Loading...
HomeMy WebLinkAboutC-2799 - Newport Island Street Light Replacement, Assessment District No. 63CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 November 20, 1992 (714) 644 -3005 F. J. Johnson, Inc. P.O. Box 8438 Anaheim, CA 92812 -0438 Subject: Surety: Merchants Bonding Company (Mutual) Bond: CA131520 Contract No.: C -2799 Project: Newport Island Street Light Replacement The City Council of Newport Beach on October 26, 1992 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice has been recorded in accordance with applicable portions of the Civil Code. The Notice was recorded by the Orange County Recorder on October 30, 1992, Reference No. 92- 740570 Sincerely, Irene Butler Assistant City Clerk IB:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City ofwNNewport Beach Newport Beach, Boulevard A263 92- 14C5T0 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY. CALIFORNIA 3:30 P.M. OCT 3 0 1992 a. Recorder "Exempt from recording fees pursuant to Government Code Section -6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and F. J. Johnson, Inc., P.O. Box 8438, Anaheim, CA 92812 -0438 as Contractor, entered into a Contract on July 28, 1992 Said Contract set forth certain improvements, as follows: Newport Island Street Light Replacement (C -2799) - located in the City of Newport Beach, County of Orange Work on said Contract was completed on September 30, 1992 , and was found to be acceptable on October 26, 1992 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Merchants Bonding Company (Mutual), 2425 E. Camelback Road, Suite 800, Phoenix, Arizona, 85016 BY J Funlicrworks Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on at Newport Beach, California. BY ' i y erc 'c0 • • �6'e THE CITY OF NQNPCR-i 6�— OCT 661992 0 October 26, 1992 CITY COUNCIL AGENDA ITEM NO. 21 TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: ACCEPTANCE OF NEWPORT ISLAND STREET LIGHT INSTALLATION (C -2799) 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. DISCUSSION: The contract for the construction of the Newport Island Street Lighting System has been completed to the satisfaction of the Public Works Department. The bid price was $64,622.00 Amount of unit price items constructed 61,493.22 Amount of change orders 862.70 Total contract cost $62,355.92 Two Change Orders were issued. The first, in the amount of $242.53, provided for removal and disposal of old concrete curb and pavement found under the existing improvements. The second, in the amount of $620.17, provided for a change in the electrical service to the park. Funds for the project were contained in the funding for Assessment District No. 63, Account No. 7403 - 98321007. The contractor is F.J. Johnson, Inc. of Anaheim. • The contract date of completion was September 30, 1992. The work was completed on that date. a g4 Benjamin B. Nolan Public Works Director PD: so 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 T0: FINANCE DIRECTOR (714) 6443005 7 FROM: CITY CLERK DATE: July 29, 1992 SUBJECT: Contract No. C -2799 Description of Contract Newport Island Street Light Replacement (Assessm6nt District No. 63) Effective date of Contract July 28, 1992 Authorized by Minute Action, approved on June 22, 1992 Contract with F. J. Johnson, Inc. Address P.O. Box 8438 :rro el Amount of Contract $64,622.00 Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach 4 ,Y� 3 1. 6 MIN Z, .a ' r �- DFRI- Y,T., WI w n 'w a Y > IF ev 'x .a at ; DFRI- Y,T., WI City Clerk Sealed bids may be received at the office of the City Clerk, 3380 Newport Boulevard P. 0. Box 1768, Newport Beach, CR 92659 -1768 until 11:00 AM on the 19 day of MAY , 1992, at whit tTime su�c bids shall be opener and read for NEWPORT ISLAND STREET LIGHT REPLACEMENT Title of Project AssessmentC District No. 63 Contract No. $60.000 Engineer's Estimate SSW ? flpproved by the City Council this 27th day of April 1992. Wanda E. Raggi 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 92659 -1768. For further information, call Steve Luv at 644 -3311 Project Manager i .� �. PR 1.1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL NEWPORT ISLAND STREET LIGHT REPLACEMENT CONTRACT NO. 2799 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92659 -1768 Gentlemen: 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 work required to complete this Contract No. 2799 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit price for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Mobilization and traffic control @ Two Thousand Fivo HundraAollars and No Cents $2,500.00 Per Lump Sum 2. 15 Install 101 fiberglass Each street light standard with 50 watt HPS lamp, globe, ballast and photocell @ Two Thousand Six Hundred Dollars and No Cents $2 ,006.00 $30,090.00 Per Each i to PR 1.2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. 22 Install Eisel Industries Each 13 1/2 pull box @ Ninety Two Dollars and No Cents $ 92.00 $ 2-024-00 Per Each 4. 2,400 Install 1 -1/4" conduit Linear Feet w/2 - 18 insulated conductors and 1 -18 bare conductor @ Ten Dollars and Ninety -Two Cents $ 10.92 $26.9nR.nn Per Linear Foot 5. 100 Install 1 -1/4" conduit Linear Feet w/3 -112 insulated conductors @ Ten Dollars and Ten Cents $ in-in $ i ()in nn Per Linear Foot 6. Lump Sum Remove and reinstall exist. Meyers service cabinet w /circuit breakers and meter Socket @ One Thousand Two Hundred Dollars and �^_ No Cents $ 1 2n0 nn rar• -Eeeir 7. 1 Install Eisel Industries Each # 5F pull box @ One Hundred Sixty -Five Dollars and No Cents X5.00 $ 165 _ nn Per Each 8. 20 Install IN conduit w/2 -012 Linear Feet insulated conductors and 1 -,#14 bare conductor @ Seven Dollars and Fi 14i Cents $ 7.50 $ 15n . on Per Linear Foot 0 • PR 1.3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 9. 15 Install 2" conduit w/4 - 18 Linear Feet insulated conductors and 1 - #8 bare conductor Fourteen Dollars and No Cents Per Linear Foot 10. 100 Install 1 -1/4" conduit Linear Feet w/2 - 18 insulated conductors and 1 - 18 bare conductor. Install 2 - #10 insulated conductors and 1 - #12 solid green conductor @ Ten Sixty -Five Per Linear Foot $ 14.00 Dollars and Cents $10.65 SIXTY -FOUR THOUSAND SIX HUNDRED TWENTY -TWO DOLLARS AND NO CENTS Cents TOTAL BID PRICE (WORDS) 1 F. J. JOHNSON, INC. Bidder $ 210.00 $1,065.00 $64,622.00 TOTAL BID PRICE (FIGURES) May 19, 1992 P.O. Box 8438, Anaheim, CA 92812 -0438 (714)632 -1415 Bidder's Address Bidder's Telephone 0 0 Page 2 The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: PROPOSAL (Page 1) INSTRUCTIONS TO BIDDERS (Page 2) DESIGNATION OF SUBCONTRACTORS (Page 3) BIDDER'S BOND (Page 4) NON - COLLUSION AFFIDAVIT (Page 5) TECHNICAL ABILITY AND EXPERIENCE REFERENCES (Page 6) except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. The City of Newport Beach will not permit a substitute format for the documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of 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 responsible for bidder errors and omissions in the PROPOSAL. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California as the escrow agent. 5/91 Page 2A In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." All documents shall bear authorized to sign on behalf of signatures shall be of a coi authorized by the corporation. shall be of a general partner. shall be of the owner. signatures and titles of persons the bidder. For corporations, the - porate officer or an individual For partnerships, the signatures For sole ownership, the signature 489328 C -10 Contractor's License No. & Classification F. J. JOHNSON, INC. Bidder May 19, 1992 Date 5/91 ,Y t • • Page 3 State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor will be responsible for performing that portion of the work. Substitution of subcontractors shall .be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. The :Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Subcontract Work Subcontractor Address 1. / my" 2. 3. 4. 5. 6. 7. B. 9. 10. 11. 12. F. J. JOHNSON, INC. Bid- dT er 5/91 (V.-- Sec /Trea Page 4 BID BOND NO. CA111746 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, F.J. JOHNSON, INC. as bidder, and M Y UAL , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT OF THE TOTAL AMOUNT BID IN--- Dollars ($ 10%---- -- -- -- --),lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction Of NEWPORT ISLAND STREET LIG (Title of Project and Contract No.) i is accepted by the City Council of bounden bidder shall duly enter int o such construction and shall execute "Payment" and "Faithful Performance" the Specifications within ten (10) Sunday, and Federal holidays) after t of Award to the above bounden bidder this obligation shall become null an d forfeited to the said City. said City, and if the above and execute a contract for and deliver to said City the contract bonds described in days (not including Saturday, he date of the mailing Notice by and from said City, then void; otherwise it shall.be In the event that any bidder above named an individual, it is agreed that the death of not exonerate the Surety from its obligation executed this bond as any such bidder shall under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 13th day of MAY 1 1992. Bidder (Attach Acknowledgment Of Attorney -In -Fact) Notary Public Commission Expires: 5/91 OHNSON J, N (� b �VlUI �4,C Authorized signa ture/Title Acknowledgment of Principal ® Acknowledgment of Surety (Attorney -in -Fact) STATE OF CALIFORNIA County of Orange w On May 13, 1992 before me, Sheila A. Smith (here insert name and title of the a�cer), personally appeared Steven R. Hummel: Attorney -In -Fact personally known to me (or proved to me on the basis of satisfactory evide Ware subscribed to the within instrument and acknowledged to me that her /their authorized capacity(ies), and that by his/hsr/their sigaature(s) t entity upon behalf of w ' the pets (3)�Arted, executed the inn W17WESSmyhan W. r .W Crw FWD 1100 to same in his/ on(s). or the SHEILA A. Sh;'T;I ORANGE COUNiY j'; (Seal) Merchants Bonding Com anv (Nluttlal) POWER OF ATTORNEY Know All Men By These Presents. I e the ME RCI!L "ITS SfINDING COMPANY (Mutual). a corporation duly organised urrtar ltte laws of the Statc of Iowa, and having ir5 prirtdpaf otl,c . in rho 1 •„ rd n...- IoM „rnc. ( emV of Po*. State of low.. froth m:a..k... mncMrprvi .and appornled, and does by these preyenls make. Grxn':rar; nnc ,I, o nl f R "i M. GRIFFH* * *BR] AN U. b1NCWN* * *MLW -f1 R. MAIIE ”" : w of SANPA ANA and 51a0e of CAL1FOkDIIA Its inle and lawful Allomey -ii, Fact, Willi luli pol and authoray hereby conlemed in its name, places and sisal !^ sgn e•er'ute and delver in Is behalf is 9t Pty * * *7%10 HuNDR D FIFTY 'IHOOSAND DDLLARS ($250,000.00)* t « and 10 Mud the MERCHANTS BONDING COMPANY : "At ; ,; a ; Ihe-ohv as luny Ae J to the same extent as it such Wnd or ,u nler taking was awnwl try llwduly aulholi2ed officer 5 of the MERCK] ^IT•.; I!r, ^ :( "tip ftONWANY(Mutunl) eno all the aeto ol Anornoy, pllne, to the Authnely hPrpn given, are hereby ratified and cunfirmPC This Power- ol- Atlurney r. made u, d executed pwsuam to and by nulhonl, of 1M l0'low ng Fy -law: adnoted by the Board of D- ,ecmro. ul the MERCHANTS BONDING COMPANY (Mulud4 ARTICLE 2 SECTION 6A -- The Chairman of the Ek +wd u, Pwu lc!ont e, any Vice President or 9... rvl:,: t shall have bowel and authoray to atVio l Alton,ays -m racl atlU K, suthonze them to o "orulr on bchn9 of the Coniran,, . and onach thr ;cal of lic Company Itlereto• bonds and underlak,ny�, rl - fain +fences mbeacl. of :ndrmnAy oId JIIRV wnlnqr. nn69srnrY ,n the nature thevyr•1 ARTICLE 2 SECTION 6R — I I,e upnalura of any aohhomed nIW �t :nld Ilse Seal el me Comp.anv ,nay'., off+•n,l by IaCSyIDIC 10 any Power of Allorrey or Cellibc;al", lhoetof ame oneq the e,w,m,,:, ;rn,J dcbvr,Y of any bond un +'en.,w,ng. ,el:uyn, :ancc of An" Ctllery5111p obilpabpn5 of the Company and :,ui h ti- unatuie arid deal whon 5o jFvd -hull na- !hc mn^ Mrrr sod affect s IIMRIph manually fixed, In VYAteSg Wh?rent. MERCHANTS BONDING COMPANY rMulualt has caused Pw.Se p,.,wn1: O tX: sipn•M by 's Vice PrAdenl Exerutive Vice President. aM its corporate seal to be f ieree: affixed. Ih,s 41-h day u1 May AD 1990 Attest MERCHANTS BONUING COMPANY (MUtuall oyHG. • CO'- Uy %4° / 1933�� 3. Vre her :'� :' �.�q.. : :,.r ..• .. :r JAwyC• STATF OF IOWA •. bd .a COUNTY (IF POLK ;, ••� ' \1.' On this 4th day of May f9 90 beinrn n,� al•rea,ed M! •Long and Rodney 81158111. 10 me pelsnally known. wfx +t,en,u Loy rnr Ju + _vupn did My that they arc VKC Poe:.,dr,nl .fart Eee,; utive wry IIty ,loch :e> wl fw-ly of the MERCHANTS BONDING COMPANY IMU1Jal1 the rgrpWahOn deycutkC nt Iho lot r,•3n,M Instrument, and Ihal filet. altued Iv Itle Said lestrUMP-Ill IS thin Corporate Seal 011ie Sad CnruoraSlon and that the said rl VUrnenf was slpnk ;end sealed In Iwhx(f (of said CoT rtal,pn by authority 01 . ",s Goad ,�l D +rector-, In Testimony Whereol, I have hereunto, set my hand arXJ aH•, e0 my alb, yl Seal al MC C:y of Des Muy,e.. low? PI day and yea, first above wrd en, on • • "'•••• G �- ��--� • ; IOWA n • Mr c.- ...T,,,,.,,. c.,,..,, 8 -4 -92 • O .' r ;• STATE OF IOWA • ,4,91 AL 'PA, COLINTY OF POI -K .. ••......•••• I. M.J. Long, Vine President M lhA MERCHANTS BONDING COMPANY (MIIInAI). do herebv certify I I Ll above and foregoino Is a true and corral copy of me POAFR (IF AI TORNEY executed by said ME60 14O 1DING COMPANY (Mutual). which k cliff in force and effect _ •_.� •. •_ ^ -.'fie •- In ViArr?ss Whereat I have hereunto rat my hand and atfixM the seal of the Company at thus 13th day dl May 19 92 TMs power .+ attomey expires . POWINUUQ5 — M825 0 . Page 5 State of California ) ) ss. County of Orange ) Daniel H. Smith being first duly sworn, deposes and says that he or she is Eia xof F. J. Jol ns the party making the foregoing d; that the bidT i of made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, south by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoing is true and correct. i F. J. JOHNSON, INC. 4 1,1_�d/mrea Bidder Authorized Signature/Title Subscribed and sworn to before me this { L day of 1.ICU, , t.. Notary Pup is My Commis ion Expires: 5/91 [SEAL] e . ) 0 • Page 6 The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year For Whom Person Telephone Completed Performed (Detail) To Contact Number SEE ATTACHED SHEET F. J. JOHNSON, INC. Bidder 5/91 ` 4, Cv�, Y-\ Sec /Trey v Auth razed Signature /T tle • Jobs Completed • ` y � JOB NO. DATE COMPLETED PROJECT AWARDING AGENCY AGENCY'S CONTACT & CONTRACT AMOUNT AND ADDRESS AND PHONE NO. 185 07- 20- 90/$79,679.00 CITY OF IRVINE George Foster Alton Pkwy /Western Dig. 1 Civic Cntr Plaza (714)724 -6551 Traffic Signal Irvine, CA 152 08 -02- 90/$405,681.00 CITY OF TUSTIN Fred Page Jamboree Rd /various loc. 300 S. Centennial (714)544 -8890 Traffic Signals Tustin, CA Way Ext.447 Also with CITY OF ORANGE Dennis Schmit 637 W. Struck (714)532 -6426 Orange, CA 189 08- 22- 90/$79,685.00 CITY OF IRVINE George Foster Alton Pkwy Widening 1 Civic Cntr Plaza (714)724 -6551 Traffic Signal Irvine, CA 163 12- 19- 90/$134.220.00 COUNTY OF ORANGE Dave Goya El Toro Rd & Bells Viero (714)472 -7970 Traffic Signal 190 01 -15- 91/$125,965.00 CITY OF TUSTIN Fred Page Tustin Ranch Road 300 S. Centennnial (714)544 -8890 Traffic Signal Tustin, CA Way Ext. 447 191 02- 10- 91/$81,915.00 CAL TRANS Bob Carrell Beach Blvd.& (714)854 -8195 Hillsborough /T /S 215 02 -15- 91/$70,536.00 CITY OF ANAHEIM Glen Bagley Lincoln, Anaheim 200 E. Lincoln (714)254 -5282 Traffic Signal Anaheim, CA 221 05 -10- 91/$94,087.00 CITY OF IRVINE Rob Hughes Jamboree & Dupont P.O. Box 19575 (714)724 -7648 Traffic Signal Irvine, CA 205 06 -09- 91/$90,987.00 CITY OF SANTA ANA Al Mesh Tustin & Bentall 20 Civic Cntr Plaza (714)647 -5609 Traffic Signal Santa Ana, CA 213 07- 29- 91/$112,158.00 CITY OF ORANGE Chris LaFace Katella /Home Depot 300 E. Chapman Aven (714)532 -6426 Traffic Signal Orange, CA 243 09 -03- 91/$93,140.00 CITY OF ANAHEIM Glen Bagley Clementine & Freedman 200 E. Lincoln (714)254 -5282 Traffic Signal Anaheim, CA 248 10 -10- 91/$106,113.00 CITY OF HUNTINGTON BCH Jim Otterson Main St. & Delaware Ave. 2000 Main Street (714)536 -5227 Traffic Signal Huntington Bch, CA Page 7 NOTICE TO SUCCESSFUL BIDDER The following contract documents_:_shaU be executed and delivered- to the Engineer within -- ten -(10) days - ., '(not�includinq .. - -.. -- Saturday;.Sunday.and.Federal holidays) after : ahe -date of.mailing Notice of Award to the successful bidder: '_...'.....`. PAYMENT BOND (Page 8.) ,FAITHFUL'yERFORMANCE BOND.(Page'9)..:...: ,. CERTIFICATE OF INSURANCE (Page 10) GENERAL LIABILITY INSURANCE ENDORSEMENT (Page ii) - AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT ;(Page 12) WORKERS' COMPENSATION INSURANCE CERTIFICATION:(Page 13) CONTRACT (Page 14) The City of Newport Beach will not permit -a substitute format for these contract documents. Bidders are advised to review their content with bonding, insuring and legal agents prior.to submission of bid. Payment and faithful performance bonds shall;be. issued by an insurance organization or surety (1) currently,'; authorized by the Insurance Commissioner to transact business of- i- nsurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Insurance companies affording coverage shall -be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size. Category Class VIII (or larger) in accordance with the latest edition of Best's Rev Rating Guide: Property- Casualty. Coverages shall be provided as specified in the Standard Specifications for Public works Construction, except as modified by the Special Provisions. The Workers' Compensation Insurance Certification shall be executed and delivered to the Engineer along with a Certificate Of Insurance for workers' compensation prior to City's execution of the Contract.. 5/91 WHEREAS, the City.. Council of the City of Newport Beach, State of California., b motion adopted June 22, 1992 has - awarded �o: J:.Jafinson; 1rtc: hereinafter designated as the "Principal ",' a contract for ewport.:Island Street Street Light Replacement .- (Contract No. C -2799) n the City of Newport Beach, in strict conformity with the Dr wia ngs and Specifications and other contract documents in the office of the City Clerk of the City of Newport Beach, and all of which are incorporated herein by this reference; WHEREAS, said Principal has executed or is about to execute Contract No. C -2799 and the terms thereof require the furnishing of a bond, prow dii ng that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We, F.J. JOHNSON. TNf . as Principal, and MERCHANTS SONDTN(: COMPANY (MTTTTTAT.) as Surety, are held firmly bound unto the City of Newport Beach, in the sum of SIXTY -FOUR THOUSAND SIX HUNDRED TWENTY -Two DOLLARS------- - - - - -- - Dollars ($64,622.00-- - - - -), said sum being equal to 100$ of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his /her subcontractors, fail to pay 'for any " - materials, provisions, or other supplies,. used .in, - upon., -.. for-, -. -or about the performance of the work contracted to be done,.or -for - any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect. to such work or labor, ._ or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney ! s -fee, to be fixed by the Court as required by the provisions of Section53250 of.the Civil Code of the State of California.. 4 their assigns. -in any_ :auitrought upon this bond,' as - required by - -. — — and in accordance with the provisions of Sections 3247et::seq of the Civil Code of the State of California. And said.. Surety, for value received, hereby stipulates and agrees that no change, extension. of time, alterations or additions to the terms of the contract or to the'work to: be performed thereunder or the specifications accompanying the same shall in.-any wise affect its obligations on this bond, and it does hereby waive notice of any such. change, extension of time, alterations or additions. to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 14th day. of JULY 19 92. , F. J. Johnson Inc. 1 Name of Contractor (Pr nclpal) Authorized Signature /Title_•YY • Daniel H. Smith, Sec /Treasu er MERCHANTS BONDING COMPANY (MUTUAL) Name of Surety u one gnat ;• STEVEN R. HUMMEL: ATTORN$Y- IN7 -r-k i; :• :•:• ::'• 2425 E. CAMELBACK ROAD, SUITE 800 800- 848 -2663 � • - Address of Surety �--a); Telephone PHOENIX, ARIZONA 85016 fax: 602- 955 -2623 - _ _ NOTARY - ACKK0WLBD==S OF CONTRACTOR AND SURETY 1[08T. BS 4 R"1� &� ` i ' 5M µ � Y yas L"� . -x..;. •. '+l'?"?i'W z'�'- ?..- 3i}n?� as�.' {,.0 .., 5-,.m ...: .vin'r`w= 4?'4' -a' _ .. i � ,� , .. �. Acknowledgment of Principal Q Acknowledgment of Surety (Attorney -in -Fact) STATE OF CALIFORNIA County of ORANGE On JULY 14, 1992 (here insert name and title of the before me, SHEILA A. SMITH nally aonearrd personally known to me (or prayed to me on the basss of satiafactnry evidence) to be the persons) whose names) Lsiare subscribed to the within instrument and acl- wledged to me that he/she/the7 executed the same in his/ her /their authorized capacity(ies), and that by hiv'herlt.heir s a L.t>9trnment the person(s), or the enti ty apon be ball of the a acted, eZGCniGd fhL GFFC A t WTI',4 civ - s SHEILA A. SMITH ? S ign a nure Sh�L- = -A A. r..w,. � , ,... 1100 ORANGE (Se al) State of County of QV0,{IL�r On I (� before me,,l2_ II NAME, TITL OF OFFICE E-.G..'JANE -- DM !O{AF PUBLIC personally appeared �1��I'6 IA W NAME(S) OF SIGNER(S) personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(A whose name(sj istare subscribed to the within instrument and ac- knowledged to me that he /she,114ey executed the same in his /hafA4teir authorized L BYERS capacity(iet, and that by his /heF,4Weir s Corsi OW704 signature(* -on the instrument the person(e), ! �wewra�onl+. orthe entity upon behalf of which the person (8J ►bmrm. NGECOUNTY zT.1fiY6 acted, executed the instrument. Witness my hind and official seal. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL(S) CORPORATE _ OFFICER(S) ❑ PARTNER(S) ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ SUBSCRIBING WITNESS ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(MS) E,.5. fie! ^,n�t,�I zne . ATTENTION NOTARY: Although the information requested below is OPTIONAL, f'could prevent fraudulent attachment of this certificate to unauthorized document. THIS CERTIFICATE Title or Type of Document MUST BE ATTACHED TO THE DOCUMENT Number of Pages Date of Document DESCRIBED AT RIGHT: Signer(s) Other Than Named Above B 1991 NATIONAL NOTARY ASSOCIATION • 8238 Remmet Ave. • P.O. Bo[ 7180 • Ceaepa Pak CA 9130A -71" THE CONDITION OF -THIS OBLIGATION IS SUCH, that if the above bounden Principal, its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well keep truly and perform the covenants, conditions, and agreements in the Contract and any alteration thereof 'made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then this obligation shall-become - null -and void; otherwise -it- .shall remain in_full force and effect. _ As a part of the obligation secured hereby, and in addition to the fact amount specified in this.- Performance Bond, _there.shall be. �. included .costs and reasonable expenses .and fees, including reasonable attorneys fees, incurred By the City*, in the -event it is required by bringing any action in law or equity to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no BOND NO CA131520 PREMIUM $607.45 FAITHFUL. - PERFORMANCE BOND:: - - �Z, „r ' -KNOW ALL MEN BY THESE PRESENTS, That- __ _ WHEREAS, -- the City Council of•.the City._of.Newport-Beach,'State of California, by motion adopted , -ate awarded has - to hereinafter designated'.as the "Principal”, a contract Newport Island Street U ht Re Jac me in the City of Newport Beach, in strict conform ty with the Contract, Drawings and Specifications and other contract documents in the office of the City. .Clerk of the City,:_of Newport Beach, all of which are incorporated herein by this reference; WHEREAS, Principal has executed or is about to execute Contract No. C-2799 and the terms .- thereof require the furnishing of a bond for the faithful performance of the Contract; NOW, THEREFORE, we, F. J. - JOHNSON, INC. ". as Principal, and MERCHANTS BONDING COMPANY (MUTUAL) as Surety, are held firmly bound unto the City of Newport Beach, in the sum of SIXTY -FOUR THOUSAND SIX HUNDRED -TWENTY -TWO DOLLARS- -------- - - - - -- Dollars ($64,622.00 - - -), said, sum being equal to 100% of the estimated amount of the contract, to be paid to the City or its - certain attorney, its successors., and assigns; for which payment well and truly made, we bind-- ourselves, our heirs, executors and administrators, successors;._ or. assigns, jointly and _ severally, firmly by these presents. THE CONDITION OF -THIS OBLIGATION IS SUCH, that if the above bounden Principal, its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well keep truly and perform the covenants, conditions, and agreements in the Contract and any alteration thereof 'made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then this obligation shall-become - null -and void; otherwise -it- .shall remain in_full force and effect. _ As a part of the obligation secured hereby, and in addition to the fact amount specified in this.- Performance Bond, _there.shall be. �. included .costs and reasonable expenses .and fees, including reasonable attorneys fees, incurred By the City*, in the -event it is required by bringing any action in law or equity to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no maintained by.the Principal in -Mil. force -and effect for six (6) months .:following the date.of formal acceptance of the Project -by the City. In the event that the principal executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument- has -been. duly executed by the Principal and Surety above named, on the 14th day - -of JULY 1992. F.J. Johnson. Inc ctor (Princi AutruhPol r iH z c S gnature /T -t � e Name of Contra 'I MERCHANTS BONDING COMPANY (MUTUAL) ! Nazc •f Surety Au • r1 en Si S a- ture STEVEN R. HU14ML: ATTORNEY- IN -FAiCT 2425 E. CAMELBACK ROAD, SUITE 800 800- 848 -2663 Address of Surety Telephone II PHOENIX, ARIZONA 85016 fax: 602 - 955 -2623 NOTARY ACXNOWLBDGXENTS OF CONTRACTOR AND BURETY YIIST BE ATTACS&D t � State of County of UVULI I r, 1 VA) � On 1 a before me, .I DAJE ' NAME, TITL OF OFFICE - E.G., 'JANE - DOEPUBLIC' personally appeared personally known to me - OR - ❑ proved tome on the basis of satisfactory evidence to be the person($) whose name(y) is /are subscribed to the within instrument and ac- knowledged to me that he /shG%Mey executed the same in his /hefA4"ir authorized capacity(ies), and that by his /hefA44eir L Rs signature(s)'on the instrument the person(a), OOWA 0957b& z n or the entity upon behalf of which theperson(s) t � ORANGE NTvoou acted, executed the instrument. ewcom. Int FES 27,19M6 Wjtness my/hand and official seal. ATTENTION NOTARY: Although the information THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Title or Type of Document Number of Pages CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUALS) [� CORPORATE _ OFFICER(S) ❑ PARTNER(S) ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ SUBSCRIBING WITNESS ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) F.,T . S(,IALeel ,\ ,zne . it could prevent fraudulent attachment of this certificate to unauthorized document. Signer(s) Other Than Named Above Date of Document 0 1991 NATIONAL NOTARY ASSOCIATION •6236 Remmet Ave. ❑ Acknowledgment of Principal ❑X Acknowledgment of Surety (Attorney -in -Fact) STATE OF CALIFORNIA County of ORANGE On JULY 14, 1992 before me, SHEILA A. SMITH (here insert name and title of the officar), personally appeared STEVEN R. HUMMEL: ATTORNEY -IN -FACT personally (mown to me (or proved to me on the basis of satisfactory evidence) to be the persoa(s) whose names) Wars subscribed to the within instrument and acknowledged to me that belshe/thaT executed the same in his/ her /their authorized capacity(ies), and that by bimher/their signature(s) on the instrument the person(s), or the entity upon behalfoCohieh the person(s) acted, executed the instrument. --------- � SHEILA A. SMITH Ww r..,v c...... s.. loco MY (Seal) • 3361 1109% GRIFFM- SINCOCK >EDWRRD W. GRIF M**BRIAN C. SINCOCK"STEVER R. HUMMEL<<< »>«< »X« SANTA ANA CA >>>TWO HUNDRED FIFTY THOUSAND DOLLARS($250,000.00)<<< 14th JULY 92 CONTINUOUS 3361 1109" GRIFFIM-SINCOCK Know All Men By These Pre ens, that the MERCHANTS 50,:Dj!d- COMPA. (tvfuival), a corporation duty organized under the laws at the State of Iowa and raving ris principal -office ir. the -Cib., of Des Moines, County of Polk, State of Iowa, :hatl- made, constituted and appointed. and doa�y'�El9W9RDoW35rGRIF i'4i*tBltkBN'`- C ?BIITG-0G i* *STEVEN R. }N M<<< - X<< SANTA ANA CA of - anc S :a, ,od _ - ue aor '.avw: A`.tom =,y -ir -Pact, with full power and authoai•; h =rabv c�.,�.,. :..,..r. is name. pace and stead, fc sign, s ,ecute, adnpwled�e_ and deliver in its beheif as surety - >>>TWO HUNDRED FIFTY THOUSAND DOLLARS($250�000.00)<<< - and to bind the iN4='G ;RIOTS BONDING COiV °AP a j.nialr 6_..,_y as f Al and to the same extent as if such bond or undertaking was - - -. - - signed by the duly a " -rz c officers o: t` e r`iEP . .,STS aONP NG COM94PtY ;Mutual), and all the acts of said Attorney, pursuant to the .. - authority herein given =.;e h-reb} -aerfie? and This Power -o4Aho n f, made and _-e.,u ec p rs..an; to anJ by authority of the iollov ing By -Laws adopted by the Board of Directors of . the MERCHANTS BO e' ffdG COM°AI`0 (vi IrKI01 AP,TiCLE 2 ac T'Q'. 5 he. ha:--an o` the Scam ;' or Prescent or any Vice President or Secretary shall have power and -- authority to _, ao. ! Aho.�eys ir, °act and to authorize them, to execute on behalf of the Company, and attach the seal of -.the - Company _th t_, bon ^sand unde tare. resog ;zany s. contracts off inori rnity and other writings obligatory in he nature thereof.= ARTICLE 2 ON GP He signature of any autho .ed of car and the Sesicf the Company,may, be affixed by facsimile to any Power of A::o�e�; c f'! he f ot authorona the execution. and def rey of any bond, undertaking, recognizance, or - - - - - Stine, Suretyship iga: o s c the - ^ -,oar anc such sig^aus and seal when so used shall have the same force and effect as though- manualy }caed. In Witness Whereof. MERCHANTS BOND '.NG COIdAANY ;Mufuai; has caused these presents to be signed by its Vice President and - _ - - - - - Executive Vice President and its co!pera,e s al to be, hereto affixed_ this 1 1th day of Odoben A.D :, 19. 91 Attest - - _ M.ERCHANTS BONDiNG COMPANY (Mutual) p \SoG. Cp�A By 1933 c� ':ce `, =. .. y�Cyecutive Ylce Pesle• _ _ STATE Or IOWA - - eb�s - •b�°• - - COUNTY GP POLY o ° . -- On this day of - OCiob= -r ig 91 before me appeared M.J •Long and - - Rodnev Bliss Iti, to me personally know.., who being cy me duy swoin did say that they are Vice President, and Executive Vice President - respectivelyof the MERCHANTS BONDING COMPANY ( Mutua;. the corporation described in the foregoing instrument, and that the Seal - affixed to the said insirunent Is the Corporate Seal o the said Corporation and that the said Instrument was signed and sealed in behalf of - - said Corporation by authorit, o`its Board o; Directors - - In Testimony Wheless'. have hereunto set my hand and affixed my Official Seal, at the City of Des Moines, Iowa the day a Ind, ve&(f�r&'!s- above written. / . G. ISFU yF. Polk Cobnfy, IPwd'. ssioi Empires r _/ M1'Cemrn �• ° 84oc °. T' • S-1 C I .T. OFT . K Long. Vice Presinem of tae tn.71-H .NrS BO1,1DING COfviPANY !Mutual;, do hereby foregomg Is a true and correct aooy of the POWER OF ATTORNEY executed by said i Cif. °PF', JY 0,1- ituaP. whi-h is sti!, a: force and effect. In WrIne r: Whereof. I have hereunto set my hand and Bffixec the seal of the Company, at this 14th dc), of JULY te, 92 Nk CONTINUOUS This power o` attorney, P::pires and A .. '1 -0 � • e 4. 9 l •: e .� Page 10 k i '.:: W"Y''Fx * RTIFICATEM �'Ky ..R Vln b . V°x -}. Y9 IV4 .. �IN�S CE : &y PRODUCER COMPANIES AFFORDING COVERAGE - COMPANY A Willis Corroon 1800 E. 16th St. LETTER Transamerica Santa Ana, CA 92701 COMPANY B LETTER INSURED F.S. Johnson Inc. P.O. BOX 8438 COMPANY C LETTER Anaheim, CA 92812 - D OE FU T}S TO CEFi% S RIOD INDICATED. NOTWITHSTANDING ANY REOUIREMENT, TEAM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE OMRANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS, AND CONDITIONS OF SUCH POLICE AND IS NOT AMENDED, EXTENOED OR ALTERED BY THIS CERTIFICATE. Go LIT TYPE OF INSURANCE POLICY NUMBER DATE EXPIRATION ALL LIMITS IN THOUSANDS GENERAL LIABILITY GENERAL AGGREGATE f ( OOCURENCE BASIS ONLY) COMMERCIAL PRODUCTS/COMPLETED f COMPREHENSIVE OPERATIONS AGGREGATE E & CONTRACTORS ❑ TES PERSONAL INJURY f CONTRACTUAL FOR SPECIFIC ❑ CONTRACT ❑ PHOOUCTSICOMPL OPER ❑ XCU HAZARDS EACH OCCURANCE $ ❑ BROAD FORM PROP. DAMAGE ❑ SEVERABILITY OF INTEREST DAMAGE FIRE f CLAUSE (ANY ONE FIRE) ❑ PERSONAL INJURY WITH EMPLOYEE EXCLUSION MEDICAL EXPENSES f REMOVED (ANY ONE PERSON) MARINE AUTOMOBILE LIABILITY COMBINED f COMPREHENSIVE SINGLE LIMIT BODILY INJURY f sttlJt OWNED (PER PERSON) HIRED BODILY INJURY (PER ACCIDENT) r' k �nq PROPERTY F-1 NON-OWNED v `• DAMAGE EXCESS LIABILITY EACH AGGREGATE UMBRELLA FORM OCCURRENCE OTHER THAN UMBRELLA FORM f $ STATUTORY .r'r, ,:. aµp*3: "u A WORKERS' COMPENSATION 0019515 1/15/91 11/15/9 EACH ACCIDENT f 1,000, DISEASE -POLICY LIMIT AND EMPLOYERS LIABILITY f 1,000, DISEASE - EACH EMPLOYEE LONGSHOREMEN'S AND HARBOR F y,R.e{ ',, �I' :` ' WORKERS' COMPENSATION STATUTORY r DESCRIPTION OF OPERAT* NSADCATPONWNBOMES IRESTWCTIONSISPECI L ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH THE FOLLOWING CONTRACT: Newport Island Street Light Replacement, C -2799 . PROJECT TITLE AND CONTRACT NUMBER ". V I I 1 n r CERTIFICATE , OLDERAI ; # S a A ICELLATION ' i f SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON - RENEWED, CITY OF NEWPORT BEACH CANCELED OR COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE P.O. BOX 1768 COMPANY AFFORDING COVERAGE SMALL PROVIDE 70 DAYS MIN. ADVANCE 3300 NEWPORT BLVD. NOTICE TO THE CITY OF NEWPORT BEACH BY REGISTERED MAIL NEWPORT BEACH, CA 92659 -1768 ATTENr N�,Oli Zo�/ 7/2'3/92 AUDMORI�D REPRESENT ISSUE DATE - i R • - Page 10 �ry � w�`,�', � � �. ,.4 � ��. � A PRODUCER„ C COMPANIES AFFORDING COVERAGE Norton Insurance Services Inc. C COMPANY A 3 Corporate Park #260 L A Irvine, CA 92714 COMPANY B INSUR'D L F.J. Johnson, Inc. P.O. Box 8438 C COMPANY C Anaheim, CA 92812 L LETTER COVERAGES' Ng TFII§�(S`TO .c�itll`}Hn MLICI f INDICATED. NOTWITHSTANDING ANY REOUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE 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 AND IS NOT AMENDED. EXTENDED OR ALTERED BY THIS CERTIFICATE LTF T TYPE OF INSURANCE P POLICY NUMBER E EFFECTIVE E EXPIRATION A ALL LIMITS IN THOUSANDS t GENERAL LIABILITY G GENERAL AGGREGATE $ $ 2,000,000 ( (OCCURANCE BASIS ONLY) AF31 C COMMERCIAL C CCP169125 1 1 -24- 2 2 P PROOLP=COMPLETED S S COMPREHENSIVE O OPERATIONS AGGREGATE 1 11000,000 O 11-24-92 OWNEFr. a CONTRACTORS 1 PROTECTIVE P PERSONAL INJURY S S 11000,000 ❑ ❑ CONTRACTUAL FOR SPECIFIC 11000,000 ❑ CONTRACT ❑ PRODUCTS /COMPL OPER E ❑ XCU HAZARDS EACH OCCURANCE S S 1 ❑ BROAD FORM PROP. DAMAGE 5 50,000 ❑ SEVERABIHITY OF INTEREST F FIRE DAMAGE $ $ CLAUSE ( (ANY ONE FIRE). ❑ PERSONAL INJURY WITH EMPLOYEE EXCLUSION M MEDICAL EXPENSES S S 51000 R REMOVED ( (ANY ONE PERSON) MARINE AUTOMOBILE LIABILITY C COMBINED $ $1,000,00 'Mv A C COMPREHENSIVE C CCP169125 1 1 -24- 2 2 S SINGLE LIMY' BODILY INJURY - t -: OWNED 1 11-24-92 ( (PER PERSON) t BODILYJNJURY $ $ •.';t { HIRED ( (PER ACCIDENT) • { F-1 NON-OWNED P , PROPEGRTY $ $ , EXCESS LIABILITY R R/. E EACH A AGGREGATE UMBRELLA FORM • •- O OCCURRENCE OTHER THAN UMBRELLA FORM . . ;.�`; S S $ $ STATUTORY WORKERS' COMPENSATION $ $ E EACH ACCIDENT AND S S D DISEASE -POLICY LIMIT EMPLOYERS' LIABILITY S D DISEASE - EACH EMPLOYEE LONGSHOREMEN'S AND HARBOR ' '• + S WORKERS' COMPENSATION S STATUTORY � �r'�„ _ F; _ EN •r� . _ E DESCRIPTION OF OPERMT10N5/L=TION%NID ICIESJRESTRICTIONSBPECYLL ITEMS: ALL OPERATIONS PERFORMED FOR THE CRT' OF. NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH THE FOLLOWING CONTRACT: Newport Island Street Light Replacement PROJECT TIRE AND CONTRACT NUMBER FERTIFICATEz HOLDERt r .`iryz ry / /y A I a yang, ', S, T 4 Fz 111�4��.�Nt �' a 1 ...�5'„1 ,,�.. 1 .n. y SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON - RENEWED, CITY OF NEWPORT BEACH C CANCELLED OR COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE P.O. BOX 1768 C COMPANY AFFORDING COVERAGE SHALL PROVIDE 90 DAYS MIN. ADVANCE P300 NEWPORT BLVD. N NOTICE TO THE CITY OF NEWPORT BEACH BY REGISTERED MAIL NEWPORT BEACH, CA. 92659 -1768 A A 07 -23 -92 6K 1 i 9 0 Page 11 . GENERAL LIABILITY INSURANCE ENDORSENRNT - It is agreed that: 1. With respect to such insurance as is afforded by .the policy for General Liability, the, City of Newport Beach, its officers and employees are additional.insureds, but only with respect to liability'- arising. out. of operations. performed:.by:..or on,, . behalf of the named insureds. in connection with the contract designated below or acts and omissions of...the additional insureds in connection with its general supervision of such operations. The insurance afforded said additional insureds) shall apply as primary insurance and no ':other .insurance maintained by the City of Newport Beach-shall-be-called upon.. to contribute with insurance provided by this policy. 2. The policy includes the following provision: -, -- "The insurance afforded by the policy applies separately to each insured against whom'�,claim,. „ is made or suit is brought, except_„with , respect to the limits of liability O the company affording coverage.5.. 3. The insurance afforded by the policy for.Cont=actual'Liability Insurance (subject to the terms, conditions",`- :exclusions applicable to such insurance) includes liability: - assumed by the named insured under the indemnification:or.hold harmless provision contained in the written contract designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU" hazards) are deleted. 5. The limits of liability under 'this endorsement for the additional insured(s) named in Paragraph 1 of this endorsement shall be the limits indicated below written on -an "Occurrence" basis: 5/91 (x4 Commercial ( ) Comprehensive General Liability $ 1,000,000 each occurrence $ 2,000,000 aggregate. The applicable limit of Contractual Liability for the company affording coverage shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insured(s). Page 11A The limits of liability as stated in this endorsement ` - shall_ : not increase the total..., liability of the company affording_ coverage for all damages as -the result of any one.--.occurrence. in excess of the limits of liability stated in the policy as applicable to General Liability Insurance. .6. Should the policy be non - renewed, canceled or coverage reduced before the expiration date thereof, the Issuing Company shall,; provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 7. Designated Contract: Newport Island Street Light Replacement Project Title and Contract No. C -2799 This endorsement is effective 11 -24 -91 at 12:01 a.m. and forms a part of Policy No. ccP169125 of Prude ntialnUra tie (Company Affording Coverage). Insured: F.J. JOHNSON, ISSUING COMPANY By: A bu, `-4 . Au o zed Representat e 5/91 Endorsement No.: , i - -. Page 12 AUTOMOBILE- It is agreed that,.. 1. With respect to such insurance as is afforded by'the:.policy for .Automobile Liability, the City of - Newport Beach, its officers and employees are additional insureds; but only with respect to liability for ;damages..arising..out of the ownership,` maintenance or use. of automobiles. (or' autos) used by.or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded said additional insureds) shall apply as primary insurance .and no.other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by.the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of liability. of the company affording coverage." 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 Multiple Limits or Single Limit: ( ) Multiple limits -.- Bodily Injury Liability $ per person Bodily Injury Liability $ per accident Property Damage Liability. $. (� Combined Single Limit Bodily Injury Liability 11000,000. Property Damage Liability $ 5/91 The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one accident or occurrence in excess of the limits of liability stated in the policy as applicable to Automobile Liability Insurance. Page 12A. 4: ghould the policy. be non renewed, can cel-ed`or coverage reduced. belora the expiration - =da that, tha issuing Company- shall- — - -- provide 30. days':advance-notif the.City of Newport- Beach_ by registered mail, Attention.7 `Public.,iiorks Departsent. 5. Designated Contract: Newport Island Street Light Replacement Pro ect T tle and Contract No. C -2799 This endorsement is effective 13 -24 -91 - at 12:01 a.m. and forms a part of Policy No. CCP169125< of Prudential Reinsurance - (Company Affording Coverage). Insured: F..J. JOHNSON, INC.'..'_ Er Orgement No.: 1 5/91 Page 13 � Pf1YDIIVCaTTf1V° 4VQtiDfVPII /'�L+d"T IITf�STTAV.. -__.- . -.,, "i am aware of the provisions of Section 3700 of the Labor - 'Code' -,,; which. require every employer to be insured against liability for workers' compensation or to-unidertake'self- insurance in accordance with. the . provisions of. that .code; and,I - will. comply. with such provisions before .commencing the performance: of. the 'work:of this-: contract." June 30,; 1992 R J. Johnson Inc. Date ;43r_of Contractor (principal) C -2799 -' Contract Number zed S gnature and T tle Daniel H. Smith Sec /Treasurer. Newport Island Stree Li - - T tle of Pro act a 5/91 -- - Page 14 C011TRACT THIS AGREEMENT, entered into this 2 " d al!pf 1 - � 19� by -and between:_the-.Cnt OF. NEWPORT BEACN,-her a. �y, and F. J. Johnson Inc. "Contractor," s made with reference to the -fol ow. lhs A.. City has heretofore advertised for bids for the following described public work: Newport Island Street Light Re lacemeni; Title of Project C -2799- Contract No. B. Contractor has determined by City to .,be the lowest responsible bidder on said public work, 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 followi;iq.•:described public work: land S reet Light R ent C -2799 T tle 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. 5/91 As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of Sixty Four Thousand Six Hundred - Twenty_Twn Dollars ($ 64.622.00 ). Th s compensation includes: (a) Any loss or damage arising from -the nature.- of..the work, Any loss or damage arising. from_ any -._unforeseen... difficulties or obstructions in the - performance of the work, (c) Any expense incurred as a result of any suspension or discontinuance of the work, (b) 00 /100 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. Paq _e 14A �-3. All..'ofthe respective rights and obligations of Contractor are set forth--in the-contract, 44, e contract documents are incorporated - ,herein brsferance -i as though set out in full and--include the. (a) Notice Inviting Bids (b) Instructions to Bidders and documents referenced therein, :Payment Bond (d) Faithful Performance Bond (a) Certificate of-Insurance and Endorsement(s) (f) Plans and Special Provisions for Newport Island kraut L' l-=nt _Zlo3tle oy Pro fct &n ia_ct No. (g) This Contract (h) Standard Specifications of Public Works Construction (current Edition) and all supplements 4. Contractor shall assume the defense of, pay all expenses of defense and hold harmless, City and its officers, employees and representatives from all claims, loss Or . damage, injury and liability of every kind, nature.,ind description by reason of or arising out of the negligent or willful conduct of the contractor, his/her- exo9yees, agents and subcontractors in the performance <'_, of, the Project, except such loss or damage caused solely; -by the active negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. CITY/ ATTORqEY J ATTEST: 5/91 CITY OF NEWPORT BEACH A Municipal corporation By: Mayo or F_ J_ Inhncznn Tnr Wame-of -.Contractor .... .. .. 7- 4 AuWokized Signature and :T tle Danidl H. Smith, Sec/Treasurer II. L7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS NEWPORT ISLAND STREET LIGHT CONTRACT NO. 2799 SCOPE OF WORK • SP 1 of 5 The work to be done under this contract consists of installing new street light standards, removing and reinstalling a metered service point, installing pull boxes and installing street light wiring and conduit; 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. E- 5039 -5), the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (1991 Edition); and (4) the Standard Specifications for Public Works Construction, (1991 Edition), including supplements. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department for Five Dollars ($5.00). Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 202 -7775. CONTRACTOR'S LICENSES At the time of the award and the Contractor shall possess Contractor "A" License or an 10" License. At the start of of work, the Contractor shall License issued by the City of III. HOURS OF WORK 7:00 AM - 6;30 PM weekdays 8:00 AM - 6:30 PM Saturdays until completion of work, a General Engineering Electrical Contractor "C- work and until completion possess a Business Newport Beach. No work will be permitted on Sundays and holidays which disturbs, or could disturb, a person of normal sensitivity who works or resides in the vicinity. "Holiday" shall be defined as January 1st, the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday in November (Thanksgiving), and December 25th (Christmas). If January 1st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday. N • SP 2 of 5 IV. COMPLETION. SCHEDULE AND PROSECUTION OF WORK A. The Contractor shall complete all work within thirty (30) consecutive calendar days, with start date as directed by the Engineer. Start date is anticipated during July of 1992. B. It will be the Contractor's responsibility to ensure the availability of all material prior to the start of work. Unavailability of materials will not be sufficient reason to grant the Contractor an extension of time for 100$ completion of work. C. No work shall begin until a schedule of work has been approved by the Engineer. V. PAYMENT The unit or lump sum price bid for each item of work shown in the proposal shall be considered as full compensation for all labor, equipment, materials and all other things necessary to complete the work in place, and no 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 and Traffic control shall be made in accordance with Section 10264 of the California Public Contract Code. VI. WATER If the Contractor desires 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 City, the deposit will be returned to the Contractor, less a quantity charge for water usage. VII. PUBLIC CONVENIENCE AND TRAFFIC CONTROL The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH) also published by Building News, Inc. VIII. INSTALLATION OF CIRCUITS The newly installed street light circuits shall be 240 volt multiple systems. The street light standards are to be fiberglass poles and bolted to new foundations as shown of the drawings. New luminaries with 50 watt HPS lamps are to be installed on the new poles. A new pull box is to be constructed within five feet of the base of the pole and a double fuse holder installed in the pullbox. ' • • SP 3 of 5 IX 9 XI. SERVICE POINT The Contractor shall remove and salvage the existing service point equipment, demolish and remove the base, install new conduit and wiring to the new service point, and construct a new 240 volt metered service point, using the existing equipment, at the location shown on the plans. Equipment and installation shall conform to STD -206 -L except that the pedestal enclosure shall conform to the requirements of these special provisions. The service point shall be complete and operable prior to starting the installation. When all work is completed, except for the connection of the conductors to the Southern California Edison Company vault, the Contractor shall make arrangements with Jim Palma of Southern California Edison Company at (714) 895 -0246 to make the connection. The Contractor shall have a representative present when the connection is made. The pedestal for the service point shall be free standing type. The pedestal shall be complete with meter socket and factory installed test blocks, and shall comply with the requirements of the Southern California Edison Company. The pedestal shall be furnished as a complete pre -wired assembly and shall be Meyers stainless steel cabinet Cat. fMEUGX- M100C /SS. All factory installed components shall be U.L. listed. All factory installed conductors shall be copper, size and type to conform to NEC and U.L. requirements. The enclosure shall be furnished with a detachable sub -base with 1/2 inch diameter bolts. Mounting bolts shall not be visible outside the enclosure after installation on the sub -base. All mounting hardware shall be type 316 stainless steel. FIBERGLASS STREET LIGHT STANDARDS Fiberglass street light standards shall be the style shown on the drawings, with fluted tapered shafts, access panel in the base, and a 6" globe holder tenon, and shall be Main Street, Newporter Series, #FF 1901. The fiberglass core color shall be matte gray. A finish coat of polyurethane paint shall be applied to the exterior surface. The finish color coat shall be ASA #61 grey, Sherwin Williams #F63A31 or equal approved by the Engineer. Post -Top luminaries shall be furnished with 240 -volt HPS lamps of the wattage shown on the drawings. All luminaries shall be furnished with porcelain mogul bases, spring loaded contacts in a nickel plated screw shell, and internal CWA -HPS 240 volt ballast. The ballast shall be Unicorn Electrical Products Cat. No. r • • SP 4 of 5 UKA- 004 - 730 -01. The ballast shall be conveniently located for easy removal. The luminaries shall have a terminal block for the field wiring conductors and ground. The luminaire shall be furnished with a heavy duty cast aluminum acorn globe holder coated with a temperature controlled acrylic enamel 4 mils thick over an etching primer. The finish color of the holder shall match the fiberglass pole. The holder shall be furnished with 4 -1/4 x 20 stainless steel fastener bolts to lock the acorn globe to the holder. A photo electric cell shall be installed in the holder. The holder shall be designed to fit over a 6" tenon. XII. GLOBES Post -top acorn globes shall be U.V. stabilized polycarbinate with prismatic refracted globes for Type II distribution. Post top globes shall be Niland Co. #704 008 205. XIII. PHOTO ELECTRIC CELLS Post top luminaries shall be equipped with a photo electric cell installed on the globe holder. The photo electric cells shall be Area Lighting Research Cat. #AA1068 208 -277V, or Nytrol A -1068. All photo electric cells shall be oriented north, unless otherwise noted or such orientation conflicts with light sources, buildings or other conditions which might impair the proper function of the cell. XIV. FUSEHOLDERS Double fuseholders shall be installed in the pullbox. The fuseholders shall be furnished with fuses appropriate to the connected lamp wattage. The fuseholders shall be Tron #HEX -AA or equal approved by the Engineer. XV. CONDUIT AND CONDUCTORS Conduit shall be installed under the sidewalk at the locations shown of the drawings. All underground conduit, unless otherwise shown, shall be 1 -1/4 inch diameter schedule 40 PVC. Care shall be taken to avoid damage to the conduit during installation. Insulated conductors shall be stranded copper conforming to the AWG wire size shown on the drawings. The insulation of each conductor shall be a different solid color. The bare ground wire shall be solid copper, #8 AWG, unless otherwise shown. •+ . • SP 5 of 5 XVI. TEMPORARY RESURFACING Such resurfacing shall be per Section 306 - 1.5.1, of the Standard Specifications, "Temporary Resurfacing" except that paragraph 4 and 5 shall.be deleted and replaced by the following paragraph: "The cost of furnishing, placing and maintaining temporary resurfacing shall be included in the unit costs to install street light conduit and conductors." XVII. SOLID WASTE DIVERSION The Contractor shall either 1) apply for and obtain a no -fee solid waste self -haul permit from the City's Business License office, or 2) subcontract with a private solid waste hauler already permitted to operate within the City. Unless specified elsewhere in this contract, all non - reinforced concrete and asphalt wastes generated from the jobsite shall be disposed at a facility which crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed at a sanitary landfill. The Contractor shall maintain monthly tonnage records of solid wastes generated and solid wastes shall not be disposed at a sanitary landfill. The Contractor shall report said tonnages monthly to the Engineer on a form provided by the Engineer. XVII. PROJECT LIMITATION This project is being constructed as part of a Special Assessment District. Should the proceeding be abandoned after the close of a public hearing on a Resolution of Intention, scheduled to be held on June 22, 1992, this contract will not be awarded. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS NEWPORT ISLAND STREET LIGHTING REPLACEMENT CONTRACT NO. 2799 I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . 1 II. CONTRACTOR'S LICENSES . . . . . . . . . . . . . . . . 1 III. HOURS OF WORK . . . . . . . . . . . . . . . . . . . . 1 IV. COMPLETION, SCHEDULE AND PROSECUTION OF WORK 2 V. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . 2 Vi. WATER . . . . . . . . . . . . . . . . . . . . . . . . 2 VII. PUBLIC CONVENIENCE AND TRAFFIC CONTROL . . . . . . . 2 VIII. INSTALLATION OF CIRCUITS . . . . . . . . . . . . . . 2 IX. SERVICE POINT . . . . . . . . . . . . . . . . . . . . 3 X. FIBERGLASS STREET LIGHT STANDARDS . . . . . . . . . . 3 XI. LUMINARIES . . . . . . . . . . . . . . . . . . _ . . 3 XII. GLOBES . . . . . . . . . . . . . . . . . . . . . . . 4 XIII. PHOTO ELECTRIC CELLS . . . . . . . . . . . . . . . . 4 XIV. FUSE HOLDERS . . . . . . . . . . . . . . . . . . . .4 XV. CONDUIT AND CONDUCTORS . . . . . . . . . . . . . . .4 XVI. TEMPORARY RESURFACING . . . . . . . . . . . . . . . .5 XVII. . SOLID WASTE DIVERSION . . . . . . . . . . . . . . . .5 XVIII. PROJECT LIMITATION . . . . . . . . . . . . . . . . .5 JUN 2 1992 June 22, 1992 2 CI,TY COUNCIL AGENDA ITEM NO. D- Z 4d z- OAAu y1 -67 '6A-0 &1 TO: Mayor and Members of the City Council C , z7 FROM: Public Works Department SUBJECT: UNDERGROUNDING UTILITIES AND CONSTRUCTING STREET LIGHTS ON NEWPORT ISLAND (Proposed Assessment District No. 63) RECOMMENDATIONS: 1. Open public hearing on the Resolution of Intention to form proposed Assessment District No. 63. 2. Close public hearing. A. If it is desired to form the district, adopt the following resolutions: (a) Resolution denying protests and making findings. (b) Resolution approving contracts for ownership of utility improvements. (c) Resolution confirming assessments. (d) Resolution awarding the construction contract. (e) Resolution appropriating the sum of $430,000.00 from the General Fund as a short term loan to the assessment district to be repaid with interest until the proceeds from the 30 day cash collection period and the bond sale are received. B. If it is desired to abandon the proceedings, adopt a resolution abandoning the proposed special assessment district and rejecting all bids received on May 19, I('f 1992 for Contract No. 2799 (construction of street, lights on Newport Island). DISCUSSION: On February 11, 1991, proposed Assessment District No. 63 was initiated as a result of a petition signed by the owners of 81 of 117 parcels of land on Newport Island, representing 72.38% of the area of assessable land. Construction of a standard City -owned street lighting system to replace leased lights mounted on wood poles is included as an appurtenant part of the work. Subject: Undergrounding utilities and constructing street lights on Newport Island (Proposed Assessment District No. 63) June 22, 1992 Page 2 Proponents of the district requested that the City pay for undergrounding adjacent to the Newport Island park; however, the staff recommends that the City does not contribute. In the past the staff recommended that the City contribute to undergrounding adjacent to the Tenth Street public beach at half the rate assessed to private property on the basis that the beach is widely used by the general public, but because the neighborhood benefitted more from the improvement than the general public, the City and the neighborhood should share the cost; however, because the Newport Island Park is not used extensively by the public, the staff recommendation is made. The measure of support for a special assessment district is by written protests received prior to the public hearing. In the past, by unwritten Council policy, verbal protests at the public hearing were also counted. Any property owner not protesting is deemed to be in favor of the improvement. The percentage of protest is measured by the amount of assessable land owned by the protesters. The City park is considered non - assessable land. Upon receipt of a majority protest the proceedings must be abandoned; for protests of less than 508:the decision is at the discretion of the City Council. Previous to the public hearing 3 written protests were received representing 2.48 of the area of assessable land. The total estimated cost of the improvement is $675,738.00. 'At the request of proponents of the district, the assessment has been spread on the basis of one equal share of $5,850.55 for each of 114 parcels, and one -half of a share for each of three parcels of land that are less than 2,000 square feet in area, the minimum size of a buildable parcel under current zoning regulations. Each property owner is responsible for arranging and paying for converting service connections to his property. (For future districts, the staff is investigating the feasibility of including conversions on private property in the assessment). The Council has previously appropriated a total of $45,000 for preparation of plans and submission of guaranteed prices by the public utilities, and for the Engineer's Report. If the district is formed, this money will be repaid with interest. If the district is not formed, the money will be lost. The reason for requesting an additional short term loan is so that the public utilities can proceed without waiting for the proceeds of the bond sale. Z• �r, • Subject: Undergrounding utilities and constructing street lights JL on Newport Island (Proposed Assessment District No. 63) June 22, 1992 Page 3 The procedure being used for the special assessment district is the Municipal Improvement Act of 1913. The investigation required by the Debt Limit Act (Special Assessment Investigation, Limitation, and Majority Protest Act of 1931) is included as part of the proceedings. The Debt Limit Act provides that the total of all existing and proposed assessments on any single parcel in the district may not exceed the net taxable value. In District No. 63 the maximum ratio of proposed assessment to full taxable value for any parcel is approximately one -sixth per the 1991 -92 Assessor's net taxable values. Municipal bonds with a period of 15 years will be, issued under the procedure of the Improvement Bond Act of 1915. Bond Counsel, F. Mackenzie Brown, recommends that the final proposal for the sale of bonds be handled at the July 27 meeting of the City Council. The first assessments will be collected with the 1992 -93 taxes. At 7:00 P.M. on June 11, 1992 an informal public meeting was held in the Council Chambers at which time interested people could see the plans and ask detailed questions about their particular properties and assessments, questions which could be answered more appropriately at an informal meeting than at a formal public hearing. Proponents objected to Section IV of the Engineer's Report under which an annual assessment may be levied to pay;the cost of administering and collecting assessments. They prefer to have these costs collected in advance even if it costs more.: The staff agrees and has revised the Estimate accordingly, increasing the estimated cost of bond printing, registering and servicing by $9,000.00; adding estimated costs for cash discounts and interest payable to the General Fund for loans; and reducing estimated construction costs accordingly. This is reasonable and prudent because the lowest responsible bid for street lights plus 10% contingencies was $8,000 under the estimate in the report, and contingencies for undergrounding by the public utilities can safely be reduced because with guaranteed costs, construction cost increases are usually minor. " Subject: Undergrounding utilities and constructing street lights on Newport Island (Proposed Assessment District No. 63) June 22, 1992 Page 4 At 11:00 A.M. on May 19, 1992 the City Clerk opened and read the following bids for Contact No. 2799 (Newport Island Street Lights): Bidder 1. F.J Johnson, Inc. Anaheim 2. D & V Electric Pomona 3. Steiny & Co., Inc. Anaheim 4. Moore Electrical Contracting Co., Inc., Corona Total Did Price $64,622.00 67,899.95 76,000.00 82,130.00 5. AAA Electric Services 49,584.00 Anaheim Staff Findings: The lowest monetary bidder, AAA Electric Service, is not the lowest responsible bidder because: 1. Its bid bond was issued by a company that is not in the Treasury list or authorized by the Insurance Commissioner of California to issue surety bonds in California. Bidders are permitted to submit cash, "a certified check or cashier's check in lieu of a bidder's bond; however, AAA did not do so. 2. AAA Electrical Service has no relevant experience with public works construction. The lowest responsible bid of F.J. Johnson, Inc. at $64,622.00 is 0.4% below the Engineer's estimate of $65,000. The company is a well - qualified electrical contractor who has successfully completed previous contract work for this City and many other public agencies. All work will be done with their own forces. The 1991 -92 budget contains funds for street improvements on Newport Island. If the assessment district is abandoned, the staff intends to proceed with the street improvements at the earliest opportunity. Plans and Tig `4 Subject: Undergrounding utilities and constructing street lights .l on Newport Island (Proposed Assessment District No. 63) June 22, 1992 Page 5 specifications for undergrounding utilities were prepared by the public utilities. Plans and specifications for the street lighting system were prepared by the Public Works Department. project: Following is a proposed schedule for the combined T I *iM* 1992 Jun. 22 a. Council holds public hearing on Resolution of Intention. After closing public hearing, Council declares its intention. b. Council appropriates funds as a loan to the assessment district. C. Council awards contract for street lights. Jun. 24 a. Assessment and liens recorded with County Recorder. b. Construction funds forwarded to public utilities. Jun. 26 Cash collection period notices mailed. Jul. 1 Public Utilities advertise for bids. Jul. 13 Construction of street lighting commences. July 27 Bonds sold. July 31 .Annual Debt Service Schedule transmitted to County Tax Collector. Aug. 15 a. Public utilities commence construction. b. Homeowners begin to convert service connections. Aug. 31 street light construction finished. Nov. 9 Council authorizes City Clerk to advertise for bids to reconstruct streets and alleys on Newport Island. Dec. 15 Public utilities complete undergrounding. ,to Subject: Undergrounding utilities and constructing street lights on Newport Island (Proposed Assessment District No. 63) June 22, 1992 Page 6 1993 Jan. 27 Council awards contract to reconstruct streets and alleys. Jun. 30 Construction of streets and alleys complete. Attached is a sketch showing the district boundary; location of the proposed improvements; properties represented on petitions; properties whose owners have protested; and revised estimate printed on pink paper which should be substituted An the Engineer's Report. Benjamin B. Nolan Public Works Director KLP:so Attachment kf v ENGINEER'S REPORT PART II. ESTIMATE OF COSTS --------------- - --- REVISED JUNE 22, 1992 I. CONSTRUCTION --------------------------------------- 1. EDISON CO. (LUMP SUM) 2. PACIFIC BELL (LIMP SUN) 3. STREET LIGHTS SUBTOTAL CONSTRUCTION CONSTR. CONTINGENCIES 3. TOTAL CONSTRUCTION II. INCIDENTAL EXPENSES ------------------- 4. ENGINEERING (EDISON) 5. ENGINEERING (PACIFIC BELL) 6. STREET LIGHT ENGINEERING 7. ASSESSMENT ENGINEERING 8. CONSTRUCTION INSPECTION 9. CITY ADMINISTRATION 10. PRINTING, ADVERTSING, NOTICES 11. BOND PRINTING, REGISTRATION $ SERVICING 12. FILING FEES 13. INCIDENTAL CONTINGENCIES, INCLUDING INTEREST ON LOANS FROM GENERAL FUND 14. TOTAL INCIDENTAL COSTS 15. TOTAL CONSTRUCTION 16. TOTAL CONSTR. 6 INCID. 17. BOND COUNSEL 18. CONSTRUCTION, INCID. 6 BOND COUNSEL 19. BOND DISCOUNT 20. BOND RESERVE (50 21. FUNDED INTEREST 11. CASH DISCOUNT 22. SUBTOTAL 23. LESS CONTRIBUTIONS 24. BALANCE TO ASSESSMENT 1. PRELIMINARY REVISED CONFIRMED ESTIMATED ESTIMATED ASSESSMENT COST COST 4/22/92 ------------ 6/22/92 6/22/92 ------- - - - - -- ------ -- -- -- $294,014.00 $294,014.00 13046.00 135,746.00 72,000.00 64,622.00 j 501,160:00 494,382.00 50,176.00 37,500.00 1551,936.00 $531,882.00 10,000.00 10,000.00 1,500..00 1,500.00 1,500.00 1,500.00 25,000.00 25,000.00 1,000.00 1,000.00 10,000.00 10,000.00 31000.00 3,000.00 3,000.00 12,000.00 500.00 500.00 14,200.00 15,909.16 69,700.00 80,409.16 551,936.00 531,882.00 621,636.00 612,291.16 6,800.00 7,000.00 628,436.00 619,291.16 13,515.00 15,481.28 33,787.00 30,964.56 0.00 0.00 0.00 ------------ 10,000.00 ------------- ------------ 675,738.00 675,738.00 0.00 --- ----- 0.00 -------- -- -- $675,738.00 ----- ------ - - - - -- $675,738.00 ----------- _ :_:_ :: :::___: = _= .___Z::_: 2 ENGINEER'S REPORT PART II. ESTIMATE OF COSTS --------------- - --- REVISED JUNE 22, 1992 I. CONSTRUCTION --------------------------------------- 1. EDISON CO. (LUMP SUM) 2. PACIFIC BELL (LIMP SUM) 3. STREET LIGHTS SUBTOTAL CONSTRUCTION CONSTR..CONTINGENCIES 3. TOTAL CONSTRUCTION II. INCIDENTAL EXPENSES, 4. ENGINEERING (EDISON) 5. ENGINEERING.(PACIFIC BELL) 6. STREET LIGHT:ENGINEERING 7. ASSESSMENT ENGINEERING 8. CONSTRUCTION INSPECTION 9. CITY ADMINISTRATION 10, PRINTING, ADVERTSING, NOTICES 11. BOND PRINTING, REGISTRATION 5 SERVICING 12. FILING FEES 13. INCIDENTAL CONTINGENCIES, INCLUDING .. INTEREST ON LOANS FROM GENERAL FUND 14. TOTAL INCIDENTAL COSTS 15. TOTAL CONSTRUCTION 16. TOTAL CONSTR. 6 INCID. 17. BOND COUNSEL. 18. CONSTRUCTION, INCID. 6 BOND COUNSEL 19. BOND DISCOUNT 20. BOND RESERVE (R) 21. FUNDED INTEREST 21. CASH DISCOUNT 22. SUBTOTAL 23. LESS CONTRIBUTIONS 24. BALANCE TO ASSESSMENT PRELIMINARY REVISED CONFIRMED ESTIMATED ESTIMATED ASSESSMENT COST COST 4/22/92 6/22192 6/22/92 --------- -- ---------- $294,014.00 --- ---- ------ --- $294,014.00 135,746.00 135,746.00 72,000.00 64,622.00 -------- ------ ----- --------- --- 501,760.00 - -- -- - 494,382.00 50,176.00 37,500.00 $551,936.00 $531,881.00 10,000..00 10,000.00 1,500.:00 1,500.00 1,500.60 1,500.00 251000.00 25,000.00 1,000:00 1,000.00 10,000.00 10,000.00 3,000.00 3,000.00 3,000.00 12,000.00 500.00 500.00 14,200.00 15,909.16 69',700.00 80,409.16 55036.00 531,882.00 621,636.00 612,291.16 6,600.00 7,000.00 628,436.00 619,291.16 13,515.00 15,482.28 33,787.00 30,964.56 0.00 0.00 0.00 10,000.00 675,738.00 675,738.00 0.00 0.00 ------ - - - - -- $675,738.00 -- ---- ------- ------------ $675,738.00 =====ZZ===9= zw=Zzm-XZZZZ c RSSEejjMENT DISTRIC X63 UNDERGROUNDING UTILITIES RND CONSTRUCTING STREET LIGHTS ON NEWPORT ISLAND@. a LEGEND • CONSTRUCT STREET LIGHT ® PROTESTERS ® PETITIONERS C1 THE RIALTO m + �X (WATERWAY) ASSESSMENT DISTRICT BOUNDARY s- X � X ad o 40TH a a ' o a H 39TH k I� • a LEGEND • CONSTRUCT STREET LIGHT ® PROTESTERS ® PETITIONERS C1 THE RIALTO m + �X (WATERWAY) ASSESSMENT DISTRICT BOUNDARY s- RESOLUTION NO. 92-66 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, CALIFORNIA, AWARDING THE CONTRACT FOR THE CONSTRUCTION OF CERTAIN PUBLIC WORKS OF IMPROVEMENT IN A SPECIAL ASSESSMENT DISTRICT WHEREAS, the CITY COUNCIL of the CITY OF NEWPORT BEACH, CALIFORNIA, did publicly open, examine and declare all sealed proposals or bids for doing the work and improvements described in its Resolution of Intention, which Resolution and a "Report" subsequently approved, are hereby expressly referred to for a description of said work and improvements and for all particulars relative to the proceedings for the works of improvement, in a special assessment district known and designated as ASSESSMENT DISTRICT NO. 63 (NEWPORT ISLAND) (hereinafter referred to as the "Assessment District "). NOW, THEREFORE, IT IS HEREBY RESOLVED AS FOLLOWS: SECTION 1. That the above recitals are all true and correct. SECTION 2. That this legislative body hereby rejects all of said proposals or', bids except that herein mentioned, and does hereby award the construction contract for doing said work and making improvements in the Assessment District to the lowest responsible bidder, to -wit: F. J. JOHNSON, INC. at the prices named in the bid of said bidder on file with the transcript of these proceedings and open for public inspection. SECTION 3. That this award of contract is hereby conditioned upon and made subject to the receipt of monies and proceeds from the issuance and sale of bonds. The Contractor shall not commence construction or order equipment until he has received a Notice to proceed. Any progress payment to the Contractor for work completed may be delayed if monies have not been received from the sale of bonds. SECTION 4. That the works of improvement shall be constructed in the manner and form as set forth in the plans and specifications for these proceedings, as previously approved as a part of the "Report ", as required by law and specifically the "Municipal Improvement Act of 1913 ", being Division 12 of the streets and Highways Code of the State of California. SECTION 5. That the Mayor and City Clerk are hereby authorized to execute the Agreement for the works of improvement relating to said Assessment District, and a copy of said Agreement shall be on file with the transcript of these proceedings. SECTION 6. That all monies to pay for the costs and expenses of the above referenced Assessment District shall be paid from the funds as deposited in the Improvement Fund, including any interest earned thereon. APPROVED and ADOPTED this 22nd day of Jung , 1992. 2ATTE T: CITY CLERK CITY OF NEWPORT BEAC STATE OF CALIFORNIA M9kYOR / CITY OF NEWPORT BEACH STATE OF CALIFORNIA I : • STATE OF CALIFORNIA COUNTY OF ORANGE CITY OF NEWPORT BEACH I, WANDA E. RAGGIO, CITY CLERK of the CITY OF NEWPORT BEACH, CALIFORNIA, DO HEREBY CERTIFY that the foregoing Resolution, being Resolution No. 92 -66 , was duly passed, approved and adopted by the City Council, approved and signed by the Mayor, and attested by the City Clerk, all at the regular meeting of said City Council held on the 22nd day of June 1992, and that the same was passed and adopted by the following vote: AYES: COUNCIL MEMBERS HEDGES, WATT, TURNER, SANSONE, HART, COX, PLUNMER NOES: COUNCIL MEMBERS NONE ABSENT: COUNCIL MEMBERS NONE ABSTAIN: COUNCIL MEMBERS NONE EXECUTED this C25zwslay Of 1992, at Newport Beach, California. CITY CLERK CITY OF NEWPORT BEACH STATE OF CALIFORNIA [SEAL] • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BID SUMMARY TITLE Newport Island Street Light Replacement CONTRACT NO.. C -2799 CONTRACTOR C n ? 0 LOCATION: City Clerk's Office TIME 11:00 a.m. DATE May 19 1992 AMOUNT �bF Dt�r� o