HomeMy WebLinkAboutC-2689 - Balboa Island Alley Replacement0 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
December 15, 1988
(714) 644 -3005
Sully- Miller Contracting Company
6145 Santiago Canyon Road
Orange, CA 92669
Subject: Surety: Seaboard Surety Company
Bonds No.: 171328 -88
Contract No.: C -2689
Project: Balboa Island Alley Replacement
The City Council of Newport Beach on November 14, 1988
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
November 23, 1988, Reference No. 88- 614953.
Sincerely,
GGl��1L
Wanda E. Raggio
City Clerk
WER:pm
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Bead
3300 Newport Boulevard
Newport Beach, CA 92663
OW RECORDING REQUEST PER
GOVERNMENT CODE 6103
EXEMPT
C8
NOTICF. OF COMPLETION
80514953
I"-
RECORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY. CALIFORNIA
4:00 NOV 2 3 1988
PM
NO
CONSIDERATION
Q;
E
PUBLIC WORKS
'1
o All Laborers and Material
Men and to Every Other Person
Interested:
YOU WILL PLEASE TAKE NOTICE that on November 14, 1988
the Public Works project consisting of Balboa Island Alley Replacement (C- 2689). _
on which Sully- Miller Contract Aji'd9 45
was the contractor, and Seab S et om
was the surety, was complete
VERIFICATION
I, the undersigned, say:
irchild, Su
CA, 92715
CIT OF NEWPORT BF4PH
jxa;le� �2 "
Public Works Director
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on November 17, 1988 at Newport Beach, /California.
Public W rks 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 November 14, 1988 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.
h.'xecuted on November 17, 1988 at Newport Beach, California.
City Clerk
Tal"PIN Omm mo
fou 3= RUMARM
ULU".
04
V
CITIMOF NEWPORT B14ACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
November 18, 1988
County Recorder's Office
P.O. Box 238
Santa Ana, California 92702
(714) 644 -3005
Enclosed is the following document for recordation and return
to the above -nat(ed office:
Balboa Island Alley Replacement (C- 2689).
Sincerely,
Wanda E. Raggio
/��G ��
City Clerk
3300 Newport Boulevard, Newport Beach
4
0ovember 14, 1988
CITY COUNCIL AGENDA
ITEM NO. F -16
TO: CITY COUNCIL
FROM: Public Works Department C'si''1I I;u.rir:' Wei .
SUBJECT: ACCEPTANCE OF BALBOA ISLAND ALLEY REPLACEMENT NOV 14 1988
CONTRACT NO. 2689 �APPRO D__
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 replacement of alley and roadway improvements on
Balboa Island has been completed to the satisfaction of the Public Works
Department.
The bid price was $125,412.00
Amount of unit price items constructed 140,033.48
Amount of change orders 1,078.42
Total contract cost 141,111.90
The increase in the amount of the unit price items constructed was due
to an error in the estimated quantity for alley approaches and the additional
roadway paving on Agate Avenue as noted below.
One Change Order was issued in the amount $1,078.42. It provided for
additional saw cutting in one alley to provide a straight edge to join and com-
pensated for a delay to the contractor while the Agate Street pavement
replacement was redesigned to improve the drainage.
Funds for the project were budgeted in the General Fund, Account No.
02- 3497 -430.
The Contractor is Sully Miller Contracting Company of Orange.
The contract date of
• com leted October 18, 1988.
wlf�� Q
Benjamin B. Nolan
Public Works Director
PD:so
Attachment
completion was December 15, 1988. The work was
us)
0
•
1
..Ih
r -�
CL
W
l..
J,
Jam;
Z
ii aw'J f
ACWyop
r .t%' DUNES
�.��I 1i +� � '• Go..�y :yam ,�
1111`1 ♦ `��� -��' `�
J '
��'�fi
is TcY
L
4
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BALBOA ISLAND ALLEY
REPLACEMENT
CONTRACT 2689
1,
��� NEWFVR/ CtSLi'``a<
i
7iliYN a
°\ CEN7E4
n'n,S
4" a
c�a
T
NEB
.............
_. : f �®
AcN
�.�
PROJECT LOCATIONS
9
�O
DRAWN ✓Av DATE
APPROVED
DRAWING NOr EXHIBIT A
r
0 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
TO: FINANCE DIRECTOR J
FROM: CITY CLERK
DATE: September 6, 1988
SUBJECT: Contract No. C -2689
Description of Contract Balboa Island Alley Replacement
Effective date of Contract September 1, 1988
Authorized by Minute Action, approved on August 22, 1988
Contract with Sully - Miller Contracting Company
Address 6145 Santiago Canyon Road
Orange CA 92669
Amount of Contract $125,412.00
6e 4�et
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
0
NOTICE INVITING BIDS
CITY CLERK
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 a.m. on the 10th day of August _, 1988,
at whic t_F ime such bids 'sh-a T be opened -and read for
BALBOA ISLAND ALLEY REPLACEMENT
Title of Protect
2689
Contract No.
ng i neer s stimate
•
6Z o
m
n
�z,
Approved by the City Council
this 25th day of j,,ly 1988.
.c°
Wanda E. Raggio
City Clerk
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3300 Newport Boulevard,
P. 0. Box 1768, Newport Beach, CA 92658 -8915.
For further information, call Stephen Luy at 644 -3311.
Project Manager
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BALBOA ISLAND ALLEY REPLACEMENT
ALLEY 400 B, C, D, F, I & H; 425 A, B, C
CONTRACT NO. 2689
TABLE OF CONTENTS
NOTICE INVITING BIDS
TABLE OF CONTENTS
BIDDING REQUIREMENTS
Proposal
Instructions to Bidders
Designation of Subcontractors
Bidder's Bond
Non - Collusion Affadavit
Technical Abi.lity and Experience References
CONTRACT FORMS
Notice
Payment Bond
Faithful Performance Bond
Certificate of Insurance and Endorsements
Contract
CONDITIONS OF THE CONTRACT
Index
Special Provisions
ARCHITECTURAL SPECIFICATIONS
The Architectural Specifications are printed on the Plans.
L
y
1 U
C
i 7
N
d U r
N
U L
N
UL
0 ro 4J
&.:
T .1
4J C 3 4-
L •r •r O
0 �— T
U
U
27•r yrY
ro 0 0 0 S-
r
E 0
r ro O 3
G1 r- i U
C
L 7 d
O
N 0,4-)
i
4- C •r •r
O 3
iN0
ro O
O Ofr- H
7
O ro
NO U
ro¢
carom
C Y E
p
w
N ++ Gl 0
a> C L '04-
•r Q) O i
V
N GJ C 0.
.0 7 4J
4- ro N
O O O L L
Y Y +> 4�
N
C L i 4- M
O N O O C
r
N 0 O C N u V
r O C C
C G •r O
O E 4J .1
0
i N N
ro
a N •r O
T C V
6 i O
Gl 0
N >Enz
00
w
4- u 67
O 4)
- D
LO
ro O G7 ++ C
q i i 3 •, U
j
(A L
EL 3 ar
rouS-
a
coc
4J
.••. O ro i 0
ro
= 34-•0 0. U
G
J
J
N
i
N
V%e- . y ny !i 41w p
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
BALBOA ISLAND ALLEY REPLACEMENT
Alley 400 B, C, D, F, I & H, 425 A, B, C
CONTRACT NO. 2689
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. 2689
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
2. 24,200
Square Feet
2,700
Square Feet
Mobilization
@ Six Thousand---------------- - - - - -- -Dollars
and
No-------------- ------------------- -Cents $6,000.00
Per Lump Sum
Remove existing alley pavement and
construct P.C.C. pavement
@ Three------------------------ - - - - -- Dollars
and
67/ 100----------------------- - - - - -- -Cents $3.67 $88,814.00
Per Square Foot
Remove existing roadway pavement
and construct new roadway pavement
@ Five------------------------- - - - - -- Dollars
and
------------ ----- ---- -- - - - - -- -Cents $5.65 $ 15,255 00
Per quare F0 ot
• • PR 1.2
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 2270 Remove existing alley approach and
Square Feet construct new alley approach
@ Five--------- -- -- ---------- - - - - -- -Dollars
and
65/ 100---------------------- - - - - -- -Cents $ 5.65 $ 12,825.00
Per Square Foot
5. 150 Remove existing pavement and construct
Square Feet P.C.C. pavement patch back
@ Five------- -- --------------- - - - - -- Dollars
and
65/ 100---------------------- - - - - -- -Cents $ 5.65 $ 847.50
Per Square Foot
6. 3 Remove existing pavement and construct
Tons A.C. pavement patch back
@ Four Hundred Fifty---------- - - - - -- Dollars
and
No/ 100---------------------- - - - - -- -Cents $ 450.00 $ 1,350.00
Per Ton
7. 2 Adjust sanitary sewer manhole to grade
Each
@ One Hundred Sixty----------- - - - - -- Dollars
and
No/ 100=--------------------- - - - - -- -Cents $ 160.00 $ 320.00
Each
TOTAL PRICE WRITTEN IN WORDS
One hundred twentv five thousand four hundred Dollars
and
Twelve and No/ 100--------------------------- - - - - -- -Cents $ 125,412.00
August 10, 1988 Sully- Miller Contracting Company
Date Bi er
(714) 639 -1400
Bidder Telephone Number
s /J.D. Blair /Assistant Secretary
Authorized Signature Title
#1538 "A" ; 6145 Santiago Canyon Road, Orange, CA 92669
Contractor's License No. and Bidder's Address
Classification
INSTRUCTIONS TO BIDDERS
The following contract documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
1. PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTOR(S)
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON- COLLUSION AFFIDAVIT
6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of
the total bid price) may be received in lieu of the Bidder's Bond. The title of
the project and the words SEALED BID shall be clearly marked on the outside of
the envelope containing the bid.
The City of Newport Beach will not permit a substitute format for the
contract documents listed above. Bidders are advised to review their content
with bonding and legal agents prior to submission of bid.
Bids shall not be received from bidders who are not licensed in accordance
with the provisions of Chapter 9, Division III of the Business and Professions'
Code. The low bidder shall also be required to possess a City of Newport Beach
business license prior to execution of contract.
The estimated quantities indicated in the PROPOSAL are approximate, and are
given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of
discrepancy between wording and figures, bid wording shall prevail over bid
figures. In the event of error in the multiplication of estimated quantity by
unit price, the correct multiplication will be computed and the bids will be
compared with correctly multiplied totals. The City shall not be held respon-
sible for bidder errors and omissions in the PROPOSAL.
Contract documents shall bear signatures and titles of persons authorized
to sign on behalf of the bidder. For corporations, the signatures shall be of a
corporate officer or an individual authorized by the corporation. For part-
nerships, the signatures shall be of a general partner. For sole ownership, the
signature shall be of the owner.
In accordance with the California Labor Code (Sections 1770 et seq.), the
Director of Industrial Relations has ascertained the general prevailing rate of
per diem wages in the locality in which the work is to be performed for each
craft, classification, or type of workman or mechanic needed to execute the
contract. A copy of said determination is available in the office of the City
Clerk. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -7981
inclusive). The Contractor shall be responsible for compliance with Section
1777.5 of the California Labor Code for all apprenticeable occupations.
#1538 "A"
Contr's Li —c. No. & Classification
August 10, 1988
Date
Sully- Miller Contracting Company
Bidder
s /J.D. Blair /Assistant Secretary
Authorized Signature /Title
Page 2
0
DESIGNATION OF SUBCONTRACTORS
• Page 3
The undersigned certifies that he has used bid(s) of the following listed
subcontractor(s) in making up his bid,and that the subcontractor(s) listed
will be used for the work for which they bid, subject to the approval of the
Engineer and in accordance with the applicable provisions of the Specifications.
No change of subcontractor may be made except with the prior approval of the
Engineer and as provided by State law.
Subcontract Work Subcontractor Address
1. None
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Sully- Miller Contracting Company
Bidder
s /J.D. Blair /Assistant Secretary
Authorized Signature/Title
0
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
• Page 4
BOND NO: 766046 (15022)
PREMIUM: INCLUDED IN BBSU
That we, Sully- Millar Contracting Company , as bidder,
and Spahnard Surety Company as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
Ten Percent of the Total Amount of the Bid in--- - - - - -- Dollars ($ 10% of bid - - -),
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
Balboa Island Alley Replacement 2689
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 3rd day
of August 19 88 .
Sully- Miller Contracting Company
(Attach acknowledgement of Bidder
Attorney -in -fact)
s /Connie J. Ruzicka s /George M. Lubanko /Assistant Secretary
Notary Public Authorized Signature /Title
Commission Expires: June 23, 1991 Seaboard Surety Company
Surety
By Paul C. Hu
Title Attorney -in -Fact
• • Page 5
NON- COLLUSION AFFIDAVIT
The bidder, by its officers and agents or representatives present at the time
of filing this bid, being duly sworn on their oaths, say that neither they nor
any of them have, in any way, directly or indirectly, entered into any arrange-
ment or agreement with any other bidder, or with any public officer of such
CITY OF NEWPORT BEACH whereby such affiant.or affiants or either of them, has
paid or is to pay to such bidder or public officer any sum of money, or has
given or is to give to such other bidder or public officer anything of value
whatever; or such affiant or affiants or either of them has not directly or
indirectly, entered into any arrangement or agreement with any other bidder or
bidders, which tends to or does lessen or destroy free competition in the
letting of the contract sought for by the attached bids; that no bid has been
accepted from any subcontractor or materialman through any bid depository, the
bylaws, rules or regulations of which prohibit or prevent the bidder from con-
sidering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman
from submitting bids to a bidder who does not use the facilities of or accept
bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be sug-
gested, offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
any agreement or understanding of any kind whatsoever with any person whomso-
ever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
Sully- Miller Contracting Company
Bidder
s /J.D. Blair /Assistant Secretary
Authorized Signature /Title
Subscribed and sworn to before me
this 10th day of August ,
19 88.
My commission expires:
October 21, 1988 s /Alice M. English
Notary Public
• • Page 6
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
(See Attached List)
Sully- Miller Contracting Company
Bidder
s /J.D. Blair /Assistant Secretary
Authorized Signature /Title
•
NOTICE
The following are contract documents which shall be completed
and executed by the successful bidder after he receives a letter of
award from the City of Newport Beach:
PAYMENT BOND (pages 8 & 9)
FAITHFUL PERFORMANCE BOND (pages 10 & 11)
CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12, 13, 14)
CONTRACT (pages 15 & 16)
The City of Newport Beach will not permit a substitute format for
these contract documents. Bidders are advised to review their content
with bonding, insuring and legal agents prior to submission of bid.
BONDING COMPANIES shall be acceptable as sureties in accordance
with the latest revision of Federal Register Circular 570.
INSURANCE COMPANIES shall be (1) licensed to conduct business in
California, and (2) assigned Policyholders'.Rating A (or higher) and
Financial Size Category Class VIII (or larger) in accordance with the.
latest edition of Best's Key Ratin Guide: Pro ert - Casualt .
Coverages shall be prove ed or all TYP 0 N 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 or use in the City oT Newport Beach), except as supplemented
or modified by the Special Provisions for this project.
Page 7
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, That
Page 8
BOND N0: 171328 -88
PREMIUM: INCLUDED IN THE
FAITHFUL PERFORMANCE BOND
WHEREAS, the City Council of the City of Newport Beach, State of California, by
adopted motion ,
has awarded to Sully- Miller Contracting Company
hereinafter designated as the "Principal ", a contract for
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond with said contract, providing that if
said Principal or any of his or its subcontractors, shall fail to pay for any materials,
provisions, or other supplies used in, upon, for, or about the performance of 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 SULLY - MILLER CONTRACTING COMPANY
as Principal, and SEABORD SURETY COMPANY
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
One Hundred Twenty -Five Thousand Four Hundred Twelve & No /OODollars ($ 125,412.00 - - - -),
said sum being equal to 100% of the estimated amount payable by the City of Newport
Beach under the terms of the contract; for which payment well and truly to be made, we
bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly
and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or
his subcontractors, fail to pay for any materials, provisions, or other supplies,
used in, upon, for, or about the performance of the work contracted to be done, or
for any other work or labor thereon of any kind or for amounts due under the Unemploy-
ment Insurance Code with respect to such work or labor, that the Surety or Sureties
will pay for the same, in an amount not exceeding the sum specified in the bond, and
also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed
by the Court as required by the provisions of Section 3250 of the Civil Code of the
State of California.
The bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 3181 of the California Civil Code
so as to give a right of action to them or their assigns in any suit brought upon
Payment Bond (Continued)
6 Page 9
this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil Code of
the State of California.
. And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract-or to the
work to be performed thereunder or the specifications accompanying the same shall in
any wise affect its obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions to the terms of the contract
or to the work or to the specifications,
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 15th day of August , 1988
Seal)
y q4ameof Contractor (Principa
BY
a
BY:
it ,zed Ignature a IltIe
John rton, V' e. President
uthorized Signature and Title
George M. Lubanko, Assistant Secretary
i' SEABOARD SURETY COMPANY (Seal)
'✓ Name of Surety
19700 Fairchild, Suite 130
Irvine, CA 92715
Address of Surety
BY
Signature and riti Authorized Agent
Irene Lau, Attorney -In -Fact
645 Town Center Drive, Costa Mesa, CA 92626
ress of
Add Agent
(714) 641 -8899
Telephone No. of Agent
COI m 1
I E t o
I
co
d l
1 o 2
o
rn
nt
n1
I
1 c o r n
C 1
C T O+j
Lam-.
y 1
rt m 3 C m y
1
a c 1 L
d
nl
ti
J .0
-
ti
N
yl
tT l m m m
a
o
o f
O 1 c o y
I
I a a
D
2 1
I I
Z
TI
1 I
O 1
I I o
Z l
v
1 I a te
y
o
^
C
1 1
0+ 0
1 0
I e
4J
1 a
E
E t
I I E� ay
,�
m 0
I 1 c m
vcni
w
V
p 7
I I n
x6
i
��t2
¢
6
3
UW
a
Q
Z
2
OoQ
2 �
0
J
Q
8 •
Z
o
r
1--
�
�
to
O
U
-
a
I
-A'
j
/
\(
=Q
j§
§
)
a
)
/
a
« j
)
w f
) �
Lc-
CD
_ <
j $
\= 2
� / 3
[
.\
g4 !
\ /QX`
Page 10
BOND NO: 171328 -88
PREMIUM: $842.00
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted August 22, 1988
has awarded to Sully- Miller Contracting Company
hereinafter designated as the "Principal ", a contract for
Balboa Island Alley Replacement (C -2689)
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, SULLY - MILLER CONTRACTING COMPANY
as Principal, and SEABOARD SURETY COMPANY
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
One Hundred Twenty -Five Thousand Four Hundred Twelve & No /00 Dollars ($125,412.00-- - - - - },
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 • Page 11
0
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 15th day of August , 1988
Seal)
BY:
Au zed ignature and Tit e
f John erton, Vi esident
t BY: /2
Auto zed Signature and Title
George M. Lubanko, Assistant Secretary
SEABOARD SURETY COMPANY (Seal)
Name of Surety
19700 Fairchild, Suite 130
Irvine, CA 92715
Address o Surety
BY:
Signature and Title of Authorized Agent
Irene Lau, Attorney-In -Fact
645 Town Center Drive, Costa Mesa, CA 92626
Address of Agent
(714) 641 -8899
Telephone No. of Agent
COim
1
E v o
1
1
o D A'@
1
1
U
c x
s m
m
1
a l
C
}` c41
`I
Id
;C y
go
65
-
- 1
J
`-
° 1
m y o 0
A l
N
1 9 a
`0
1
I
N
41
c I
C7
I
N
ml
1 v
-
OI
Q I
C
I 2 D 3
h
ZI
1
1 YJnN °
_
-
m
D Ql
1
1 `O U c
Y
c
�
1
1 m�'
1
ffi °
1 � �_
E
E C
I
•�,�
I JCS c > D
vi
0'7
i
Q V
LL
Vw
t Q u
3°
LL
°
G
Z
h
U
Li
o
o
rn
O
I
Qi
!P 0 1.=
71
IG
LE
Certified Gopy SEABOARD SURETY COMS NY ZZ 6608
Nv_T0:230 ADMINISTRATIVE OFFICES; BEDMINSTER; NEW JERSEY
POWER OF ATTORNEY
KNOWALL-MEN BY THESE,PRESENTSc That. SEABOARD. SURETY COMPANY, a- corporation of the State of New York, has
made,. constituted and appointed and by these presents does make,, constitute and appoint Paul C.. Hughes or-
7 Lau
•CERTIFICATE OF INSURANCE •
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
AND ADDRESS OF INSURED
:rs Companry, Inc. & its Subsidiary
Page 12
INSURANCE COMPANIES AFFORDING COVERAGES
Company National Union Fire Insurance
Letter A Company of Pittsburgh, PA
Company B
Letter
Company C
Letter
Company D
Letter
Company E
Letter
This is to certify that policies of insurance listed below have been issued to the insured named
above and are in force at this time, including attached endorsement(s).
NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof,the•Insurance Company affording coverage
shall provide 30 'advance notice to the City of Newport Beach by
day
registMd mail, ention�: Public Works Department.
Johns & Higgins of PA Inc.
By: �/ n agency: 2600 One e PPG Place, Pittsburgh, PA 15222
4h rl Representative
(Date: / 7 - 8k Telephone: (412) 391 -5350
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:
Balboa Island Alley Replacement (C -2689)
Proiect Title and Contract Number
This certificate or verification of insurance is not an insurance policy ano Goes 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
Policy
LIMITS OF LIABILITY IN THOUSANDS
000
COMPANY
LETTER
TYPES OF INSURANCE
COVERAGE REQUIRED
Policy
No.
Exp,
Date
Each
g. ro uc s.
Completed
Occurrence
Operations
A
GENERAL LIABILITY
x Comprehensive Form
RMGLA-
1 -1 -89
Bodily Injury
$
$
x Premises - Operations
956 -63-
Property Damage
$
$
X Explosion & Collapse Hazard
62
X Underground Hazard
x Products /Completed Operations
Bodily Injury
Hazard
x Contractual Insurance
and Property
Damage Combined
$ 1,000,
1,000,
x Broad Form Property Damage
x Independent Contractors
x Personal Injury
Marine
Aviation
Personal Injury
$ 1,000,
A
AUTOMOTIVE LIABILITY
[-]x Comprehensive Form
FOwned
RMBA154
97 -11
1 -1 -89
Bodily Injury
(Each Person
$
$
Bodily In3ury
Each Occurrence
Fx Hired
Pro ert ama e
�x Non -owned
Bodily njury and
Property Damage
Combined
$ 1,000,
EXCESS LIABILITY
Umbrella Form
Bodily Injury
Q Other than Umbrella Form
and Property
Damage Combined
$
$ .
L
RED WORKERS' COMPENSATION
CERT. NC
CONTINU (iUSStatutor
BY STATE
CALIF
OF and
RNIA EMPLOYER'S LIABILITY
!! #)
COVERAGE
ac
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 'advance notice to the City of Newport Beach by
day
registMd mail, ention�: Public Works Department.
Johns & Higgins of PA Inc.
By: �/ n agency: 2600 One e PPG Place, Pittsburgh, PA 15222
4h rl Representative
(Date: / 7 - 8k Telephone: (412) 391 -5350
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:
Balboa Island Alley Replacement (C -2689)
Proiect Title and Contract Number
This certificate or verification of insurance is not an insurance policy ano Goes 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
• • Page 13
CITY OF NEWPORT BEACH
AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for Bodily Injury and
Property Damage Liability, the City of Newport Beach, its officers and employees are
additional insureds but only with respect to liability for damages arising out of
the ownership, maintenance or use of automobiles (or autos) used by or on behalf of
the named insured in connection with the contract designated below. The insurance
extended by this endorsement to said additional insured does not apply to bodily
injury or property damage arising out of automobiles (1) owned by or registered in
the name of an additional insured, or (2) leased or rented by an additional insured,
or (3) operated by an additional insured. The insurance afforded the additional
named insured(s) shall apply as primary insurance and no other insurance maintained
by the City of Newport Beach will be called upon to contribute with insurance
provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured
who is seeking coverage or against whom a claim is made or suit is brought,
except with respect to the limits of the Insurance Company's liability."
3. The limits of liability under this endorsement for the additional insureds named in
paragraph 1 of this endorsement shall be the limits indicated below for either Multi-
ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate
box.
( ) Multiple Limits
Bodily Injury Liability $
Property Damage Liability
(XX) Single Limit
Bodily Injury Liability
and
Property Damage Liability
Combined
each occurrence
$ each occurrence
$_I,000,000.00 CSL each occurrence
The limits of liability as stated in paragraph 3 of this endorsement shall not in-
crease the total liability of the Insurance Company for all damages as the result of
any one accident or occurrence in excess of the limits of Liability stated in the
policy as applicable to Automobile Liability Insurance.
4. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department.
5. Designated Contract:
ect Title and Contract No.).
This endorsement is effective 08 -17 -88 at 12:01 A.M. and forms a part of
Policy No. RMA164 -97- j .
Koppers company, Inc. & its Subsidiary Endorsement No.
Named Insured SHIIY -MII FR CONTRACTING COMPANY _
Name of Insurance Company National Union Fire Insurancd3Y'`�`^'
Company of Pittsburgh, PA Authorized Representative
0
CITY OF NEWPORT BEACH
• Page 14
COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for Comprehensive General
Liability, the City of Newport Beach, its officers and employees are additional in-
sureds but only with respect to liability arising out of operations performed by or on
behalf 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
((X) Single Limit
Bodily Injury Liability $ 1,000,000.00 CSL 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: Balboa Island Alley Replacement (C -2689)
Project Title and Contract No.
This endorsement is effective 08 -17 -88 at 12:01 A.M. and forms a part of
Policy No. RMf, A9r+6 -63 -6
Koppers Company, Inc. & its Subsidiary Endorsement No. --
Named Insured SIII I -Y —MI FR roNTRACTimr rnMPANV - - - --
Name of Insurance Company National Union Fire In Sur
ari�l2
Company of Pittsburgh, PA Authorized Represen tive
O
O
0
i - •j
O y ms t s
1 • q0« C
w.l 0 N O a?
Q um
W a ° oo = gom.lr c;
N
1 n < 43
yd ►. .� y a
,b ^o
LU
Z y 4 y
O 40�, O � O W arj E�
W '� � p
Q N °? v w.. a U.
•'mom rY N.] 0
W 0
m
c a °$;� '2
m U W `v `s.`
p p eti U Lio�o ft,
d..:pp
_Q F ` 8; u] 0 4hny uCJ
� 0� � r Z� ~ U U '�u•JCOvW
LL
Z �sm� Eo
LU
i p? WO
W W
F ll.
y Ii a+ �sl c.. ,� u m o•d
0 1i fir, a ' Lam �y vbau`oUto O
o
C Z N; O y � m m
O a • «mEc -�� �
c vaS < N E ?•o a
i a S O U w � _ � u�u°e.S•v v
U yo..aE�mz C
V H ° .a t SEuEO O
>: W y cd 19 c$ Leo
V co p f ��`o�ygm�
c Q VC ` c o c E
..
n E-Cs
4 m
V E U O O3 °m OOi a>
u
i,y � � y us =4q mm ttl
.m Q.E U
mm
`7 h C� N • m mm
I m�S��
`o.omc c*
Page 15
CONTRACT
THIS AGREEMENT, entered into this � day of , 19 Of-')>
by and between the CITY OF NEWPORT BEACH, hereinafter "City, and
Sully- Miller Contracting Company hereinafter "Contractor, "is made with
reference to the following facts:
(a) City has heretofore advertised for bids for the following
described public work:
Balboa Island Alley Replacement 2689
Title of Project Contract No.
(b) Contractor has been determined by City to be the lowest responsi-
ble bidder on said public work, and Contractor's bid, and the compensation set
forth in this 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:
Balboa Island Alley Replacement 2689
Title of Project Contract No.
which project is more fully described in the contract documents. Contractor
shall perform and complete this work in a good and workmanlike manner, and in
accordance with all of the contract documents.
2. As full compensation for the performance and completion of this
work as prescribed above, City shall pay to Contractor the sum of One Hundred
Twent -Five Thousand Four - Hundred Twelve and No/100 --- ------- ($125,412.00
is 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)
f) Plans and Special Provisions for
Boa Island Alley Replacement
Title of Project
(g) This Contract.
t No.
Page 16
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.
OL, A fk L�aL 5ULLY- MILLER CONTRACTING COMPANM
U—t orney Name of Contractor (Principal)
A .
t 'ifjfrd nd Title
Kuthorized Signature and Title
JAMES F. WINDERS, ASST. SECTY.
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BALBOA ISLAND ALLEY REPLACEMENT
ALLEY 400 B, C, D, F, I & H; 425 A, B, C
CONTRACT NO. 2689
SPECIAL PROVISIONS
INDEX
SECTION PAGE
I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . 1
II. CLASSIFICATION OF CONTRACTOR'S LICENSE . . . . . . . . . . . . . . 1
III. AWARD AND EXECUTION OF THE CONTRACT . . . . . . . . . . . . . . . . I
IV. TIME OF COMPLETION AND SCHEDULE OF WORK . . . . . . . . . . . . . . I
V. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2
VI. NOTICE TO RESIDENTS AND "NO PARKING" SIGNS . . . . . . . . . . . . 3
A. Notice to Residents. . . . . . . . . . . . . . . . . . . 3
B. "No Parking,, Tow- Away" Signs . . . . . . . . . . . . . . . . . 3
C. Street Sweeping Signs . . . . . . . . . . . . . . . . . . . . . 3
VII. CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . . . . . . 3
VIII. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3
IX. CONSTRUCTION DETAILS . . . . . . . . . . . . . .. . . . . . . . . 4
A. Street and Alley Construction . . . . . . . . . . . . . . . . . 4
P
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
• SP 1 of 5
BALBOA ISLAND ALLEY REPLACEMENT
ALLEY 400 B, C, D, F, I, & H; 425 A, B, C,
CONTRACT NO. 2689
I. SCOPE OF WORK
The work to be done under this contract consists of removing and
replacing existing alley improvements; adjusting existing City -owned
utility frames and covers to finished grade; and other incidental items
of work.
All work necessary for the completion of this contract shall be done in
accordance with (1) these Special Provisions, (2) the Plans (Drawing
No. A- 5122 -S, (3) the City's Standard Special Provisions and Standard
Drawings for Public Works Construction (1988 Edition) and (4) the
Standard Specifications for Public Works Construction (1988 Edition).
Copes the Standard Special Provisions and Standard Drawings may be
purchased at the Public Works Department for Five Dollars ($5). Copies
of the Standard Specifications may be purchased at Building News, Inc.,
3055 Overland Avenue, Los Angeles, CA 90034.
II. CLASSIFICATION OF CONTRACTOR'S LICENSE
At the time of the award, the Contractor shall possess a General
Engineering Contractor A License or a Concrete Contractor C -B 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 AND SCHEDULE OF WORK
A. All work under this contract shall be completed by December 15,
1988.
B. The Contractor shall complete work on each alley or street within
fifteen (15) consecutive calendar days after beginning work on the
alley or street. The term "work" as used herein shall include all
removals, adjustments, and replacements; construction of alley
pavement, alley approaches, street pavement, curb, driveways,
• SP 2 of 5
sidewalk, adjacent PCC or AC garage approaches and AC joins. Also
included within the specified period is curing time for the new PCC
improvements.
In summary, this means that each alley or street and every garage
approach with access from that alley must be returned to normal
vehicular use within fifteen (15) consecutive calendar days from
the day it is first closed to such use. The Contractor must employ
sufficient men and equipment to meet this schedule. If it becomes
apparent during the course of the work that the Contractor will not
be able to meet this schedule, he will be prohibited from starting
work in additional alleys or streets until he has exerted extra
effort to meet his original schedule and he has demonstrated that
he will be able to maintain his approved schedule in the future.
Such stoppages of work shall in no way relieve the Contractor from
his overall Time of Completion requirement, nor shall it be
construed as the basis for payment of extra work because additional
men and equipment were required on the job.
The Contractor will be assessed $100 per day (including Saturdays,
Sundays, and holidays) liquidated damages for each day in excess of
the fifteen (15) consecutive calendar days allowed for 100% comple-
tion of the construction work in each alley or street and the
alley's or street return to normal vehicular use. Additional
liquidated damages, as covered in Section 6 -9 of the Standard
Specifications, shall be assessed for failure to complete the pro-
ject within the specified time.
The intent of this section of the Special Provisions is to empha-
size to the Contractor the importance of prosecuting the work in an
orderly, pre - planned, continuous sequence so as to minimize the
time an alley is closed to vehicular traffic.
C. No work shall begin until a schedule of work has been approved by
the Engineer. The Contractor, in preparing his schedule of work,
should consider phasing construction to allow traffic from adjacent
one -way streets to utilize alleys not under construction in
maintaining the flow of traffic.
V. PAYMENT
The unit or lump sum price bid for each item of work shown on the
Proposal shall be considered as full compensation for all labor, equip-
ment, materials, and all other things necessary to complete the work in
place, and no additional allowance will be made therefor.
Payment for incidental items of work not separately provided for in the
proposal shall be included in the unit price bid for each item of work.
Partial payments for mobilization shall be made in accordance with
Section 10264 of the California Public Contract Code.
The substitution of securities for any payment withheld in accordance
with Section 9 -3.2 of the Standard Specifications is permited pursuant
to Goverment Code Sections 4590 and 14402 -5.
• • SP 3 of 5
VI. NOTICE TO RESIDENTS AND "NO PARKING" SIGNS
A. Notice to Residents
Forty -eight (48) hours before restricting vehicular access to
garages or parking spaces, the Contractor shall distribute to each
affected address a written notice stating when construction opera-
tions will start and approximately when vehicular accessibility will
be restored. The written notices will be prepared by the Engineer.
The Contractor shall insert the applicable dates and time at the
time he distributes the notices. Errors in distribution, false
starts, acts of God, strikes or other alterations of the schedule
will require Contractor renotification using an explanatory letter
furnished by the Engineer.
B. "NO PARKING, TOW- AWAY" Signs
The Contractor shall furnish, install, and maintain in place "NO
PARKING, TOW - AWAY" signs (even if streets have posted "NO PARKING"
signs) which he shall post at least forty (40) hours in advance of
the need for enforcement. In addition, it shall be the
Contractor's responsibility 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 of enforcement.
The signs shalt (1) be made of white card stock; (2) have minimum
dimensions of 12 inches wide and 18 inches high; and (3) be similar
in design and color to sign number R -38 of the Caltrans Uniform
Sign Chart.
The Contractor shall print the hours, days and date of closure in
2- inch -high letters and numbers. A sample of the completed sign shall
be approved by the Engineer prior to posting.
C. Street Sweeping Signs
The Contractor shall bag or cover street sweeping signs on those
streets adjacent to the construction site in a manner approved by
the Engineer, after posting "NO PARKING -TOW AWAY" signs. All
street sweeping signs shall be uncovered immediately after comple-
tion of work and upon removal of the "NO PARKING -TOW AWAY" signs.
VII. CONSTRUCTION SURVEY STAKING
Field staking for control of construction will be provided by the
Engineer.
VIII. WATER
If the Contractor elects to use City's water, he shall arrange for a
meter and tender a $500 meter deposit with the City. Upon return of
the meter in good condition to the City, the deposit will be returned
to Contractor, less a quantity charge for water usage.
SP 4 of 5
IX. CONSTRUCTION DETAILS
A. Street and Alley Construction
1. Removals and Excavation
The work shall be done in accordance with Section 300 - 1.3.2. of
the Standard Specifications except as modified and supplemented
herein. Final removal at the sawcut lines may be accomplished
by the use of jackhammers or sledgehammers. Pavement breakers
or stompers will not be permitted on the job. Final removal
accomplished by other means must be approved by the Engineer.
2. Existing Utilities
The Contractor shall adjust to finished grade all sewer
manhole, sewer cleanouts, water meter boxes, water valve
covers, and monuments prior to the placement of pavement.
The Contractor shall be responsible for any damages to existing
utilities resulting from his operations.
3. PCC Curb and Sidewalk
The cost of constructing curb and sidewalk adjacent to new
alley approaches to join existing improvements shall be
included in the cost of constructing PCC alley approaches.
4. PCC Alley and Roadway
The Contractor shall remove and replace those alleys and
portions of roadways shown on the plans to the exact slopes
specified on the plans. Any alley or roadway not meeting the
specified slopes, and ponding water, shall be removed and
replaced by the Contractor at no additional cost to the City.
The intent of this section of the Special Provisions is to
emphasize to the Contractor the importance of maintaining the
grades specified on the plan in order to facilitate the flow
of run -off water along these very flat pavements.
5. Encroaching Improvements
The Contractor shall salvage any brick encroaching in the alley
in conflict with the work, and stack it neatly on the property
adjacent to the alley. The Contractor is not required to
replace or adjust any encroaching improvements within the alley
right -of -way.
SP 5 of 5
6. Patch Back
The Contractor shall patch back AC and PCC within private pro-
perty at locations shown on the plans in a manner that matches
the adjoining private property improvements in structural sec-
tion, texture and color.
7. Water Meter Boxes
The City shall furnish to the Contractor, at no cost, meter
boxes to replace those boxes which were identified by the City
to be substandard or broken prior to construction. Boxes bro-
ken during the course of construction shall be replaced by the
Contractor at his expense. No separate payment will be made
for the placement by the Contractor of meter boxes provided by
the City.
�Y
•
TO: Y
(2) CITY MANAGER
(3) CITY CLERK
FROM: Public Works Department
SUBJECT: BALBOA ISLAND ALLEY REPLACEMENT (C -2689)
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
i
August 29, 1988
3. City Clerk
a. Attest
b. Return to the Public Works Department
to Diane Wilkens.
Diane Wilkens
Public Works Department
Attachments
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: BALBOA ISLAND ALLEY REPLACEMENT PROGRAM
CONTRACT NO. 2689
RECOMMENDATION:
August 22, 1988
CITY COUNCIL AGENDA
ITEM N0. F -3(a)
uY THE CITY C01�`iill
CITY Oir NEId?U "T b ACf
AUG 2 2 1988
- APPROVED
Award Contract No. 2689 to Sully Miller Contracting Company for the
total price of $125,412, and authorize the Mayor and the City Clerk to
execute the contract.
DISCUSSION:
At 11:00 a.m. on August 10, 1988, the City Clerk opened and read the
following bids for this project:
Bidder Total Price
Low
Sully- Miller Contracting Co.
$125,412.00
2
Nobest, Inc.
128,118.00
3
Jerry Cross Paving
141,811.80
4
Damon Construction Co.
147,861.50
5
George Dakovich & Son, Inc.
166,050.00
6
Bruce Paving, Inc.
173,828.00
7
Ruiz Engineering Co.
183,714.15
The low bid is 26% lower than the Engineer's estimate of $170,000.
The low bidder, Sully Miller Contracting Co., is a well - qualified general
contractor who has satisfactorily performed previous contracts for the City.
The project provides for the replacement of approximately 26,500
square feet of alley improvements and 2,700 square feet of roadway improvements.
(See attached exhibit for locations.)
The reconstruction of the alley improvements will facilitate drainage,
eliminate numerous trip and fall situations, and provide a smooth driving
surface.
The Engineer's Estimate is $170,000. Adequate funds are available in
the Balboa Isand Alley Replacement Program, Account No. 02- 3497 -430.
Plans and specifications were prepared by the Public Works Department
staff. The estiml %att�ed date of completion is December 15, 1988.
Benjamin B. Nolan
Public Works Director
SL:so
Attachment
_.�
r`a :r
o y 1 `
-X�,
is qi, 1
I 1 \
N£MR7R
,G OUAr£S
i . LINDA
✓
11 /
�; SI 1111 �1 ` � �- \� .. �,� JC"•
1
C CIHAAA V£L �.JAjiY '•
to
�1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BALBOA ISLAND ALLEY
REPLACEMENT
CONTRACT 2689
Masr
✓ C4 vs
tA n ►
�:; NEiYPo.P7
r0/YN
\\ GEN7E4
�s CY NJ. o'O.S
^ •P'SLIC
6
f
aaaa�
��m c
N n U
i q
PROJECT LOCATIONS
DRAWN WE DATE ----Z.: SI
APPROVED ,,f `ji J .i-
DRAWING No. EXHIBIT A
JAuthonzed to Publish Advertisements of all km s including public
notices by Decree of the Superior Court of Orange County.
California. Number A -6214, dated 29 September. 1961, and
A- 24831, dated 11 June, 1963.
STATE OF CALIFORNIA
County of Orange Vu0¢ 11012 •4v�nu ng COVFW
sy imx .0 ." n an m ] pgnt
wm 10 we column w th
I am a Citizen of the United States and a resident of
the County aforesaid; I am over the age of eighteen
years, and not a party to or interested in the below
entitled matter. I am a principal clerk of the Orange
Coast DAILY PILOT, with which is combined the
NEWS - PRESS, a newspaper of general circulation,
printed and published in the City of Costa Mesa,
County of Orange. State of California, and that a
Notice of
Inviting Bids
of which copy attached hereto is a true and complete
copy, was printed and published in the Costa Mesa,
Newport Beach, Huntington Beach, Fountain Valley,
Irvine, the South Coast communities and Laguna
Beach issues of said newspaper for two (2 )
consecutive weeks to wit the issue(s) of
July 28 198 8
August 4 8
198—
198_
198-
198—
I declare, under penalty of perjury, that the
foregoing is true and correct.
Executed on August 8 198$
at Costa M California. L
Signature
PROOF OF PUBLICATION
10
PUBLIC NOTICE
NOTICE
INVITING BIDS
Seated bids may be re-'
calved at the office of the
City Clerk. 3300 Newport
Boulevard. P. O. Box 1768,
.Newport Beach, CA
92e58 -8915 until 11:00 a.m.
On the 10th day of August,
1988• at which time such
bids snail be opened and
read for
This of Project: BALBOA
ISLAND ALLEY REPLACE-
MENT
Ca tragi ie: 280
Englnser's Estimate
Cowwe this 25th the City
less.' ' day of Jury,
WANOA E. RAGOIO, City
Clerk
Prospective bidders may
obtain we set of Oid tfocu-
menis at no coat al ilia office
PUBLIC NOTICE
01 the Public Works Depart-
ment, 3300 Newport
'Boulevard, P. O. Box.1788,
Newport Beach, CA
92656 -8915.
For further Information,
call Stephen Luy, Project
Manager at 644 -3311.
Published Orange Coast
Dally Pilot July 28, August 4,
lses
� rneso
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to "mog"-s f ^- MA, +„ h� ,,....QQd &+
11 .nn . u -„ A..@,-c+ 1n 10PA
DISCUSSION:
• The project provides for the replacement of approximately 26,500
square feet of alley improvements and 2,700 square feet of roadway improvements.
(See attached exhibit for locations.)
The reconstruction of the alley improvements will facilitate drainage,
eliminate numerous trip and fall situations and provide a smooth driving
surface.
The Engineer's estimate is $170,000. Adequate funds are available in
the Balboa Island Alley Replacement Program and the Curb and Sidewalk, Curb and
Gutter Replacement Program.
Plans and specifications were prepared by the Public Works Department
staff. The estimated date of completion is December 15,1988.
Benjamin 6. Nolan
Public Works Director
• SL:so
Attachment
July
25, 1988
CITY
COUNCIL AGENDA
ITEM
NO. F -14
•
TO: CITY COUNCIL
BY THE CITY COUNCIL
CITY OF NEWPORT BEACH
FROM: Public Works Department
JUL 2 5 988
SUBJECT: BALBOA ISLAND ALLEY REPLACEMENT
PROGRAM (C -2689)
AppROV60
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to "mog"-s f ^- MA, +„ h� ,,....QQd &+
11 .nn . u -„ A..@,-c+ 1n 10PA
DISCUSSION:
• The project provides for the replacement of approximately 26,500
square feet of alley improvements and 2,700 square feet of roadway improvements.
(See attached exhibit for locations.)
The reconstruction of the alley improvements will facilitate drainage,
eliminate numerous trip and fall situations and provide a smooth driving
surface.
The Engineer's estimate is $170,000. Adequate funds are available in
the Balboa Island Alley Replacement Program and the Curb and Sidewalk, Curb and
Gutter Replacement Program.
Plans and specifications were prepared by the Public Works Department
staff. The estimated date of completion is December 15,1988.
Benjamin 6. Nolan
Public Works Director
• SL:so
Attachment
0
•
1
CL
1
J r :• I
w. 1
I� ern l'a
11 DVArS
4 a
' Q �
J 1 • 95•^
q
1 1 LINDA
,.
.iv1,1 ,.
''C� � •� Y �J�.��_.� ter` ?Fi'
to
CO slr
CLUB
• ..�.,. say --
�. ; NEWGtlRT _
1 7aWN
CENTER '
W
\ / 4'
4 ;1 .:i yB v
• I �,\v PROJECT LOCATIONS
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BALBOA ISLAND ALLEY
REPLACEMENT
CONTRACT 2689
imml "No
DRAWING N0. EXHIBIT A
i
11