Loading...
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