Loading...
HomeMy WebLinkAboutC-2671 - Lido Park Drive Bulkhead Tie Rod and Deck ReplacementMay 21, 1996 a i CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 Wakeham -Baker Inc. 18237 Mt. Baldy Circle Fountain Valley, CA 92708 (714) 644 -3005 Subject: Surety: Amwest Surety Insurance Company Bond No.: 003005016 Contract No.: C -2671 Project: Lido Park Drive Bulkhead Tie Rod and Deck Replacement On March 11, 1996, the City Council of Newport Beach accepted the work of the 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 1, 1996, Reference No. 19960157171. Sincerely, Lavonne M. Harkless, CMC /AAE City Clerk LH:lm cc: Public Works Department 3300 Newport Boulevard, Newport Beach RECORDING REQUEST BY AND WHEN RECORDED RET TO: City Clerk.,��,)(rrl City of Newport Beach Newport Beach, C eA92663 Recorded in the I ty of orange, California Gary L. Granville, Clerk /Recorder 111111! 1111111! illlllllllllilllllllllllill1111111111111111111 Jill No Fee 19960151111 10;40am 04/01/96 508 9005938 09 30 N12 1 0 7.00 0.00 0.00 0.00 0.00 as 4 1' "Exempt from recording fees pursuant to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Wakeham- Baker, Inc. as Contractor, entered into a Contract on August 7. 1995 Said Contract set forth certain improvements, as follows: Lido Park Drive Bulkhead Tie Rod and Deck Replacement C -2671 Work on said Contract was completed on December 11. 1995 and was found to be acceptable on March 11, 1996 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contragt__is Em City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on a/, I me , at Newport Beach, California. BY 62Wo fww_i City Clerk 10 �,l March 11, 1996 • CITY COUNCIL AGENDA ITEM NO. 15 TO: Mayor and Members of City Council FROM: Public Works Department SUBJECT: COMPLETION AND ACCEPTANCE OF LIDO PARK DRIVE BULKHEAD, TIE ROD AND DECK REPLACEMENT, CONTRACT NO. 2671 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 reconstruction of Lido Park Drive Bulkhead (Rhine Wharf) has been completed to the satisfaction of the Public Works Department. The contractor was Wakeham- Baker, Inc., of Fountain Valley, California. The bid price was $122,122.00 The amount of unit items constructed 121,725.28 Amount of change orders 12.697.58 Total contract cost $134,422.86 Three (3) change orders were issued to complete the project. They were as follows: 1. A change order in the amount of $3,376.56 provided for the removal and reconstruction of a 300 foot long deteriorated seawall nailer. 2. A change order in the amount of $828.00 provided for the furnishing and planting of six (6) 15 gallon King Palm trees as requested by the City's Parks & Parkways Division. 3. A change order in the amount of $8,493.02 provided for miscellaneous extra work for added decking and to complete the project. Major extra • work items included core drilling of the seawall cap beam, removal and replacement of extra decking, and importation of top soil in planters. SUBJECT: COMPLETION AND ACCEPTANCE OF LIDO PARK DRIVE BULKHEAD, TIE ROD AND DECK REPLACEMENT, CONTRACT NO. 2671 March 11, 1996 Page 2 Funds for the project were budgeted in the following General Fund: Description Account Number Amount NPT /BAL.Pier Inspection /Replacement 7011- C5100153 $ 11,472.86 Lido Park Drive Improvements 92 7013- C5100131 $122,122.00 General Services Special Dept. Supplies 3110 -8200 $ 828.00 TOTAL $134,422.86 Th scheduled completion date was November 27, 1995. Due to extra work, the project was nqt completed until December 11, 1995. The contractor is to be commended for his effort to coordinate his work hours to accommodate the hotel and restaurant- merchants in completing the work. Respectfully submitted, C91 PUBLIC WORKS DEPARTMENT Don Webb, Director By: t`ccc c/ Horst Hlawaty Field Engineer Attachment • • • TO: FROM: DATE: t CITY OF NEWPORT BEACH P.O. BOX 1768, NEWPORT BEACH, CA 9265 8-8915 PURCHASING /ADMINISTRATIVE SERVICES DEPARTMENT CITY CLERK August 7, 1995 SUBJECT: Contract No. C -2671 A '4sa 8 -7 -is Description of Contract Lido Park Drive Bulkhead Tie Rod and Deck Replacement Effective date of Contract August 7. 1995 Authorized by Minute Action, approved on June 26, 1995 Contract with Wakeham -Baker Inc. Address 18237 Mt. Baldy Circle Fountain Valley. CA 92708 Amount of Contract Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach CITY CLERK'S COPY NOTICE. IWT G BIDS W Sealed bids may be recd t the office of the City Clerk, at 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, Ca. 92658 -8915 until 11:00 a.m. on the 15th day of J=, 1994. Tile of Project 2671 Contract Number $170,000.00 Engineer's Estimate `Q FO RV� Approved by the City Council this May of May, 1995 ({� Wanda E. Raggio 0 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. O. Box 1768, Newport Beach, CA 92658 -8915. For further information, call Stephen Luy at 644 -3311. Project Manager 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LIDO PARK DRIVE BULKHEAD TIE ROD AND DECK REPLACEMENT CONTRACT NO. 2671 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P. 0. Box 1768 Newport Beach, California 92663 -8915 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to fumish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 2671 in accord with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT NO. AND UNIT PRICE WRITTEN IN WORDS 1. Lump Sum 2. 31 EA. Mobilization and Traffic Control Eight Thousand Two Hundred Ninety-Two Dollars and No Cents per Lump Sum Replace and seal tie rods including excavation and backfill One Thousand Dollars and No Cents per Each P -1 UNIT TOTAL PRICE PRICE I I III II III iI i • ITEM QUANTITY ITEM DESCRIPTION AND UNIT NO. AND UNIT PRICE WRITTEN IN WORDS 3. 3 EA. Remove and reinstall street lights, wiring and conduit; including reconstructing base One Thousand One Hundred FiBv Dollars and No Cents per Each 4. 8 EA. Remove and reinstall parking meter posts UNIT TOTAL PRICE PRICE III III Seventy-Five Dollars and No Cents $75.00 $ 600.00 per Each 5. 180 L.F. Remove existing and construct modified type "A" PCC curb & gutter with nailer strip Twen -Five Dollars and No Cents $25.00 $ 4,500.00 per Linear Foot 6. 110 L.F. Remove existing and construct type "B" PCC curb Thirteen Dollars and No Cents $13.00 $ 1,430.00 per Linear Foot 7. 70 L.F. Remove existing and construct modified type "A" PCC curb & gutter at planters with nailer strip Dollars and No Cents per Linear Foot P -2 :It .111 0 ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION AND UNIT PRICE WRITTEN IN WORDS UNIT TOTAL PRICE PRICE 8. 70 L.F. Remove existing and construct modified type "B" PCC curb at planters with nailer strip Eighteen Dollars and No Cents $18.00 $1.260.00 per Linear Foot 9. 110 Tons Remove existing and construct 6" thick crushed aggregate base Twen -Three Dollars and No Cents $23.00 $1530.00 Per Ton 10. 50 Tons Remove existing and construct 2 1/2" thick A.C. base course Eighty -Four Dollars and No Cents $84.00 $ 4.200.00 Per Ton 11. 30 Tons Remove existing and construct 1 112" thick A.C. finish course Sixty-Five Dollars and No Cents $65.00 $ 1.950.00 Per Ton 12. 200 S.Y. Install filter fabric at all bulkhead joints per Square Yard P -3 Dollars and Cents $5.00 $1'000.00 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 13. 2,900 S.F. Remove existing wood deck and install new wood deck. Sixteen Dollars and No Cents $16.00 $ 46.400.00 per Square Foot 14, 300 L.F. Install new street light conduit and conductors Sixteen Dollars and No Cents $16.00 $ 4.800.00 per Linear Foot 15. Lump Sum Shoring Five Thousand Five Hundred Dollars and No Cents $ 5.500.00 per Lump Sum 16. 3 EA. Remove existing planter trees Three Hundred Dollars and No Cents $300.00 $ 900.00 per Each 17. 3 EA. Provide and install 24" box King palm tree Three Hundred Fifty Dollars and No Cents $350.00 $1,050.00 per Each P -4 0 ITEM QUANTITY ITEM DESCRIPTION AND UNIT NO. AND UNIT PRICE WRITTEN IN WORDS 18. Lump Sum Provide and install sprinkler system with one flood bubbler per planter Two Thousand Dollars and No Cents per Lump Sum One Hundred Twenty-Two Thousand UNIT TOTAL PRICE PRICE One Hundred Twenty -Two Dollars and No Cents $121122.00 Total Bid Price (Words) Total Bid Price (Figures) Bidder's Name Wakeham - Baker. Inc. :..- • �r u :, r. r: � � is Bidder's Telephone Number (714).3784100 Contractor's License No. & Classification 402529 "A" 5/15/95 S/W.R, Wakeham. President Date Bidder's Authorized Signature & Title P -5 0 9 Page 2 The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: PROPOSAL (Page 1) INSTRUCTIONS TO BIDDERS (Page 2) DESIGNATION OF SUBCONTRACTORS (Page 3) BIDDER'S BOND (Page 4) NON - COLLUSION AFFIDAVIT (Page 5) TECHNICAL ABILITY AND EXPERIENCE REFERENCES (Page 6) 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 documents. The City of Newport Beach will not permit a substitute format for the documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 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 responsible for bidder errors and omissions in the PROPOSAL. 5/91 r • Page 2A The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 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 insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." All documents shall bear authorized to sign on behalf of signatures shall be of a co authorized by the corporation. shall be of a general partner. shall be of the owner. signatures and titles of persons the bidder. For corporations, the rporate officer or an individual For partnerships, the signatures For sole ownership, the signature Contractor's License No. & Classification ...-4-u 4/15/95 S /W_R. Wakeham. President Date Authorized Signature /Title 5/91 e Page 3 State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. ,Subcontract Work Subcontractor Address 1. Electrical Security Select Irvine 2. Pcc Markel Santa Ana 3. 4. 5. 6. 7. Wakeham- Baker, Inc. S /W.R. Wakeham, President Bidder Authorized Signature /Title 5/91 • • Page 4 a) 0 :0�Il KNOW ALL MEN BY THESE PRESENTS, That we, Wakeham- Baker. Inc. as bidder, and Amwest Surety Insurance Company, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of the Amount Bid Dollars N� 10% of Rid) .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 Lido Park Drive Bulkhead Tie Rod & Deck Replacement (Contract No. 671) 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) after the date of the mailing Notice of Award to the above bounden bidder by and from said City, then this obligation shall become null and void; otherwise it 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 obligation under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 1s,t day of June, 1995. Notary Public: Rosemary Standley Commission Expires: 6/7/96 5/91 S /W.R. Wakeham. President Authorized Signature /Title SURETY: Amwest Surety Insurance Company By:s /Michael D. nng (Attach Acknowledgment of Attorney -In -Fact) • State of California ss. County of grange 0 Page 5 N•R Warm, being first duly sworn, deposes and says that he or she is President of Wakeham -Bak Inc. , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, south by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoing is true and correct. .,1 •M- S /W.R. Wakeham. President Authorized Signature /Title Subscribed and sworn to before me this 14th day of june, 1995. S /Francis Corona Notary Public My Commission Expires: S /91 Page 6 The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year For Whom Person Telephone Comm ted Performed (Detail) To Contact Number Wakeham- Baker. Inc. Bidder 5/91 See Attached Job List $JW.R. Wak ham. President Authorized Signature /Title Contractor Governmental Project Refererce Sheet AlT contractors bidding on projects for the City of Los Angeles, Department of Recreation and Parks, who have not been awarded a project with the Department within the last three (3) years, are required to complete the following reference information. This information will be reviewed as part of the bid package for determining the successful contractor. List all projects in chronological order from the most recent project, even if not completed, going back at least three years. Make sure to include all projects involving local, county, state and federal agencies. Name of Project VILLAGE STREETSCAPE PHASE I S PHASE II Location of Project Big Bear Lake, Ca. Amount of Contract 916,000.00 Duration in Months 12 Awarding Agency City of Bicr Bear Lake - Engineering Department Awarding Agency Address P.O. Box 10000, Big Bear Lake, Ca. 92315 Awarding Agency Phone Number (include area code) (909) 866 -5831 Awarding Agency Project Liaison Manager Mr. Mike Stewart Name of Project GRASSY HOLLOW VISITOR CENTER location of Project Wrightwood, Ca. Amount of Contract 691,571.00 Duration in Months 13 Awarding Agency USDA- Forpst Service Department of Agriculture Awarding Agency Address 701 N. Santa Anita Ave., Arcadia, Ca. 91006 -2799 Awarding Agency Phone Number (include area code) (818) 574 -5300 Awarding Agency Project Liaison Manager Mr. Harold Culpepper - MUST BE SUBMITTED WITH BID continued Name of Project AUM CENTER DR. EMNSION Location of Project Anaheim, Ca. Amount of Contract 279,279.00 Duration in Months 4 Awarding Agency City of Anaheim public Works & Engineering Department Awarding Agency Address 200 South Anaheim Blvd., Anaheim, Ca. 92805 Awarding Agency Phone Number (include area code) (714) 254 -5176 Awarding Agency Project Liaison Manager Chuck Smith Name of Project PARK S RIDE FACILITY - GLENDORA Location of Project 07 -LA- 210 -R41.5 / Contract No. 07- 402214 Amount of Contract 178,178.00 Duration in Months 7 Awarding Agency State of'California- Department of Transoortation Awarding Agency Address District 7 Field Office 15705 Arrow Highway StA. 2 Irwindale Awarding Agency Phone Number (include area code) (818) 338 -9440 Ca. 91706 Awarding Agency Project Liaison Manager qtr. Ngai Chen Name of Project San Luis Rey Desalting Facility "Demolition S Sitework" Location of Project Oceanside, Ca. ` Amount of Contract 545,545.00 Duration in Months 14 Awarding Agency City of Oceanside - Engineering Department Awarding Agency Address 300 North Hill St., Oceanside, Ca. 92054 Awarding Agency Phone Number (include area code) (619) 966 -4855 Awarding Agency Project Liaison Manager Mr. John O'Donnell MUST BE SUBMITTED WITH BID-- - -1 o 0 0 Page 7 The following contract documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of mailing Notice of Award to the successful bidder: PAYMENT BOND (Page S) FAITHFUL PERFORMANCE BOND (Page 9) CERTIFICATE OF INSURANCE (Page 10) GENERAL LIABILITY INSURANCE ENDORSEMENT (Page 11) AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT (Page 12) WORKERS' COMPENSATION INSURANCE CERTIFICATION (Page 13) CONTRACT (Page 14) 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. Payment and faithful performance bonds shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. The Workers' Compensation Insurance Certification shall be executed and delivered to the Engineer along with a Certificate Of Insurance for workers' compensation prior to City's execution of the Contract. 5191 BOND O PREMIUM I UDED1N PERFORMANCE BOND EXECUTED I FOUR COUNTER PARST Page B KNOW ALL MEN BY THESE PRESENTS, that WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted June 26. 1995. has awarded to A ak . om- Baker. Inc. hereinafter designated as the "Principal ", a contract for Lido Park Drive Bulkhead Tie Rod and Deck Replacement (Contract No.2W) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents in the office of the City Clerk of the City of Newport Beach, and all of which are incorporated herein by this reference; WHEREAS, said Principal has executed or is about to execute Contract No. Ma and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's 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, WAKEHAM- BAKER, INC. as Principal, and AMWEST SURETY INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of ONE HUNDRED TWENTY -TWO TH USAND 122,1.22.00 - ONE HUNDRED_TWEjNTY -TWO _Ngffl0 QOIIarS ($ -), 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 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/her 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 Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and 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. 5/91 STATE OF CALIFORNIA COUNTY OF ORANGE On JUNE 29, 1995 PERSONALLY APPEARED SS. before me, SHAWN BLUME SUSAN C. MONTEON personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowl- edged to me that he /she /they executed the same in his/ her /their authorized capacity(ies), and that by his /her/ their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature Z� �7 OPTIONAL SHAWN BLUME COMM- #1055477 NOTARY FUBUO - CALIFORNIA ORANGE COUNTY U1 C4 80NApr919,1999 This area for Official Notarial Seal Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TfRE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: B E OF PERSONS) OR ENTITY(ES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE ID -081 Rev. 6/94 ALL - PURPOSE ACKNOWLEDGEMENT 0 0 Page 8A 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 to them or their assigns in any suit brought upon this bond, as required by and in accordance with 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 above named Principal and Surety, on the 29th day of JUNE 1995. WAKEHAM- BAKER, INC. Name of Contractor (Principal) AMWEST SURETY INSURANCE COMPANY Name of Surety 268 W. HOSPITALITY LANE SUITE 206 Address of Surety SAN BERNARDINO, CA 92408 5/91 Authorized Signature/TiHe Authorized Agent Signatures SUSAN C. MONTEON ATTORNEY -IN -PACT (909) 888 -2277 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED § ; tea=, LAJ C >. )k ) k -\ §�| ( �\ §G § )(& �■2 }I §t }OO¢ ! CL ®�2 f �o m LLI /k\ roM4 0 \ \% j/\ |9� =li0m (EGG ■ � �k }2 O 8 cl 110 1:111 ( \ �e m �■ 2 / g � k v o . # n \ z \ # Ln \k & 6 } \ \ \ y / / i cis 0'Z: cc a2 / \) -2- r {■«/ {$fffa {2q -;7l as `22 ) ®2 ■��Z(/ °�0�k 0 :k -§ / {%« Ekt®®cR /§ {2 \{ff ƒwk �CL § § \ � . / ©� » \ § w § ■ k ! (� ■ §B §K ) & \ e \) }\ \\ (( CO W \ R \ ) d ) k ul § § Me t/ : ev k7 \) \{ ƒ) , I EXP@AnON DATE 5 -11 -96 EXECUTED IN FOUR COUNTER PARTS "w"" mm" 0000475231 READ CAREFULLY This document is printed on white paper containing the artificial watemurked logo ( A ) of Amweat Surety Insurance Company (the "Company') on the Bunt and brown security paper on the back Only unaltered originals of the POA are valid. This POA may not be used in conjuration with any other POA. No representations or warranties regarding this POA may be made by any person. This PDA is governed by the lawn of the State of California and is only valid until the expiration date. t UW ALL H r it bNb a•LCnahN 1, tort Amweat Surety 1108131100 t:mnpany, a uatnoma corporanun (tore'Vompany _), corm tweoy mane, constitute and appoint: MICHAEL D. STONG SUSAN C. MONTEON ROSEMARY STANDLEY AS EMPLOYEES OF STONG INSURANCE SERVICES, INC. its true and lawful Auomey -in -fact, with limited power and authority for aml on behalf of the Company thereto if a seal is required on bonds, undertakings, nxognizances, reinsurance agreement for a MillS the nature thereof as follow: O Bid Bonds up to $- •1,000,000.00 Contraet.(Performance & PaymentA Court, Subdivision $••5000,000.00 License & Permit Bonds up to Sa`aa250,000.00 Miscellaneous Bonds up to $'•••250,000.00 '"' and to bind the company thcreby. T16 appointment is made under and by I, to undersigned socrebry of Amwe t Surety Insurance Company, a lifomna urpurati(" fora and effect and has not been revoked and furthemwre, that liar w out of Ow $$yy��rd of provisions of the By -Laws of the Company, ate rums in full on� �� Bond No. Signed & * tit ek s► Is * +It as as Is This POA is signed and sealed by fansimile r Company at a meeting duly held un Decem RESOLVED, that the Presidmt or 3 authority as defuhed or limited in the of the Compwy to bonds, undo "��! revoke any PDA previously grantOL 1 (i) when signed by the Praid� (ii) when signed by the Presi i authorized attorney -in -fact (iii) when duly executed and at by the power of attome`ycs RESOLVED FURTHER, L °I thereof authorizing the execution tar when so used shall have the same fi affix the scat of the company other written obligations in are now in full force and effect. 1IFY Out this Power of Attorney remains in full on this Power of Attorney, and that the relevant yg 95 Karun G. Coben, Secretary DIRECTORS as • f aF ! * • ♦ as ♦ * ors adopted by the Board of Directors of Amweat Surety Insurance ,.tae N4cfion 04'seereary or any Assistant Secretary, may appoint attomeys -in -fact or agents with the a mtmunt ch case, for and on behalf of the Company, to execute and deliver and affix the seal 'p ob �sgom of all kinds; and mid offhcens may remove any such atomey-in -fact or agent and mco or suretyship obligation shall be valid and bind upon the Company: t cd and scaled (if a scat be required) by any Secretary or Assistant Secretary, or t 0 or Assistant Secretary, and countersigned and sealed (if a scal be required) by a duly sl be a Jby one or more atameys -in -fact or agents pursuant to and within the limier of the authority evidenced the Cbrnitan3kto such person or persons. Ognaturt of any authorized officer and the seal of the Company may be affacd by facsimile to any PDA or certification :livery of any bond, undertaking, recognizance, or other suretyabip obligations of the Company, and such siguature and seal and effect as though manually affmed. IN WITNESS WHEREOF, Armed Surety Insurance Company has caused Uwe presents to be signed by its proper officers, and its corporate seal to be hereunto aimed this lat day of January, 1993. Oaf jrQ/ -.4 �� 'zv./ John E. Savage, dent Karen G. Cohen, Secretary Sera of California County of Los Angeles On January 1, 1993 before me, Peggy B. Lofton Notary Public, personally appeared John E. Savage and Karen G. Cohen, personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) Win: subscribed to the within ins ument and acknowledged to me all thathe/shelthry executed the same in hisA=hheir authorized capacity(ica), and that by hivhefMeir signature(&) on the instnmhent the person(s), or the entity upon behalf of which to person(s) acted, executed the instrumat Wr NESS hand and official seat. PE�� YCg L N.- -� Notary FUbile- Calftmin Signature (gwq LOS ANGELES COUMY e . Lofton, Notary Pu MY C0111fldrOfl �M //.\V JtN 28.-1995 F • BOND NUMBER. 003005016 PREMIUM: JW32.00 EXECUTED 11rFOUR COUNTER PARTS Page 9 KNOW ALL MEN BY THESE= PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted ,tune 26 1995 has awarded to Wakeham -Ba er Inc.. hereinafter designated as the 'Principal', a contract for Lido Park Drive Bulkhead Tie RQd and Deck Replaced (Contract No.2ffD in the City of Newport Beach, in strict conformity with the Contract, Drawings and Specifications and other contract documents in the office of the City Clerk of the City of Newport Beach, all of which are incorporated herein by this reference; WHEREAS, Principal has executed or is about to execute Contract No. ZM and the terms thereof require the furnishing of a bond for the faithful performance of the Contract; NOW, THEREFORE, we, WAKEHAM- BAKER, INC. as Principal, and AMWEST SURETY INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of ONE .HUNDRED TWENTY-TWO THOUSAND ONE HUNDRED TWENTY -TWO AND N /'loo _ Dollars (122,122.00 ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the City or its certain attorney, its successors, and assigns; for which payment well and truly 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, its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well keep truly and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby, and in addition to the fact amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, in the event it is required by bringing any action in law or equity to enforce the obligations of this Bond. Surety, for value received, 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 of any such change, extension of time, alterations or additions of the contract or to the work or to the specifications. 5/91 STATE OF CALIFORNIA COUNTY OF ORANGE On JUNE 29, 1995 , before me, I SS. SHAWN BLUME PERSONALLY APPEARED SUSAN C. MONTEON personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowl- edged to me that he /she /they executed the same in his/ her /their authorized capacity(ies), and that by his /her/ their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature OPTIONAL SHAWN BLUME f COMM. #1055477 C NOTARY PUBLIC- CALIFORNIA ; ORANGE COUNTY KYOATIm 1115""AW1Y,1m This area for Official Notarial Seal Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NFME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE ID -081 Rev. 6/94 ALL - PURPOSE ACKNOWLEDGEMENT r i Page 9A This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for six (6) months following the date of formal acceptance of the Project by the City. In the event that the principal executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 29th day of JUNE _,1995. WAKEHAM- BAKER, INC. Name of Contractor (Principal) AMWEST SURETY INSURANCE COMPANY Name of Surety Authorized Signature/Title uthorized Agent Signature SUSAN C. MONTEON ATTORNEY -IN -FACT 268 W. HOSPITALITY LANE SUITE 206 (909) 888 -2277 Address of Surety Telephone SAN BERNARDINO, CA. 92408 NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED :/91 g I ¢R;. cz W � cz a T x y m �E y m to wo V Lou N W o j ° m LL '041 gg�� O J S m` J f aS W yy m m O rl OFa3> Qv at =� z o�+ Q m_; �n7 U d E d `o 6 61 �4 km O A W (d •H it U) U o r O \ d C � O C E m d X it d O O a E ttl .ti e d tC CL a c N G. Q oc 'r o FW r aS W CIE ❑❑ Q z O U (L W W W W Q F m N 2 W a 0 a o ❑ 0000 U d d d y= C, 0 7 N L c Cb N9 U "v.. o r C E (D cd Z ;2 o°�d�Nd y ` N' TC. d � ai c N ,dF E L " N N L C L d Q _ C d O X O L E lC , O U E2 . C - C BCD m°`-� ca an d - m��c m r O m � E d U 3 y (UC co . os d.. aC N m oL m Y U L O n o m O G. Q O E O 3 O Y T m C N� n. w CAI LC z F H a za W W x CL Ww N VJ _w W LL W zw x ca .t z o i W W 40 J D U x 0 O O O w 0 w H O or w= U U_ K¢ a Q� WN W N 2 2 N E F � LU Q 2 U W ol LL W U N 0 W Q 2 z F Q w y w z (7 N 3 m E a" o L 8E o E m = m �W a m m m r 8 ��T ®� �i r �� :: ' !\f \f !$(} \f ! /�� 08/�02/9 ' 5 16:17 FAX 71426003 SELTZER AUG- 2-96 WED 14X25 H B PUBLIC WORKS • 7146443310 Page 10 Q002 L i PRaDUCeee COMPANIES AFFORDING COVERAW Bryan D. Seltzer Insurance Svc. CO ANational Mr- 2922 E. Chapman Avenue, #1.07 Union Fire Insurance ?M?'��28P-76316" COMPANY a LETTER INGUR90 Wdkeham-Baker, Inc. COMPANY C 18237 Mt- Baldy Circle Fountain Valley, CA 92708 UTTER ,NV,OV.El ii9tU-C&ww W 11VALWANCE USrW BELOW To-we EMMATM AMMMMMMM ANY MMMUNW. YEN OR 0ONW== MUMMamdomawr OR ODOR DOCUMENT WM WO-wr To WWW Tws CMIFMATE MkV ME MW OR MAY FERTAK THEK;VMNOE AFFMAfft WTUE POLICIES DESOMED KDON 13 GUWEffr TO ALL THE TERMS. 19=B10NS AND OON[Xn OF SUCH FCUME51 AND IS NOT AM0dXk Ba9MM ORALTMED BY TM bMIEiCATE N TYPE OF R9MANCE Powy umaeft EFFECWE CATE 84VATIOR BATE ALL UMM W THOUSANDS CgUMAL UABfL1TY P=URANCE BASH ONLY) GENERAL AaaREGATE. ... COMPrEMENME Ou =w'Aa"Qft5Tr' $ 1100010", ZON1M=AL MR SPEOIRC OaNnvzr PaeON& TNJURY 91,000,000 E1.#FK?QUaM/OOMPL OPEFL ® .Apw OkCH 0eux"06 9 .1,000,000 F3c BMW FORA PROP. DAMAGE amAAmiry OF INTOZST FM UAKAUE 6 CLAUSE (Aw C!NE Fine 50,000 PERCON& MAW VMN EMPLJ;YEE OMUSION MMCAL EXPEMES S MA1S&A JANY CHE PMON) 1,000 AUrOMOSAA UAMLnT 0OwRaV31%YE .1 000, Goa VULMY A 2)OWED T-B-D. 26-'95'7-26-9 PER PPIM19 2UURf (Pen ACG=fM X7NOWOWNED PROPERTY ORANGE 0(cm UAMUTY EACH AGGREMATE IRAtlREUA FORM' OOOMMMOS. THAN UMBRELLA FORK COWEWATM 9MTUrORY EMU ACCIDENT AND 'UMOYaW UANUM rACH ElfwVEE LONMOKOwimi AmoHAFLnop '. : QA WORKERS' ON EFWATM NI OeScwnON OF rrEws. ALL vKRAnoNs PBtFowsD FOR THE 90 OF NBNPORr 804:*' By OR ON FlUMP OF TM NUMM DJSLM N CONNECTM W" THE FOUX&MM COKrrA*T' , Lid6-+Park Drive Bulkhead-Tie Rod & Deck Replacement C-2671 446 -A. CEN OF NEWPORT BEACH w w4 4mb ANY OF THE - -ABOVE ceswaso Famm; uE No"ENwrm mwam on tm ae mmucEO evom THE Expirwiom wra P.O. Box 17M WOMY AFT=hr� OwenAM SW I PROYME 30 DAYS MK ADVANCE := NEWMR BV. WMETV THE CffYbF NSVPORT SSALN BY REGMTK= XWL KEINPORr BEACH, uk 92659-1768 ;9� JWj"OFAVZU jQjqQ24M7� W DATE M� we 1SS Q002 L i ,/ . i Page 11 GENERAL LIABILI.TY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall 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 liability of the company affording coverage. 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 contained 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(s) named in Paragraph 1 of this endorsement shall be the limits indicated below written on an "Occurrence" basis: 5/91 ( ) Commercial ( ) Comprehensive General Liability $ 1,000,000. each occurrence $ 2,000,000. aggregate The applicable limit of Contractual Liability for the company affording coverage shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insured(s). 1i 0 Page 11A The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as.the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to General.Liability Insurance. 6. Should the policy be non - renewed, canceled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. C-2671 7. Designated Contract: LIDO PARK DRIVE BULKHEAD TIE ROD & DECK REPLACEMENT Project Title and Contract No. This endorsement is effective 7 -26 -95 at 12:01 a.m. and forms a part of Policy No. T.B.D. of NATIONAL UNION FIRE INSURANCE CO. (Company Affording Coverage). Insured: WAKEHAM- BAKER, INC. Endorsement No.: ISSUING COMPANY BRYAN D. SELTZER INSURANCE SERVICES By: Authorized Re resent�ative 5/91 0 U Page 12 AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy .for Automobile 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 said additional insured(s) shall apply as primary insurance and no.other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: 3. 5/91 "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 liability of the company affording coverage." The limits of liability under this additional insureds named in Paragraph shall be the limits indicated below for or Single Limit: ( ) Multiple limits Bodily Injury Liability Bodily Injury Liability Property Damage Liability $ (g) Combined Single Limit endorsement for the 1. of this endorsement either Multiple Limits per person per accident Bodily Injury Liability & Property Damage Liability $ 1,000,000. The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage 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. P Page 12A 4. Should the policy be non - renewed, canceled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. C -2671 5. Designated Contract: LIDO PARK DRIVE BULKHEAD TIE ROD 6 DECK REPLACEMENT Project Title and Contract No. This endorsement is effective 7 -26 -95 at 12:01 a.m. and forms a part of Policy No. T_R_T1. Of NATTONAT, UNION FTRF INSURANCE CO. (Company Affording Coverage). Insured: WAKW -HAM BAKER, INC. Endorsement No.: 1 ISSUING COMPANY BRYAN D. SELTZER INSURANCE SERVICES By: 41 Authors ed Representative 5/91 0 0 Page 13 "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self - insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." 7�6�9� Wakeham- Baker, Inc. Date Name of Contractor (Principal) C -2671 Contract Number -Wu-tFibriied Signature and Title 5/91 55 '-1. O1 - .1- -.= :•�� .1� 1'r. : -r - 11'1. Title of Project i 0 Page 14 THIS AGREEMENT, entered into this 2,_� day of 19� by and between the CITY OF NEWPORT BEACH, hereinafter "City," d Wakeham- Baker. Inc.., hereinafter "Contractor," is made with reference to the following facts: A. City has heretofore advertised for bids for the following described public work: .. -,r. Drive Bulkhead Tie Rod and 1 - Title of Project Contract No. B. Contractor has been determined by City to be the lowest responsible 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 specifi- cations 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 Park__D_dw_Bult�ead T1 e :...z. Q :, .. ; u Title of Project Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with. all of the contract documents. 5/91 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of One Hundred Twen -Two Thousand One Hundred Twenty -Two Dollars and No Cents ($122.122.00). This compensation includes: (a) Any loss or damage arising from the nature of the work, (b) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (c) 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. Page 14A 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) Instructions to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and Endorsement(s) (f) Plans and Special Provisions for Lido Park Drive Bulkhead Tie Rod and Deck Replacement C -2671 Title of Project Contract No. (g) This Contract (h) Standard Specifications of Public Works Construction (current Edition) and all supplements 4. Contractor shall assume the defense of, pay all expenses of defense and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, injury and liability of every kind, nature and description by reason of or arising out of the negligent or willful conduct of the Contractor, his /her employees, agents and subcontractors in the performance of the Project, except such loss or damage caused solely by the active 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 written above. APPROVED A8 TO FORM: CITY OF NEWPORT BEACH A Municipal orporationn By: J Mayor I A0 Name of Contractor ATT ST: " <iFOaN" CITY CLERK Authorized Signature and Title 5/91 fir '47 c . § .§ �■ �§ �■ .� .2 .� �& I� ;k CC uj \ (( / / ca \@ > X D) \ \ G § _ � g��® a) \Gi IQ \� UJ w I 2r § ƒ° r 09 . k § § ) §\7 L(§ E % �/i �� §)f2i22 2§@m ! �{ffk8�` (F)§ _& /.l00 \ OOOO 2k \ \ � . \ & 4.4 § \ \ $ 0 3 G § /k & 6 CD ( k CL (D Q) / {@§$ oE0wm f #/ q!§+�aa«/ - ■7)§ {§ \k D £ ;Q7 /R«`§§ .a o= -n ° {j ƒ /3) a£Ifcc } /\ } / / \j\ cx O § E � \ cc CD « q k \ LU 0w \ \ �, IL |/ |§ §¥ 25 UJ (k kk \W $ ) / \ § f k Ir ( § *. � /\ kk k\ /) ){ /) ; \� k� \ } \ ) \ (} (� \ (( / / \@ X D) \ \ ,H a a) IQ w I w \ & 4.4 § \ \ $ 0 3 G § /k & 6 CD ( k CL (D Q) / {@§$ oE0wm f #/ q!§+�aa«/ - ■7)§ {§ \k D £ ;Q7 /R«`§§ .a o= -n ° {j ƒ /3) a£Ifcc } /\ } / / \j\ cx O § E � \ cc CD « q k \ LU 0w \ \ �, IL |/ |§ §¥ 25 UJ (k kk \W $ ) / \ § f k Ir ( § *. � /\ kk k\ /) ){ /) ; \� k� \ } \ ) \ (} (� � � �. k �'" �' �f1 � S, C' Y i ` 7 li Q .t ` e e �� L� t' .�i A • • JUN 2 6 1995 • June 26, 1995 CITY COUNCIL AGENDA ITEM NO. 7 TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: LIDO PARK DRIVE BULKHEAD TIE ROD AND DECK REPLACEMENT (C -2671) RECOMMENDATION: Award Contract No. 2671 to Wakeham -Baker Inc. for the total price of $122,122.00 and authorize the Mayor and the City Clerk to execute the Contract. DISCUSSION: At 11:00 A.M. on June 15, 1995, the City Clerk opened and read the following bids for this project: Low Wakeham -Baker Inc. $122,122.00 2 Gillespie Construction Inc. $125,240.00 3 United Builders $133,806.20' 4 John L. Meek Construction Co., Inc. $139,005.00 5 M.J.S. Construction Inc. $177,700.00 6 Associated Industries, Inc. $179,500.00 "Corrected Total Bid Price is $135,113.00. The low bidder is 28% less that the Engineer's estimate of $170,000. The low bidder, Wakeham -Baker Inc., is a well - qualified general contractor who has successfully completed previous contracts for the City. •This contract provides for removing street lights, parking meters, wharf deck, planters and street improvements, and installing new tie rods within the area shown on the attached exhibit "A ". The street and wharf improvements will then be rebuilt as before. The project also provides for replacing Rhine Wharf Park bulkhead tie rods and wharf deck adjacent to Lido Park Drive. The existing tie rods between the bulkhead and their anchor piles have corroded and broken, thus allowing the bulkhead SUBJECT: LIDO PAR &IVE BULKHEAD TIE ROD AND AtK REPLACEMENT (C -2671) June 26, 1995 j Page 2 to deflect bayward and sand to migrate into the bay through open bulkhead joints. This • loss of material from behind the bulkhead has caused the settlement of adjacent street and wharf improvements. The proposed work will replace the original deck with a wood deck containing tongue and groove joints to eliminate any future displacements of adjacent planks. It was decided to replace the asphalt covered decking with a new durable wood decking in order to maintain the aesthetic balance with the surrounding improvements and environment. Sufficient funds are available in the Lido Park Drive Improvements Account No. 7013- P301131A. The plans and specifications were prepared by the Public Works Department. Work will not begin until September 10, 1995, to eliminate construction activity in the area during the summer tourist season. All work should be completed by mid - November. 00 Don Webb Public Works Director SL:so Attachments • • w U `LL �O N N J W c d L 6 d Z O U w F �F0m a Z A w 9 'm f/1 Q G Q LL LL LL LL C C C} LL LL fA tp q Gi J LLI LLI LLI J J J J F F F N fn J J W W J 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N 0 0 0 0 0 0 0 0 0 0 0 N m O O O O N O N O O O G N O N O t+l W N O C O O y 'A ^7 Q F U v dt � r M N r r 1� N th � Cl th N r Y1 m N ow N N d 7 U N N b [¢L Y i r a A F N (� U n O U 000 O U o U a' c N 4l W K w o (n W m rncUmUU`a m m m c Z3 DY Z K o,oa W W 0 o W o W c e W 0 z iiz O O O O N O N N O 0 0 0 0 0 0 0 0 0 K K K o 0 0 a C ° >° O O O O 1� � n N O N N N O N 0 0 0 0 0 0 N N u0 W L y O �n F w a O (NO w N N N V r 0 O m m d J U W F a K z N O o 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 W Q N o w O N r w m N o 0 O N d N N o O o N m N O O N d N o o N N t0 a N Q U . N d N d N N d O) N N U 0 0, " M N N z a F: N Z O o a o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 .- o 0 0 0 0 0 o U OOO Vi ei aoo ocoo6 6 66 ci W �,,, W OO N O d N N N N N d N < r O N O L Z K N" N J w a z J_ N O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N G G G O O G O O O O O O O O O O O N a7 O N O O N O d N N 17 b m t7 O d N N N N N O O O O OI O d W N O Ol N O 0 0 N aW M d N c5 IL � a z_ K w Y 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 [V O O H N M N t0 M W N O O O O O O F' w N OO N n N �- e- �- N m W l0 ' N M M 0 9 = Z N 3 w a O Y J 3 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Q. 0. 0. 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 O N N N h N N 0 0 N N N N N 0 0 0 0 0 N O m N 0 0 0 (O (O N 0 O aW F U N1,: d M - -7 N fV � � V � of W 0 r n N r F a F N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 W 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 fq 0 0 0 0 N M aG 0 0 0 YI N d 0 0 0 0 W F V N N N F z d z z w f/1 Q G Q LL LL LL LL C C C} LL LL fA tp q Gi J LLI LLI LLI J J J J F F F N fn J J W W J O N D O Uj m fN�l A m $ j �- a` c o E uv H $ a N m LL d q W¢ N C O O y 'A N C U_ ^7 01 X mIR Y d a U C N z d a m 'j m N m U N N b [¢L Y i N A F N (� U n O U 000 O U o U a' c N 4l W K w o ❑ W m rncUmUU`a m m m c Z3 DY Z q�� v 0 o,oa W W 0 o W o W c e > > z iiz m. y m o c n —° K K K K K K o 0 0 a C ° >° F_ 9 C O O y M nE NI 4'{ c6 M W W N N u0 W L y O �n U a J m U K K K K K K K K K K K K m K m O N D O Uj m fN�l A m $ j �- a` m IL QO W Z Y W J W � W GI O W 0 L N y y o K Z I W L N 0 O o c Q Z o J Q U • • • 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 G G C O O C O O O O O O O O O O O O C aW O O O o n CO O N N 0 0 Cl Q Q N N 0 0 0 0 0 '- O O O O 0 0 0 Q O O 0 N F _U O 0. a N W_ N0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O G O O h O N Y1 O G O N O 0 0 0 0 0 Z W F- U O n Q N O m 0 0 0 00 It = �_- O m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N N O O O O O O O O O O O O O O G O O m N O O N m O O N Q M pp N O N Q �fI O m N O 0 0 a a m O O N O 0 N O1 O m a 0 n t7 -7 aD Q O r N n r a ti z o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 f 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Q z U F- U m n 0 U Z- N a H N n o a a o Q Q o o o o 0 0 0 0 0 0 0 0 0 0 0 0 0 6 0 0 0 0 0 0 0 0 0 0 0 0 0 �ri 0vi00 vi vi vi0000000000 W a m m N o 0 0 0 FJ U N m 1'M .- Q N - - m m N C'1 N n O N N N N Oi O r n F � a N Z O U o 0 0 0 0 0 0 0 o p p o 0 0 0 0 0 0 y O O O O N N N N O 0 0 0 Of O O O O O W N O N O N m N m m 0 Of N m 0 0 0 0 3 2 V F- OOi N O N T m m 0 O N r N N J O a z 2 Q O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 J W o a o o m O N N m n N m o o m N N N N b o p o 0 N O m N 0 0 0 0 m m N 0 0 C) N C) � O n C FW F- a 4 N o 0 a 0 0 0 0 p O 0 0 0 0 0 0 p 0 0 W 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0q 0 N 0 0 0 m 0 0 N 0 N N 0 0 0 0 0 0 O O N N N N W F U O lr IQ N O N N N F- z 7 a eD O Z W • • • E 1 I I MAY 2 21995 •TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT May 22, 1995 CITY COUNCIL AGENDA ITEM NO. 14 SUBJECT: LIDO PARK DRIVE BULKHEAD TIE ROD AND DECK REPLACEMENT (C -2671) RECOMMENDATIONS: 1. Affirm the Categorical Exemption of Environmental Impact 2. Approve the plans and specifications. 3. Authorize Staff to advertise for bids. DISCUSSION: This project provides for the repair of the Rhine Wharf Park bulkhead tie backs *nd wharf deck adjacent to Lido Park Drive. The existing tie rods between the bulkhead and their anchor piles have corroded and broken, allowing the bulkhead to deflect bayward and sand to migrate through bulkhead joints. Loss of material behind the bulkhead has caused settlement of adjacent street and wharf improvements. The contract provides for removal of street lights, parking meters, wharf deck, planters and street improvements, and installation of new tie rods within the area shown on the attached Exhibit "A ". The street and wharf improvements will then be rebuilt. The proposed work will replace the original deck with a wood deck containing tongue and groove joints to eliminate any future displacements of adjacent planks. It was decided to replace the wood decking with a more durable wood decking in order to maintain the aesthetic balance with the surrounding improvements and environment. The estimated cost of the project is $150,000. Sufficient funds to award this amount are available in the Lido Park Drive Improvements Account. No. 7013P301131A. The plans and specifications were prepared by the Public Works Department. *Mork will not begin until September 10, 1995, to eliminate construction activity in the area during the summer tourist season. All work is anticipated to be completed by mid - December, 1995. Don Webb Public Works Director (39) • G r O I 32ND STREET 1 = / \r\ ECT LOCATION N.T.S. MAP C -2671 CITY OF NEWPORT BEACH DRAWN S.J.L. DATE 4.13 -95 PUBLIC WORKS DEPARTMENT APPROVED LIDO PARK DRIVE BULKHEAD PROPHET LUG 7 PROTECT ENGINEER TIE ROD AND DECK REPLACEMENT DRAWING No. EXHIBIT "A" Autholl[ed to Publish Adsentsemenls of all 4ncluding public motes by Decree of the Superior Court of Orange Coun Glifornia. Number A•6214, September 29, 1961, and A•24831 June 11, 196]. PROOF OF PUBLICATION 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 below entitled matter. I am a principal clerk of the NEWPORT BEACH -COSTA MESA DAILY PILOT, a newspaper of general circulation, printed and published in the City. of Costa Mesa, County of Orange, State of California, and that attached Notice is a true and camplete copy as was printed and published on the following dates: May 26, 31, 1995 1 declare, under penalty of perjury, that the foregoing is true and correct. Executed on May 31 1 199 5 at Costa Mesa, California, U Signature N, Dv 0 ,�a