Aai4e the aea runll on Li the 3z 6oa lo-land. /. Thene acne approximately 231 pwpettg ourwisu on the Little Ie.land and a-U ease dent the 6a,Uo4 even i. Fmt mm6ena of The Little • BaZoa La.land Paope4iq Gimsu AmociatLon. The aeea&A ue4e 125 nepLi.eo mitA. 84 fon and 4/ agaimi. • I 2. 6nclo4ed id a copy o� the coven keen .sent uZb6L each 6a.Uot. 14 theae iA any {wntieerc in4onmati.on wt aeji .lance I can paovide, 4eel 4ee to contact me at any time. Sn.ncenelyF Kenneth Q. Lrnda&4 Paeaident LU;Ue le.land Pnopei y 66wA4 Amociati.on. 0 0 LITTLE sALDVA IJLAI4U VKCIYCK T 1 Ow1YCKS AMCIATION • P.D. oox 74 BALBOA ISLAND, CALIFORNIA 92662 October 13, 1987 Members of the Little Island Property Owners Association: During the past wtek I was contacted by Lloyd Dalton concerning a matter of great importance to all of us as homeowners on Little Island. Lloyd is a structural designer for the City of Newport Beach and in that capacity asked if we want the seawall around Little Island raised to "level 9-, the same as on Grand Canal Lloyd's question is prompted by the fact he is preparing his budget for next year and can include the seawall monies if desired. • All of you know the benefits of raising the seawall; however, Lloyd told me of a few restrictions to consider: 1. No "pass throughs" will be allowed. 2. No steps are allowed on the sidewalk. 3. No portion of the pier or any structure can be anchored to the seawall. With this in mind we need to decide if we want the seawall raised. The enclosed ballot must be returned by November 15th and I will convey the results to Lloyd Dalton. Also enclosed please find a self - addressed stamped envelope for your vote. You will note there is a place for you to make comments and /or • suggestions -- an example was one I thought of, leave the "step" off the top as it is of no benefit for stepping up and makes it difficult to sit on the seawall, or lower it to a better height for access. Kl:dh Kenneth Lindahl, President Enclosure 5- • LITTLE BALBOA ISLAM) PROPERTY OWNERS ASSOCIA T ION P.O. BOX 74 BALBOA ISLAND, CA 92662 TO: BOARD OF DIRECTORS: RAISE THE SEAWALL. DO NOT RAISE THE SEAWALL. :7 COMMENTS /SUGGESTIONS: LET u5 0 NAME• 9- '`-�,. ��,.=J� -�" (SIGN ONLY F YOU DESIRE. IT IS NOT REQUIRED FOR YOUR VOTE TO COUNT) FaA 0 0 • 0 '1 • June 22, 1988 0• CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT P.O. BOX 1768, NEWPORT BEACH, CA 92658.8915 (714) 644 -3311 Little Balboa Island Property Owners Association Post Office Box 74 Balboa Island, California 92662 Attention: 'Kenneth Q. Lindahl, Past President Subject: Little Balboa Island Seawall Raising b HPS Conversion (C -2468) Gentlemen: - The City staff is completing plans and specifications for:a contract to raise the existing seawall coping along che.South and East Bay Fronts of Little Island. Also, we have decided to convert all of the existing high- voltage, incandescent lighting on the Island to energy efficient, high pressure sodium (HPS) vapor lighting as part of the contract. (The HPS lighting is what is installed in all new tracts in the City. It is also the lighting that we have been converting other sections of the City to in the past five years, and. is the lighting that was installed in the Balboa Island and Little Island bridge rehabilitations.). I attach a sketch depicting how the coping is to be raised. The elevation atop the East Bay Front coping will be raised 10" to +9.0' MLLW, approximately, which will match the Grand Canal coping elevation. The elevation atop the South Bay Front coping will be raised 10" to +9.5' MLLW, approximately. The extra } foot of coping height is needed to resist the extra height of bay water that may act against the South Bay Front seawall during storms. As you can see from the attached sketch, pier permittees will have to step "up and over" the coping addition in order to use their docks. The City will not permit step construction within Bay Front walkways, nor "pass throughs" in the coping addition (as mentioned in your October 13, 1987 letter to Little Island property owners). The coping addition is being built in response to the Association's formal requests of 1985 and 1987. The HPS conversion has .been added to the contract since (1) the existing lighting is a severely deteriorated, 50 year old, energy inefficient system, (2) funds are available to convert such system, and (3) lighting on the coping had to be raised. along with the coping. All of Little Island's poles will be replaced with new poles of the same style. Lighting on Balboa Island will be converted to HPS at some later date. 3300 Newport Boulevard, Newport Beach 7 0 0 C • • Little Balboa Island Property Owners Association June 22, 1988 isPage Two The work will cost approximately $200,000, with no direct cost to Little Island property owners. Pier permittees will, however, need to protect and /or clean up their piers as they deem necessary where the City's coping work is performed immediately adjacent to the piers. In some cases where a pier member may interfere with our construction, the City's contractor will remove the interfering member. The permittees will also need to restore these members as they deem necessary subsequent to the City's contract work. Under the terms of our contract, the contractor must attempt to protect and to maintain access to public and private property. Our field engineer and inspec- tors will be onsite daily to review his progress and to work out the problems which may occur. You may contact them in the field or leave a message in the office (telephone 644 -3311) if needed during construction. •A copy of this letter is being mailed to each pier permittee to serve as a notification of the proposed project. The contract is scheduled to be presented to the City Council for approval to advertise for bids on July 25th. We hope to award the contract on August 22nd so that the work may begin anytime after Labor Day. Our aim is to complete the coping construction by Thanksgiving and the lighting conversion by February 10, 1989. Please feel free to contact me if you have any questions concerning the design or scheduling of this contract. Thanks again for your assistance in communicating with your fellow Islanders. Very truly yours, r Loyd Dalton Design Engineer • LD:dw Attachment cc: Pier Permittees Councilman Maurer Marine Department Al u i 0 • M FIR Ni WQ `4`..0 1 i In'lbW W fa 4 EL z 1 - O cd _J in a Pic . w a Z a� Wz a EL z 1 - O cd _J in a Pic . w a Z AUthorlted 10 Publish Advertisements of all !k inCluding publlC notices by Decree of the Superior Court of Orange County, California. Number A -6214, dated 29 September. 1961, and A- 24831. dated 11 June, 1963 STATE OF CALIFORNIA County of Orange v ea Nouu co. «w er mn amarvn o aM �n i ".1 .,m 10 P . c.Wmn �Orn I am a Citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen ygars, and not a party to or interested in the below entitled matter. I am a principal clerk of the Orange Coast DAILY PILOT, with which is combined the NEWS - PRESS, a newspaper of general circulation, printed and published in the City of Costa Mesa, County of Orange. State of California, and that a Notice of Znyiting Bids of which copy attached hereto is a true and complete copy, was printed and published in the Costa Mesa, Newport Beach, Huntington Beach, Fountain Valley, Irvine, the South Coast communities and Laguna Beach issues of said newspaper for two (2 ) consecutive weeks to wit the issue(s) of July 28 , 198 8 August 4 198_ 198_ , 198_ I declare, under penalty of perjury, that the foregoing is true and correct. Executed on August a 1988 at Costa Mesa. California. ignature v eras may be re- al the office Of the emavard, P. O. Boa 17.68, Newport Beach, CA 92658 -8915 until 1100 a.m. on the IIth day of August, 1988, at which time Such bids shall be opened and read for Titla 01 Py01ee1: LITTLE BALBOA ISLAND SEA- RAISING RAISING AND STREET LIGHT CON- VERSION CONIFICII ErIlaoa Eell a mata: S175,0D0 Councli this 25tbh day of July 1998. WANDA E. RAG010, City Clerk Prospective bidders may Obtain one set Of bid docu- ments at no cost at the office Of the Public Works Depart- ment, 3300 Newport 3oulevard, P. O. Box 1768,1 Yewport Beach, CAI Waco o�.� PROOF OF PUBLICATION Thou �yT:. 'C:' e'd'wi'S r..s. L �..� 'F.: ... .:.."... � tlx:, �.