HomeMy WebLinkAboutC-2866 - Balboa Peninsula/Balboa Island Alley Reconstructionlid
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768
December 22, 1992
(714) 6443005
Kennedy Pipeline Company
61 Argonaut
Aliso Viejo, CA 92656
Subject: Surety: American Bonding Company
Contract No.: C -2866
Project: Balboa Peninsula Alley Reconstruction,
Balboa Island Alley Reconstruction
Program, Collins Avenue Storm Drain,
33rd, 34th and 43rd Street Improvements
The City Council of Newport Beach on November 23, 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 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
30, 1992, Reference No. 92- 815532.
Sincerely,
Wanda E. Raggio��d -/
City Clerk
WER:pm
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk ?. -/�V•
Cityy of Ne rt Beach
330D Newpor Boulevard
Newport Beach, CA 92663
92- 8155? -ice
RECORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY, CALIFORNIA
12:00
P.M. NOV 3 0 1992
ca a- viWoew Recorder
c9
"Exempt from recording fees
to Government Code Section 6i0� L1
rtCi
rA
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport
Boulevard, Newport Beach, California, 92663, as Owner, and
Kennedy Pipeline Company, 61 Argonaut, Aliso viejo, CA 92656 as
Contractor, entered into a Contract on February 21, 1992
Said Contract set forth certain improvements, as follows:
Balboa Peninsula Alley Reconstruction, Balboa Island Alley Reconstruction
Program, Collins Avenue Storm Drain, 33rd -, 34th and 43rd Street Improvements
(C -2866) - located in the City of Newport Beach, County of Orange
Work on said Contract was completed on July 10, 1992
and was found to be acceptable on November 23, 1992
by the City Council. Title to said property is vested in the
Owner, and the Surety for said Contract is American Bonding Company,
3387 Chicago Ave., Riverside, CA 92507
BY
Tublic Works 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
City Clerk CQiiDf •�
•
U
NOV 2 31992
0
November 23, 1992
CITY COUNCIL AGENDA
ITEM NO. 16
TO: Mayor and Members of the City Council
FROM: Public Works Department
SUBJECT: ACCEPTANCE OF BALBOA PENINSULA AND BALBOA ISLAND ALLEY
REPLACEMENT PROGRAMS, COLLINS AVENUB.STORM DRAIN, 33RD
AND 34TH STREETS STORM DRAIN REPLACEMENT (C -2866)
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 subject
projects has been completed to
Works Department.
The bid price was
Amount of unit price
Amount of change ord
Total contract cost
the satisfaction of the Public
$508,655.20
items constructed 572,056.53
:rs 54,878.99
$626,935.52
The increase in the amount of the unit price items
constructed was due to an error in the original estimate and
additional street paving to correct drainage problems.
Six Change Orders were issued. The first, in the
amount of $7,479.88, provided for replacement of deteriorated
sewer laterals. The second, in the amount of $4,976.22, provided
for removal and disposal of extra thick existing pavement in the
alleys. The third, in the amount of $2,551.10, provided for the
replacement of the street lighting conduit in Collins Avenue.
The fourth, in the amount of $5,068.00, provided for a change in
the 43rd Street paving from asphalt to concrete. The fifth, in
the amount of $6,200.00, provided for the installation of a new
sewer manhole and the adjustment to grade of manholes and valve
boxes. The sixth, in the amount of $28,603.79, provided for the
removal and disposal of an abandoned sea wall encountered under
the South Bayfront sidewalk.
Subject: Acceptance of Balboa Peninsula and Balboa Island Alley
Replacement Programs, Collins Avenue Storm Drain, 33rd
and 34th Streets Storm Drain Replacement (C -2866)
• November 23, 1992
Page 2
Funds for the project were budgeted in the General
Fund, Account Nos. 7013 - 3130005, - 3130007, - 3130056, - 2800001,
- 3130016, - 3130017, - 3210001, the Water Fund, Account No. 7503-
5000002 and the Sewer Fund, Account No. 7533- 5300002.
The contractor is Kennedy Pipeline Company of Aliso
Viejo.
The contract date of completion was July 31, 1992. The
work was substantially completed by July 10, 1992 with final
cleanup completed on August 15, 1992.
a
Benjam n B. Nolan
Public Works Director
• PD: so
40
Release of Stop Notice
TO: City of Newport Beach
Construction Lender (or party with whom Stop Notice was filed)
3300 Newport RTvd., Newport. Reach, ra 92Ar;9
(Address)
You are hereby notified that the undersigned claimant releases that certain Stop Notice
dated July 22, 1992 ,in the amount of$ 25,619.25.
City of Newport Beach
Kennedy Pipeline Co.
owner or public body and
prime contractor
in connection with the work of improvement known as 33rd, 3 4th & 43rd St., N e w p o r t
Beach (Alley Reconstruction)
in the City of Newport Reach I County of Or
State of California.
Date August 24, 1992
Name of Claimant American, Concrete Cutting, Inc.
/ (Firm Name)
v _ � (Signature)
ice President
(Official Capacity) .
VERIFICATION
I, the undersigned, state: I am the Vice President
( "Agent of ", "President of ", "A Partner of ", "Owner of", etc.)
the claimant named in the foregoing Release; I have read said Release of Stop Notice and know the contents
thereof, and I certify that the same is true of my own knowledge.
I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true
and correct.
Executed on August 24,
State of
CA
DateCOPIES
MOW
Z1801100
A
amt
RICA FORM 5 (REV. 2/87)
19 92 at Santa Ana
"
gnature of Claimant or Authorized Agent)
Vol
1,
y AMACAN BONDING CAPANY
BOND NO.: 9232160
PREMIUM s, $218.00
BOND TO RELEASE MONEY WITHELD ON STOP NOTICE
KNOW ALL MEN BY THESE PRESENTS, That we, KENNEDY PIPELINE COMPANY
Of ALISO VTETO. CA
California, herina£ ter call Principal, as Principal, and American Bonding
Company a Corporation organized under the laws of the State of Arizona . and
duly aouthorized to transact business in the State of California,
herinafter called Surety, as Surety are
held and firmly bound unto NEWPORT BEACH PUBLIC WORKS DEPARTMENT , and any
authority, or authorities, board or boards, officer or officers having
control or distribution of money due, or become due under the contract,
hereinafter called obligee in the sum of
TEN THOUSAND NINE HUNDRED SIX
DOLLARS AND 47/100'S Dollars ($ 10,906.47 lawful money of
the United States of America, for the payment of which sum, well and truly
be made, the said Principal and Surety shall bind themselves, their heirs,
executors, admnistrators, successors and esigns, jointly and severally
firmly by these presents. .
THE CONDITION OF TEE ABOVE OBLIGATION IS SUCH, that WHEREAS, the said
Principal was awarded and entered into a written contract, dated on or
about , with the obligee, for
CITY OF NEWPORT BEACH PROJECT 02866 .
and WHEREAS, a certain stop- notice has been filed
against payments which are cue the said Principal in connection with said
contract, in the amount of
$7,270.98 SEVEN THOUSAND TWO HUNDRED SEVENTY DOLLARS AND 98 /LOO'S
BY- - WALT PRIEBE
AND WHEREAS, the said Principal disputes the correctness or validity or
enforceability of the stop notice so filed, and desires that the funds now
due 'him under the prqvisions of said contract shall be delivered to him
notwithstanding said stop notice.
NOW THEREFORE, if the above named Principal shall pay any sum which the
-stop notice claimant may recover on the claim together with his costs of
suit of actioin, if he recovers therein, not exceeding the penal sum of
this bond, then this obligation shall be void, otherwise it shall remain in
`force and effect.
•THIS BOND IS GIVEN AND ACCEPTED under and in accordance with the provisions
of Section 3196 of the Civil Code of the State of California.
Signed, Sealed and Dated this 14TH day of AUGUST 19 92
f
KENNEDY PIPELINE COMPANY
State of CALIFORNIA
county of RIVERSIDE
fin 8/14/92 before me, THERESA I. BDK
DATE NAME, TITLE OF OFFICER. EG..'JANE DOE NOTARY PUBLIC'
personally appeared JCHN A. RUIZ
NAMES) OF SIGNER(S)
® personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is/are
subscribed to the within instrument and ac-
knowledged to me that he /she/they executed
the same in his /her /their authorized
capacity(iss), and that by his /her /their
signature(s) on the instrument the person(s),
:.: THERESA I.BOK orthe entity upon behalf ofwhich the person (s)
!' COMMJ959255 f1
NOTARY PUBLIC •CALIFORNIA p acted, executed the instrument.
RIVERSIDE COUNTY Witness my hand and official seal.
MYComm. Expires March 511996
SIGNATURE OF NOTARY
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL(S)
❑ CORPORATE
OFFICER(S)
TITLE(S)
❑ PARTNER(S)
® ATTORNEY -IN -FACT
❑ TRUSTEE(S)
0 SUBSCRIBING WITNESS
❑ GUARDIAN/CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES)
ATTENTION NOTARY: Although the Information requested below is OPTIONAL. R could prevent fraudulent attachment of this oerfificate to unauthorized document.
THIS CERTIFICATE
MUST BE ATTACHED
TO THE DOCUMENT
DESCRIBED AT RIGHT:
Title or Type of Document
Number of Pages
Signer(s) Other Than Named Above
Date of Document
4 N,,I DI 0%K1
9232160
GENERAL POWER OF ATTORNEY
Know all men by these Presents, That AMERICAN BONDING COMPANY has made, constituted and appointed, and by
these presents does make, constitute and appoint
JOHN A. RUIZ of RIVERSIDE, CALIFORNIA
its true and lawful attorney -in -fact, for it and in its name, place, and stead to execute on behalf of the said Company, as surety, bonds, undertakings and
contracts of suretyship to be given to
ALL OBLIGEES
provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of
ONE MILLION ($1,000,000) DOLLARS
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the
Board of Directors of the Company on the 15th day of November, 1991.
"RESOLVED, that the Chairman of the Board, the Vice Chairman of the Board, the President, an Executive Vice President or a Senior Vice President or a Vice President
of the Company, be, and that each or any of them is, authorized to execute Powers of Attorney qualifying the attorney -in -fact named in the given Power of Attorney to execute In
behalf of the Company, bonds, undertakings and all contracts of suretyship; and that an Assistant Vice President, a Secretary or an Assistant Secretary be, and that each or any of
them hereby is, authorized to attest the exacullon of any such Power of Attorney, and to attach thereto the seal of the Company.
FURTHER RESOLVED, that the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto
by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when w affixed and in
the future with respect to any bond, undertaking or contract of suretyship to which it is attached.'
In witness Whereof, AMERICAN BONDING COMPANY has caused its official seal to be hereunto affixed, and these presents to be signed
by one of its Vice Presidents and attested by one of its Assistant Vice Presidents this 16th Day of July, 1992.
William Kenzie, Assistant Vice President�
STATE OF ARIZONA
COUNTY OF PIMA
AMERICAN
0 a — "(i By
II�SEA��
11Y1)0 t J:
COMPANY
President
On this 16th day of Jury , 1992 , before me personally came James M. Boylan, to me known, who being by me duly sworn, did
depose and saythat he is a Vice President of AMERICAN BONDING COMPANY, the corporation described in and which executed the above instrument;
that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the
Board of Directors of said corporation and that he signed his name thereto by like order.
ISTI AL SEAL
CHRIS CI TUR�fl
NOTARY PUBLIC NOTARY 7U PUBLIC
•q NOTARY PUBLIC
. My Commission Explros Imy Commission Expires March 10, 1995
MercM1 30, 1995
CE
I, the undersigned, an Assistant Secretary of AMERICAN BONDING COMPANY, an Arizona corporation, DO HEREBY CERTIFY that the
foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore that the Resolution of the Board of Directors,
set forth in the said Power of Attorney, is now in force.
Signed and sealed at the City of Tucson, in the State of Arizona Dated the 14th day of August , 1992 .
SEA Florence E. Robert, Assistant Secretary —
+oss .
It
STOP NOTICE
NOTICE TO WITHHOLD TO HOLDER OF FUNDS
TO: City of Newport Beach
(Name of owner, construction lender or public officer)
Alley Reconstruction, Newport Beach
(Address of owner or construction lender)
YOU ARE HEREBY NOTIFIED THAT the undersigned claimant,
American Concrete Cutting. Inc.
af_1
t9
R
RECEti��D
JO em2 v
tiEYf�t BFACM
(Name and address) U
has furnished or has agreed to furnish concrete cutting services
(labor, services, equipment, materials)
-a
HOLDER OF FUNDS. '
0
is
of the following kind labor, Flatsaw, Handsaw, Bobcat /Ram /Hoe, 943 Ram /Loader ,
(general description of labor, services, equipment or materials)
to or for Kennedy Pipeline Co. for the work improvement, located at, or known as:
(name of person to or for whom furnished)
33rd, 34th A 43rd St , Newport Beach
(address, legal description, description of site or project identification)
The amount in value of the whole agreed to be done or furnished by claimant is $ 81 , 824 . 31
The amount in value of that already done or furnished by claimant is $ 81 , 824 . 31
Claimant has been paid the sum of $ 56, 205.06 , and there remains due and unpaid the sum of $ 25, 61 9.25
plus interest thereon at the rate of 7 per cent per annum from 5/30 T!P_2 .
YOU ARE HEREBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST.
Dated: July 22, 1992
STATE OF CALIFORNIA
e ss.
Oran
COUNTY OF g
American Concrete Cutting, Inc.
Name of Claimant
620 Poinsettia, Santa Ana
92701 Address of Claimant
She 1 a n e W. Chow , being duly sworn, deposes
and says: That _he is the persords) who signed the foregoing Step Notice; that —he has read the same and knows the contents thereof
to be true of L-1-sown knowledge, except as to any matters or things that may therein be stated an h - information and belief and
as to those matters and things _he believes them to be true.
IL
zap c�
Subscribed and sworn t before me ^ _
60WAI SEAL
'
this �-2 n day of 191 �71 REBECC S. STRAR I
j NOTARY GE COUNTRNI '<LI;t1YtL
f• ORANGE COUNTY 1 f
Notary Public and in and said S e 1 {'�..,.�►6D•SeD• 4[M ��R!
•.•. III UL 2 T 1992 �
Al�ap� atAm
M& standard Form nova. ma.t awl " 1c
PoeMma m salt Sold ver 0 you doubt 700 altprt 41� I� as DI
STOP NOTICE and make ehaa{q tROCer b Tom t+�= ^'r^�•, Caosult •lawyer a yoo doubt We lormr Fm your
TYOLCOTTa FORM 091 Ray. Y -TR (p .clousa) _ /
Y
}
� � Y
r
PUBLIC WORKS STOP NOTICE
TO: NEWPORT BEACH PUBLIC WORKS DEPARTMENT
YOU ARE HEREBY NOTIFIED that the undersigned claimant, WALT
PRIEBE, an individual, furnished labor, services, materials and
equipment to KENNEDY PIPELINE COMPANY and CONCORP CONCRETE,
pursuant to that certain contract made between NEWPORT BEACH
PUBLIC WORKS DEPARTMENT and KENNEDY PIPELINE COMPANY for that
certain public work of improvement consisting of the City of
Newport Beach Project #2866 and which is and was the whole of
said labor, materials, services and equipment agreed to be
furnished by claimant;
The contract price of said labor, materials, services and
equipment was and is the sum of Thirty Dollars and Thirty -Six
Cents ($30.36) per hour for regular time labor, Forty -Five
Dollars and Fifty -Four Cents ($45.54) per hour for overtime
labor, Thirty Dollars and Thirty -Six Cents ($30.36) for loading
time, Twenty -Five Dollars ($25.00) per hour for tractor rental,
and Six Hundred Dollars ($600.00) per month for stomper rental;
said sums were and are the reasonable value thereof; there has
been paid and credited thereon the sum of One Thousand Four
Hundred and Seventy -Five Dollars ($1,475.00); and there is now
due and owing to claimant, for and on account thereof, the sum
of Seven Thousand Two Hundred Seventy Dollars and Ninety -Eight
Cents ($7,270.98), in lawful money of the United States, after
's 4
deducting all just credits and offsets, and the same has not
been paid.
WHEREFORE, the undersigned claims the benefit of the law
given to laborers, materialmen and others under and by virtue of
the provisions of Division 3, Title 15, Section 3103 and
Sections 3181 to 3214 of the Civil Code of the State of
California, and prays that you withhold from said original
contractor, KENNEDY PIPELINE COMPANY, sufficient money that may
be due it or that may become due it for said work to answer and
pay the amount of this claim, to -wit: Seven Thousand Two Hundred
Seventy Dollars and Ninety -Eight Cents ($7,270.98).
Dated this 26th day of June, 1992.
WALT PRIEBE
VERIFICATION
I, WALT PRIEBE, declare that I am the claimant named in the
foregoing claim. I have read said claim and know the contents
thereof and the same is true and contains, among other things, a
correct statement of claimant's demands after deducting all just
credits and offsets.
I declare under penalty of perjury that the foregoing is
true.
Executed on the 26th day of June, 1992, at San Diego,
California.
�
�% x2
WALT PRIEBE
At
8y THE CITY COUNCIL
CIT Y OF NEWPORT BEACH
APR 2 71992
,,. .;/
TO: City Council
FROM: Public Works Department
3
April 13, 1992
CITY COUNCIL AGENDA
ITEM NO. --
Z -3
e - Zf66
SUBJECT: LETTER FROM MR. RALPH MILLER REGARDING ELECTRICAL
SERVICE BOX AT COLLINS AVENUE AND SOUTH BAY FRONT,
BALBOA ISLAND.:..
RECOMMENDATION:
Uphold recommendation from Utilities Committee and
staff to retain the electrical service box in its
present location.
DISCUSSION:
In March 1992 a new pedestal mounted electrical service
box which houses an Edison meter and disconnect service breakers
for both a new electrically operated storm drain tide valve and a
• street lighting circuit was installed in Collins Avenue at South
Bay Front on Balboa Island. The location is adjacent to property
at 600 South Bay Front.
Mr. Ralph Miller of 600k South Bay Front has addressed
a letter to the City Council objecting to the location of the
electrical service box. Mr. Miller and his neighbors, Mr. and
Mrs. Gene Baum, object to the location primarily because of
esthetics reasons. Mr. Miller has also expressed concerns with
the location related to safety. Mr. Miller and the Baums believe
the electrical service box should be located on the telephone
pole in the alley which crosses Collins Avenue parallel to South
Bay Front, similar to other locations with electrical services
mounted on telephone poles. A sketch is attached showing the
area involved. Also attached are copies of photographs showing
the installation in question.
The Utilities Department, which is responsible for
maintaining the City's electrical services, has found that
electrical service boxes mounted on telephone poles in narrow
alleys are quite susceptible to damage. On a number of occasions
such installations have been struck and damaged by trucks or
moving vans. Repairs have cost up to $1,000 for each incident,
and the function being served (street light circuit, storm drain
tide valve etc.) is sometimes interrupted. For this reason the
City is attempting to phase out existing pole mounted electrical
services, and designing new services to be pedestal mounted
rather than pole mounted.
•
Y
M
0 •
Subject: Letter from Mr. Ralph Miller regarding Electrical
Service Box at Collins Avenue and South Bay Front,
Balboa Island
April 13, 1992
Page 2
This matter was reviewed by the Utilities Committee at
a meeting on March 25, 1992. The Committee concurred that the
electrical service should remain at the present location.
ajcu�' a, U
Benjamin B. Nolan
Public Works Director
BBN:so
Attachments:
1. Letter to Council from Mr. Miller dated March 21, 1992.
2. Letter from Utilities and Public Works Departments to
Mr. Miller dated March 30, 1992.
3. Memo from Utilities Department to Public Works
Department regarding experience with pole mounted
electrical services.
4. Area sketch.
5. Photographs of installation.
Ralph A. Miller
Office
3,a 1j
Residence
333 East 17th Street, Suite E`
Costa Mesa, Calif. 92627
C� ..::1 � TO:
600112 South Bay Front
Balboa Island, Calif. 92662
714 -645 -8819
714- 675 -5554
0 G ^{lme7
March 21, 1992
attY:ger
Mr. Phil Sansone, Mayor of Newport Beach
❑ k.t�rl�6y
0 B: *.1. Dir. ,
RECOVER
Members of the City Council of Newport Beach
C! : -'�'rY fir•
lgg2
0 Newport Beach Blvd.
33Q p
❑
Dh
CITY CLERK
Newport Beach, Calif. 92663
�68t1 tit
Q ! CC Ciie�
GTYOF
NEWPORT eERCN '
Re: Storm Drain 2 -24 -92
r'�f Sir
❑ (fter
Dear Mr. Mayor and Members of the City Council:
We are Helen and Ralph A. Miller and reside
at 600 South Bay Front, Balboa Island,
Calif. 92662. My Mother-In-Law of aw first wife, who has passed
away, and who liv®
downstairs in our duplex is 91 years of age.
We are holders of an undivided half -
interest each. I manage everything concerned
with the residence.
It is my understanding
that if and when she may pass away her half
goes to my children.
I understand a directive was distributed to all of the property owners concerned with
the work to be done in the area.
111E never received any notification. We live in a duplex and it is possible some one
may have left a notice downstairs but unfortunately there are two San Salvadorians who
take care of Tny Mother -In -Law who do not speak English too well and if a notice had
been left they may have thrown it away as "Junk Mail ". We did not receive any notice
upstairs.
We had been on a vacation from 2 -13 -92 to 2 -21 -92 visiting Wayshington, DC and Florida.
On 2 -24 -92 I noticed the concrete being removed in the alley between Collins and
Tgrquoise. I inquired of the workman and found out a new concrete alley was in the
process of constrtiction.
On 2 -28 -92 someone started to dig a trench between my propertyline and i�te sidewalk.
I asked the man who was doing the work what was going on and he told me a conduit was
going to be laved for a power line that would be used to control the proposed new flood
control gate. I asked him who was in charge and he told me Jeff Staneart of the
Utilities Department of Newport Beach. I called Jeff Staneart the same day . He said
he would come out to the location and discuss the project with me.
On March 2, 1992 Mr. Stansart came out and we discussed the project. I objected to
the placement on the Electric Service Pedestal within 8" of my property line which
places the Pedestal between my property line and the sidewalk. He told me the box
would be 37" high and appraximately 14 "X 16" in diameter. I asked him why it could
not be placed on the telegraph pole in the alley. He said it had been discussed but
they thought it would be better to place it where they originally started to place it.
In order to place it on the telegraph pole we would have to get permission from the
Southern California Edis•ion Company. The box is actually 16X18W...
Phyllis and Gene Baum, who live across the alley from my home had seed an interest
in talking to Mr. Staneart because they did not like the location Orc service.
Ralph A. Miller
Office
333 East 17th Street Suite E
Costa Mesa, Calif. 92627
714 -645 -8819
Page 2 Storm Drain 2 -24 -92
Residence
600'/2 South Bay Front
Balboa Island, Calif. 92662
714 - 675-5554
On March 10, 1992 Mr. Staneart came out and talked to Gene Baum and me. The Baum's
are very disturbed about the placement. The three of us discussed other locations
especially placing it on the telegraph pole but Mr. Staneart still felt the current
location was the best. I told him I would call the Edison Company and discuss the
possibility of placing the Service on the telephone pole behind TV home. Intnidently
the power comes from the pole anyway.
On March 11, 1992 I called the Edisoh Company and talked to Mr. Chris Cartwright who
is in charge of the area where the work is being done. He told no the EdislitnlCompany
had allready given the City permission to piece the Service Box on the Telephone Pole.
He even stated he had the plans and approval on his desk. I asked him who I should
contact in the Newport Beach Public Works Department. He told me Mr. Lloyd Dalton who
is the Design Engineer on the Administration staff of the Public Works Department.
I talked to Mr. Dalton and he too was aware of the project and said it had been approved
to be placed on the Telephone Pole. He said he would have Mr. Stewart call me.
By March 13, 1992 I had not heard from Jeff Staneart so I called Mr. Dalton again and
I was referred to Mr. Ben Nolan who is Director of Public Works. He was aware of the
case and said he would come out to see the project either Friday afternoon of Monday
morning.
On Monday March 16, 1992 I had not heard from Mr. Nolan by 11:00 AMso I called his
office and was told he would be out after 2:00 PM. Mr. Nolan came by and we discussed
the project. He stated he was going to look at some other locations on the Island and
I should call him Tuesday afternoon. I called him Tuesday and he remained firm on
the present location. I told him I was going to take it up with the City Council.
I am greatly concerned about the location oY the Electric Service Pedestal._. -Here are
some of my concerns:
1. It is very dangerous -if a car should hit the service with the rear and of the
vehicle and some of the gasoline should be discharged at the time as "ARC"
wound occur there could be an explosion or fire and cause serious damage
to the vehicle and my residence.
2. It is very dangerous to pedestrians, kids on skates, scooters, skate boards,
bikes or kids just running right into the pedestal. I had some 3" galvanized
pipes filled with concreteplaced near the rear corner of my garage for
protection and they have been hit several times.
3. Vehicles are constantly coming down our strest(collins) looking for th^�' rry.
When they find they are on the wrong street they turn around in the two -driveways
or in the center of the street or in the alley to get back to Park Street. In
the past I have washed my cars on Satanday mornings on the street next to nT
residence and many motorists have asked me where the Ferry was located.
4
• . � \ � .
'
I
J
,�
' `i
�
I
Office
333 East 17th Street, Suite E
Costa Mesa, Calif. 92627
714 -645 -8819
Page 3
Ralph A. Miller
Strom Drain 2 -24 -92
0
Residence
6W' /z South Bay Front
Balboa Island, Calif. 92662
714- 675 -5554
4. Phyllis and Gene Baum are very unhappy with the placement of the Electric
Service Panel.
5. It is an eyesore and affects the aesthetics value of my home. My home is
valued over $1,000,000 and that Electric Service Pedestal placement does not
enhance the value br is compatible with the area.
Today 3 -21 -92 I walked around both Islands trying to locate other Service Panels.
There are several on telegraph poles and I only found one similar to the one placed
near my property and that one was right next to the telephone pole.
My Attorney suggested I proceed through the City Council first before I consider
any other action.
I would greatly appreciate your consideration of placing the Electric Service
Pedestal up on the telegraph pole which would be like most of the other placements
on the Island,
Yours truly,
lrA�e? //WA9,1
Ralph A. Miller
gOTICB TO'
C t
V,00 toy
4 feet J
nidewalk*,.:
-fide 23cM
fill r also
"d 'gutter;'
I ut h Pam 41,
work zik
dr traiii' C
yen
ITY.OF NENV?CIRT BEACH
:i PUBLIC WORK' DEPARTMENT
BOX 1768, NEW POR T BEACH, CA 92659-1768
(714) &4-3311
992
ANSrAMME-STORM DRAIN AND BALBOA
iN%ykJZY'RZCONSTRUCT13Nr C-2866
*arded a.' contract to Kennedy -Pipeline Company
istruc-tiel(,storm, drain �Ln Collins Avenue from Par1K:'Aven1
�-ithe'j.Sollth .'Bay Front beach,, and -in the South,4Bay, I
i$(Collini'Ayenue'to Sapphire Avenue as shown on-'fh's-rel
41 &044-4,-Ai*ng-.Co3.lins..Avenue and South Bay Front -thei
Aude some reconstruction of the sidewalk, driveways...
and roadway pavement. In addition, some alleys.,,nori
rout' between Turquoise Avenue and Grand canal-1%,wil
9 "asjshown on the reverse side Zzhibit 21B'#.
require temporary dr:t--eway access, alley access,:;�
restrictions. estrictions. in add..*Lion, the South Bay Fro
td topedestrian traffic between Collins Avenue an, IS
;t,th� construction of ,.-he storm drain and reconstructi,
along.the South Bay front.
. �v_vilk be resficting xacess to yo!r, residence .from
7- &41
to 3e
rk im'"
!%,-�,
,,g,,Jdgni will be posted two (2) days prior to the acce
that vehicles parked on the streets or'.w6rk,,si
3 .*tQw6d,,,away,�io permit construction. We request that you obaer dk,ftif ",barricades, , and ar.1 other traffic controls,, �,aM�Aw
hive arrangements , for parlIng vehicles that you wish to
tSk4fiatiicted period. Em(rgency vehicles will, of COU]
mccess if.they are needed.
ing , thes,. street • „, and alley construction, you may park along nearby
Crests posted with "No Parking” s.-" gns during street sweeping, days " only
tf tae . ,Ax*re covered by the Contractor. :'The city's refusd',picktip
�.ril? c6ntltue. on its normal sc.iedule. Please have * .-your;'.,refuia
!6r,.ainers- available or
pickup the nearest street i-:*nd,'-`t0
vl YOIW
.661dr.nce prior to 7:oo 4,me.
Ak.in most construction projectsi'ilie work will create a certain amount
of unavoidable public inconvenien,.,e. Your cooperation in making this
ptoject successful will be greatly appreciated. If you.,',have:i�Caih#
questions concerning this project, please call Kennedy Pipeline COMPIM
at,(714) 380-8363, or us at (714) 614-3311. 04,
Very truly, ours,
Steve Lui ind,�:Gilj Tfong, -P j 0 M ers
g168
Newport iarT,Tevirport Beach
41
1_1�
C�
0
CITY OF NEWPORT BEACH
,1992
P.O. BOX 1768 :WEWPORT BEACH, CA 92659.1768
Mr. Ralph A. Miller
600'h South Bay Front
Balboa Island, California 92662
Subject: City of Newport Beach Street Light Pedestal
Collins Avenue Storm Drain & Alley Improvement Project
Dear Mr. Miller:
A copy of your letter of March 2151,1992, to Mayor Sansone and the City Council has been
forwarded to our attention for a response.
The electric service pedestal installed adjacent to 600 South Bay Front on Collins Avenue
has been done in accord with City Standards for such facilities. This electric service
pedestal will house an electric meter and disconnect circuit breakers ( "on" & "off" switches)
for both the new storm drain tide valve at the street -end and the City's street lighting
• system. It is an important improvement to the City's ability to manage flooding and fides.
via the storm drain system.
In response to your comments on notification, written notice of this project was first given
July 1991, when the improvements were to be installed under a larger contract [C -2855]
awarded to Guild Construction. The Collins Avenue work was deleted from that contract
when the contractor had financial difficulties and defaulted. Notice of the work under the
current contract was given in February 1992.
One of the key concerns you raise about the current location of the pedestal is the potential
for vehicle impact damage. The City concurs whole - heartedly with your concern. It is for
exactly this reason, that the current location was selected as the optimum location. The
City believes that the electric service would be much more susceptible to vehicular
damage if it were to be mounted on the power pole in the narrow alley. The Utilities
Department has prior experience which supports this opinion. In other instances where
pole- mounted electric services have been permitted by Southern California Edison, they
have a history of damage from vehicle impacts.
The Design Section of the Public Works Department, after leaming of your concerns,
contacted the Southern California Edison Company about the possibility of placing the
• electric service meter on the power pole. Edison indicated that they typically do not allow
pole- mounted installations, however, they permit such installations in special circumstances
and upon special request from the local agency. The City does not believe a pole- mounted
electric service is appropriate.
With respect to your comment on the potential for danger from "explosion due to the
rupture of a vehicle's gas tank ", the City believes that this is highly unlikely, inasmuch as
vehicle gas tanks are designed to withstand all impacts less than 20 mph. Given the current
location at the back of the sidewalk on the dead -end street, it is extremely unlikely that any
vehicle impact would occur. It is even more unlikely that such an impact could
conceivably result in a rupture of the gas tank of the vehicle.
3300 Newport Boulevard, Newport Beach
0 9
•
•
• 1er Street light Pedestal
6001A South Bay Front
March 30th, 1992, page 2
Aesthetically, the City agrees that electric service pedestals are "not the prettiest things in
the world ". However, as discussed with Mr. Staneart at your meeting on March 2nd, 1992,
the pedestal finish has been made of stainless steel and the pedestal is not visible from
• any door or window from your residence. Additionally, the pedestal does not block any
portion of any view of the bay from your residence or any other building or residence.
Every effort has been made to provide for the least objectionable installation while still
meeting City Standards, and providing an installation that is safe and practical from a
maintenance and repair standpoint. The City believes that the current location is
appropriate and preferable to all other alternatives.
The City understands your interest and concern. The matter has been reviewed by the
Utilities Committee of the City Council at their meeting on March 25th, 1992. The
Committee approved staffs recommendation to affirm the present pedestal location at
that meeting. The City Council will review your letter and consider the matter at their
meeting on, Monday, April 13th, 1992.
In the interim, if you have any questions, please call me at 644 -3311 or Jeff Staneart at
644 -3011.
Very truly yours,
Benjamin B. Nolan, P.E.
Public Works Director
JS:sdi
cc: Phil Sansone
City Council
Kevin Murphy
•
11
J ff Staneart, P.E.
( cling) Utilities Director
aw
• f
MEMOROMDUM
DATE: March 18, 1992
• TO: Ben Nolan
Public Works Department
FROM: Jeff Staneart
Utilities Department
S(IB)ECT: Collins Avenue Storm Drain & Street Light Project: Balboa Island
Electrical Meter Pedestals vs. Pole- mounted Meter Services
In accord with your request, I have prepared this memo as a summary of the
Utilities Department's experience with pole- mounted electric meters and disconnect panels and to
offer an opinion regarding the new electric service pedestal adjacent to 600 South Bay Front on
Balboa Island.
The Southern California Edison Company has a policy of not allowing pole -
mounted electric services. In the past, SCE has permitted pole- mounted services under extenuating
circumstances. In general, if the local agency requests pole- mounted service and none of the four
pole quadrants are committed on the pole in question, the request is granted.
The City has several dozen pole - mounted services throughout the City. Pole -
mounted services have been contrary to City standards for the last decade and are being phased out
wherever possible. In the areas of the City where power poles are located in narrow streets and
• alleys, the existing pole - mounted services have been a particular problem.
In the last 8 years there have been at least 11 incidents of vehicle- caused damage
to pole- mounted electric services. Documentation is sketchy for the older incidents. However, a
summary of some of those incidents is as follows:
• Pole- mounted electric service hit by moving van in alley behind North Bay Front & Collins
Avenue on Balboa Island. $1,000 damage. Repairs by City forces.
• Pole - mounted street light disconnect box at 32nd Street & Marcus Avenue damaged. Hit & run
vehicle damage. $800 damage. Repairs by City forces.
• Pole - mounted meter service disconnect for storm drain tide valve control in alley between Coral
& Sapphire at Marine Avenue damaged. Hit & run vehicle damage. $550 damage. Repairs
by SCE & City forces.
• Tide valve control disconnect on pole in alley behind South Bay Front at Pearl Avenue
loosened by vehicle impact. Minor mounting damage tripped breaker. Repairs by City forces.
Pole - mounted traffic signal power meter and disconnect at 28th Street & Newport Boulevard
struck by vehicle. $475 damages. Repairs by contractor and City forces.
• • Sewer lift station electric meter and disconnect switch in alley between Diamond and
Sapphire struck by vehicles so many times that City had it re- mounted high up on power
pole. This service is slated for replacement by the City. Its location is a violation of the
National Electric Code and OSHA standards for the proximity of electrical disconnects. Every
time it is necessary to trip or reset the breaker a ladder is needed.
The installation of the pad - mounted electric service pedestal on Collins Avenue at
South Bay Front is a 200 -amp pedestal to perform a dual purpose. It is for control of the new
electric storm drain tide valve and for control of the street lighting in the area. The pedestal has
been installed in the public right-of-way in exact accord with the City's "Standards for Public Works
Construction ". Refer to Standard Drawing STD - 202 -L.
My of Newport Beach
UltMes DepammeM
WILL,
7
Nolan Electric Pedestal Memo
March 18th, 1992 3
The pedestal has been placed in location where it is out of the normal turning
• radius of any vehicle attempting to enter or leave the South Bay Front alley at Collins Avenue.
The pedestal as installed, is not visible from any window or door from 600 South Bay Front. The
pedestal does not block egress or ingress to any building, garage or entry. It does not block any
view of the bay or waterway from any residence.
The resident of 600 South Bay Front, Mr. Miller has complained about'the current
location of the electric pedestal because of aesthetic reasons. His neighbor, Mr. Baughm at 106
Collins has also expressed a desire to relocate the electric service onto the power pole in the alley
behind 600 South Bay Front.
The Utilities Department does not support this request. The power pole in that
location is in a narrow alley near the vehicle entrance. It is very probable that allowance of a
non- standard electric service on the pole would be damaged by a passing vehicle.
The present location is appropriate. If you have questions, please call me at
extension # 3011.
•
JS: sdi
cc Pete Antista
Herb VVollerman
Jim McAfee
•
JCFF 477 r KART
Jeff Staneart, P.E.
(Acting) Utilities Director
ELECTRICAL SERI/ I SOX
COLLINS AVENUE STOR�DRAIN
l
A
SCALE 1" c 60'
•
4?&. /�.f
•
15' ALLEY
4�
a \
•660• •610• I •610• •611• •610• I •a16• I •66o• I •m.
SOUTH HAY
Z 0)
M
a
a�
Ud
g
sl I a.
NE1'1*P03RT BAY
rr
a �,vENVE
-I 0
1 ., .
MM M7 j w a
w
y
a
a
-I 0
1 ., .
MM M7 j w a
0 0
•
•
•
0, q
it
l
PEDESTAL MOUNT -
M/LLER HOUSE UdklMD
sri,�
•
ALI--.�51 Olo SOt BAYP'rowZ
r10 Co wig 4S Prvg
C 0 L '. 0J•1': ! V F, — iT
5 i-
PEDESTAL /P76011T -
=AC/NG SO. 13 AY FAO)uT
n 0
troli�ovm�r
Lvi \y l9i
E LEPNONc POC.E LOGAT /o N T'YPIGAL C5MA4-1,Ek) POLE
REQVES D� 6Ay/tii N005E 0;&. (WP MOUNTED S�2ylC.F-
I�
I
i
0
•
C
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658-8915
TO: FINANCE DIRECTOR
FROM: CITY CLERK
DATE: February 24, 1992
(714) 644 -3005
SUBJECT: Contract No. C-2866
7, - 2_l - f 2-
Description of Contract Balboa Peninsula Alley Reconstruction,
Balboa island Alley Reconstruction Program, Collins Avenue Storm
Drain, 33rd, 34th and 43rd Street Improvements
Effective date of Contract —February 21, 1992
Authorized by Minute Action, approved on February 10, 1992
Contract with Kennedy Pipeline Company
Address 61 Argonaut
Aliso Vieio, CA 92656
Amount of Contract 508,665.20
e 4e
Wanda E. Raggio
City Clerk
WER: pm
Attachment
3300 Newport Boulevard, Newport Beac4
City Clerk
F
NOTICE INVIU
Foaled bids way be received at the Of We of the CityY Clerk.
4.Neccport Boulevard, P, 0. Box 1768, Nalpoot Beaoh EA -1768
until 11.00 a.m. on the 30th day of )aiivar 1992,
at cch� bids �iaTibe openedl and for
Balboa Peninsula Alley Reconstruction
Balboa Island Alley Reconstruction Program
Collins Avenue Storm Drain, 33rd, 34th, and Ord Street Improvements
Title of Project
E�
C -2866
Contact PTo.
$577,000.00
grcr�TS Estimate
Reproved by the City Council
thisy1tlyday of .lanuary 1992.
/Z" lo4� 40Oz-1t2
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, 3388 Newport Boulevard,
P. 0. Box 1768, Newport Beach, CH 92659 -1768.
Gilbert Wong
For further information, call i n Lu at 644 -3311.
roject anager
0 0
-.AMA
iPR 1.2
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 3,760 Remove existing alley approach
Square Feet and construct P.C.C. alley approach
@ Five Dollars
and
00 /100 Cents $ 5.00 $ 18,800.00
Per Square Foot
5. 12 Remove existing pavement and
Tons construct A.C. patch back
@ Three Hundred Fifty Dollars
Four and
on /inn Cents $ 354.00 $ 4,248.00
Per Ton
6. 4,350 Remove existing pavement and
Square Feet construct P.C.C. patch back
@ Four Dollars
and
Fifty -Seven Cents $ 4.57 $ 19,879.50
Per Square Foot
7. 180 Remove existing 8 -inch sanitary
Linear Feet sewer and construct new 8 -inch
sewer main
@ Eighty -Five Dollars
and
00 /100 Cents $ 85.00 $ 15,300.00
Per Linear Foot
s. s0 Remove existing and construct
Linear Feet sewer lateral
@ Seventy -Five Dollars
and
00/100 Cents $ 75.00 $ 6,000.00
Per Linear Foot
9. 54 Construct sewer lateral
Each cleanout
@ Four Hundred Dollars
and
00 /100 Cents $400.00 $ 21,600.00
Per Each
y , PR 1.3
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
10 1 Construct sewer main terminal
Each cleanout
@ Three Hundred Seventy Dollars
and
00 /100 Cents $ 375.00 $ 375.00
Per Each
11. 30 Remove exist. and Construct
Linear Feet P.C.C. retaining wall
@ Seventy -Six Dollars
and
Seventy Cents $ 76.70 $,2,301.00
Per Linear Foot
12. 950 Remove Exist. and Construct
Linear Feet Type "A" P.C.C. curb and
gutter
@ Twenty -One Dollars
and
Sixty Cents $ 21.60 $20,520.00
Per Linear Foot
13. 38 Remove exist. subgrade and
Tons construct aggregate base
@ Fifty Dollars
and
00 /100 Cents $ 50.00 $ 1,900.00
Per Ton
14. 29 Construct asphalt pavement
Tons
@ Seventy -One Dollars
and
00 /100 Cents $ 71.00 $ 2,059.00
Per Ton
15. 160 Remove existing pavement and
Square Feet construct P.C.C. cross gutter
@ Six Dollars
and
Twenty Cents $ 6.20 $ 992.00
Per Square Foot
• i
PR 1.4
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
16. 360 Remove existing and construct
Square Feet P.C.C. curb access ramp
@ Four Dollars
and
Sixty -Six Cents $ 4.66 $ 1,677.60
Per Square Foot
17. 16 Provide and install geotextile
Square fabric
Yard
@ Fifty Dollars
and
00 /100 Cents $ 50.00 $ 800.00
Per Square Yard
18. 7,500 Remove exist. and construct
Square Feet P.C.C. sidewalk
@ Two Dollars
and
Ninety -Five Cents $-2.95 5'_2.125.00
Per Square Foot
19. 325 Remove exist. pavement and
Square Feet construct P.C.C. driveway
@ Five Dollars
and
Forty -Five Cents $ 5.45 $ 1,771.25
Per Square Foot
20. 4 Remove existing and construct
Each curb inlet type OL -A per CNB
Std.- 305 -L, L=5'
@ Thirty Two Hundred Dollars
and
00 /100 Cents $3,200.00 $12,800.00
Per Each
21. 200 Construct 15" storm drain
Linear Feet with trench resurfacing
@ Forty -Five Dollars
and
00 /100 Cents $ 45.00 $ 9,000.00
Per Linear Foot
Y f
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMEN
PROPOSAL
•
BALBOA PENINSULA ALLEY RECONSTRUCTION
BALBOA ISLAND ALLEY RECONSTRUCTION PROGRAM
COLLINS AVENUE STORK DRAIN
33rd, 34th, AND 43rd STREET IMPROVEMENTS
CONTRACT NO. 2866
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
P.O. Box 1768
Newport Beach, CA 92659 -1768
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 work required to complete this
Contract No. 2866 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
@ Forty Thousand Dollars
and
00/100 Cents $40,000.00
Per Lump Sum
2. 30,050 Remove existing alley pavement
Square Feet and const. 6" thick P.C.C.
pavement
@ Three Dollars
and
Sixty -Two Cents $ 3.62 $ 108,781.00
Per Square Foot
3. 4,310 Remove existing alley pavement
Square Feet and construct 6" thick P.C.C.
strip gutter
@ Four Dollars
Seventy -Six and 4.76 20 515.60
Cents $ $ ".
Per Square Foot
i • ` PR 1.5
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
22. 8,175 Remove existing pavement
Square Feet and construct new 8" thick
P.C.C. pavement
@ Four Dollars
and
Eighty -Mee. Cents $ 4.03 $ 39,4$5.25
Per Square Foot
23. 700 Construct 15" storm drain
Linear Feet
@ Forty Dollars Dollars
and
00 /100 Cents $ an_nn $ �R nno.nn
Per Linear Foot
24. 100 Construct 18" storm drain
Linear Feet
@ Forty -Seven Dollars
and
00/100 Cents $ 47-nn $ 4 7nn.nn
Per Linear Foot
25. 410 Construct 24" storm drain
Linear Feet
@ Fi fty-Fi aht Dollars
and
nn /in Cents $ 58.00 $ 23,780.00
Per Linear Foot
26. 60 Construct 24" A.C.P. storm
Linear Feet drain (3750 -D)
@Sixty -Five Dollars
and
00 /100 Cents $ 65.00 $ 3,900.00
Per Linear Foot
27. 1 Remove existing and construct
Each catch basin and slide gate vault
L=4'
@ Sixty -Five Hundred Dollars
and
00 /100 Cents $6,500.00 $ 600.00
Per Each
• • PR 1.6
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
28. 4 Construct reinforced concrete
Each pipe anchor
@ Five Hundred Dollars
and
00 /100 Cents $ 500.00 $ 2,000.00
Per Each
29. Lump Provide and install slide gate,
Sum actuator, control station, etc.
@Fifteen Thousand Five Dollars
Hundred and
faa Cents
Per Lump Sum
30. 5 Provide and install street
Each light pull box
@0ne Hundred Six Dollars
and
00 /100 Cents
Per Each
31. 250 Provide and install street
Linear Feet light conduit with (2) #8
conductors and (1) bare
copper ground wire
$ 15,500.00
$ 106.00 $ 530.00
@Ten Dollars
and
00 /100 Cents $ 10.00 $ 2,500.00
Per Linear Foot
32. 6 Remove existing and construct
Each curb inlet type OL -A per CNB
Std.- 305 -L, L=7'
@ Thirty Six Hundred Dollars
and
00 /100 Cents $ 3,600.00 $ 21,600.00
Pe Each
33. 4 Construct modified storm drain
Each junct. struct. No. 1 with manhole
@Three Thousand Dollars
and
00 /100 Cents $3,000.00 $ 1,200.00
Per Each
t
• PR 1.7
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
34. 3 Construct grate inlet
Each
@ One Thousand Dollars
and
00/100 Cents $ 1,000.00 $ 3,000.00
Per Each
35. 2 Remove and reinstall existing
Each street light standard, drill
through bulkhead coping and
install new conduit with conductors
between fixture and pull box
@ Fifteen Hundred Dollars
and
00 /100 Cents $ 1,500.00 $ 3,000.00
Per Each
36. 139 Remove and replace water meter
Each box
@ Seventy -Five
Dollars
and
00 /100 Cents
Per Each
37. 30 Remove and reinstall brick and
Square Feet paving
@ Ten
Dollars
and
00 /100 Cents
Per Square Foot
$ 75.00 $ 10,425.00
$ 10.00 $ 300.00
Five Hundred Eight Thousand Six Hundred Sixty Five Dollars
and
201100 Cents
TOTAL BID PRICE (WORDS)
VKennedy Pipeline Company
S /Ronald I. Dumas, Jr., Estimator 1/30/92
Authorized Signature /Title Date
$508,665.20
TOTAL BID PRICE
(FIGURES)
/61 Argonaut, Aliso Viejo, CA 92656 (714) 380 -8363
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 c03
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
259575- Class A
Contractor's License No. & Classification
a
-d1-� .- M- .18.E
January 30, 1992Rnnald T_ pumas lr_ Estimator
Date Authorized Signature /Title
5/91
I r
MM
r
� 4
•
XNOW ALL WIN BY TSESE P'RESEM,
..That we, KENNEDY PIPELINE CCMPAN
Erma, ornia, in the s�1 alslltTYltT_ Y Two�TH„ntiGA
BID BOND 04937
page 4
as
Dolla.rs
t vc. r-wv. vv /,aw w —W +- w yyAAee+ +�'
o! & we 1 and truly to be.made, ve bind ourselves, jointly .
and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCK,
That if the proposal of the above bounden bidder for the
construction of BALBOA PENINSULA ALLEY RECCNST
(Title of Project and Contract No. ) In-tha City of Newport Bea�ch,
is aooepted by the City Council of said City, slid if the above
bounden bidder shall duly enter into and execute a contract for
such construction and small execute and deliver to said City the
syaymgnto and "Faithful performance* contract hands described in
the Specifications within ten (1D) days (nat includfng Saturday.
Sunday, and Federal holidays) alter the date of the mailing Notice
of Award to the above bounden bidder by and from said City, than
this obligation shall become null and void, otherwise it shall be
forfeited to the said city.
In the event that any bidder above named executed this bond as
an individual, it io agreed that the death of any such bidder shall
not exonerate the surety from its obligation under this bond.
IN WITNESS WRERBOH, we hereunto set our hands and scale this
27t y pt JANC�I /A7RY�� , 19 93
KE NEDY P PEI.INE COMPANY FACT
8 er (Alta Ac ow edgment Au�oru�d a gnatuu�' e
Of Attorney -In -Fact)
8.
Expires:
*STORM DRAIN 33RD, 34TH AND 43RD STRFFT TMPROVE:MENTS.
CONTRACT 2866
5/"
2c8 92
tl__
STATE OF CALIFORWA,
1 SS.
COUNTY OF. /
ON / , 19-2
be V. a uDdersi d, ary PypJr
in an f the said State. personally appeared
known to me to be the
^
President, and __
known to me
",,..,,,
OFFICIAL SEAL
to be the Sore ry of
-�
A4ARY TRUMBLE
a
" � }'�
NOTAnv PUGUC - CALIFORNIA
OR,4NGE COUNTY
the Corporation that executed the wdhm I trument, known to m�the Oersons who
executed the within Instrument, on behalf of the Corporation herein named, and acknowledged
�.�,�
•
1.1y Comm Exp¢es Npv.29. 1994
to me that such Corporation executed the
within Instrument pursuant to its by -laws or a
resolution of its board of directors.
WITNESS my hand and official seal.
ACKNOWLEDGMENT—
Cvv.---Rres. 6 Sec.— wokutd roan 226-Rev- 3-64
N
ry Public in and for said State.
State of CAT TFORNTA
County of SAU nTFPO
On 1/27/92 before me, N. G ROLE VF.RT NOTARY PITRT.TC
DATE NAME ME OF OFFICER. EG-'AlE WE NOTARY PUBUCO
personally appeared
NANE(SI OF SIGNEAIS)
$ personally known to me - OR - ❑ proved to on the basis of satisfactory evidence
to be the person *; whose name(V is/a=
subscribed to the within instrument and ac-
knowledged to me that he/stsenbiqr executed
=%N,SEAL the same in his /kOuRksk authorized
E WEST capacity(t2a), and that by his /kad m k
- Colforric si nature on the instrument the (s),
COUNfY 9 4� person n Expkea ortheentityuponbef lalfofwhichiheperson(gj 1993 acted, executed the instrument.
Witness my hand and official seal.
1
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL(S)
❑ CORPORATE
OFFICER(S)
Tm pT
❑ PARTNER(S)
MI ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ SUBSCRIBING WITNESS
❑ GUARDIAN/CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSONIS) OR ENTPY(tES)
ATTENTION NOTARY: Aahough the information requested below is OPTIONAL, A could prevent fraudulent attachment of tNs oertifioate to unauftmed doc mem
THIS CERTIFICATE
MUST BE ATTACHED
TO THE DOCUMENT
DESCRIBED AT RIGHT:
Title or Type of Document
Number of Pages Date of Document
Signer(s) Other Than Named Above
AM ICAN BONDING COMPANY N2134937
TUCSON, ARIZONA
A STOCK COMPANY
POWER OF ATTORNEY
AMERICAN BONDING COMPANY, a Nebraska Corporation, having its administration office in the city of Tucson, State of
Arizona, does hereby make, constitute and appoint as Attorney (s)-in-fact, with full power and authority hereby conferred to
execute
JOHN A. RUIZ or CARLA D. RUIZ of RIVERSIDE, CALIFORNIA.
and deiiver:and.afftx the seal of the corporafion thereto; if a seafis required, for and on its- belialfas Suretyand as ttsact and
the following
deed, all of classes of documents, to wit: any and all bonds and undertakings, recognizances, contracts of
indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law;
statute, rule, regulation, contract or otherwise, for any single obligation, regardless of the number of instruments issued for the
c
obligation.
m M
A z
�c
r
NOT TO EXCEED FIVE HUNDRED THOUSAND ($500,000.00) DOLLARS.
o
.v
AMERICAN BONDING COMPANY further certifies that the following is a true and exact copy of Article VII Section
z�
z g
3. of the By -Laws of AMERICAN BONDING COMPANY duly adopted and now in force, to wit:
G O
SECTION 3. All bonds, undertakings, recognizances or other written obligations of the corporation shall be
I"
>
executed in the name of the corporation by the president, any vice - president, secretary, any assistant- secretary or
I
the treasurer, or by such other persons as may from time to time be properly authorized. The president, any
vice- president, the secretary, any assistant - secretary or the treasurer may appoint or remove resident vice -
presidents, resident assistant- secretaries, attorneys in fact, agents or other persons who shall have authority to
issue and deliver bonds, undertakings, recognizances or other written obligations in the name of the corporation.
The corporate seal is not necessary for the validity of any bonds, undertakings, or other obligations of the
corporation. The signature of any authorized officer and the seal of the corporation may be affixed by facsimile
to any power of attorney or certification thereof authorizing the execution and delivery of any bond, or
undertaking of the corporation; and such signature and seal when so used shall have the same force and effect as
though manually affixed.
IN WITNESS WHEREOF, AMERICAN BONDING COMPANY has caused these presents to be executed by its duly
authorized officer and its corporate seal affixed, this 1st day of April 1991
1-0. a A". J2
M f�c
President sSEAL
STATE OF ARIZONA
ffllt'/
COUNTY OF PIMA
On this 1st day of April 1991 before me a Notary Public, personally
appeared the above -named officer of AMERICAN BONDING COMPANY, a corporation, known to me to be the person and
officer who executed the above Power of Attorney on behalf of the corporation and acknowledges the corporation and
acknowledges the corporation voluntarily executed the same.
OFFICIAL SEAL Notary Public
DANIEL B. VAN KIRK
NOTARI PURLIC - ARIZONA
E0 ' 9M
CERTIFICATION
1, the undersigned, certifv that I am the Secretary of AMERICAN BONDING COMPANY, a Nebraska Corporation, and that
the attached Power of Attorney remains in full force and effect and has not been revoked; and furthermore that Article VII
Section 3. of the By -Laws of said company as set forth in said Power of Attorney, are now in full force and effect.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company
this 27th dap of January 1992
:,.SEALI. � O
�i''�!930��
$eCre[3rV
1
State of California )
ss.
County of Orange
11 ,,
u
Page 5
RONALD DUMAS , being first duly sworn, deposes and
says that he or she is an estimaor of ;''
the party making the foregoing bid; that the bid is not made in e
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.
KENNEDY PIPELINE COMPANY
Bidder
� RESIDENT
Rut orized Si ature /Title
Subscribed and sworn to before me this 29
19 92
o ary Public i1 -29 -94
My Commission Expires:
5/91
day of January
[SEAL]
OFFICIAL SEA'
MARY TRUMBLE
0 'NOTARY PUSUC - CALIFORN!A
ORANGE COUNTY
My Comm E.gveS Nov 29. 1994
y
PHONE (714) 380 -8363
KENNEDY PIPELINE COMPANY
61 ARGONAUT • POST OFFICE BOX 3460
ALISO VIEJO, CALIFORNIA 92656
OWNERi THE IRVINE COMPANY
CONTACT : RICHARD HESS (714) 720 -2366
CONTRACT AMT. $1,480,261.09
DESCRIPTION: Approx. 12,000 L.F. 10" Water Main, including fire hydrants,
valves and blow -off. Approx. 4,500 L.F. 8" V.C.P. Sewer Main, 600 LF 10"
V.C.P. Sewer Main including sewer manholes various sizes. Approx. 5,500
LF 18" to 60" R.C.P. Storm Drain including junction structures and inlets.
COMPLETION DATE: January 1991
OWNER: AVIARA LAND ASSOCIATES
CONTACT: TONY GERMAN (619) 931 -1190
CONTRACT AMT. $898,179.12
DESCRIPTION: Approx. 2000 LF 8" A.C.P., 760 LF 10" A.C.P., 6,400 LF D.I.P.
in various sizes for water main, also fire hydrants, valves and blow -offs.
Sewer Main consisted of 5,757 LF of 4 ", 6 ", 8" & 10" P.V.C. and manholes.
COMPLETION DATE: November 1990
OWNER: LAKE SHORE TOWERS LIMITED PARTNERSHIP
CONTRACTOR: BIRTCHER CONSTRUCTION
CONTACT: RANDY JACOBSON (714) 643 -7100
CONTRACT AMT. $780,458.00
DESCRIPTION: Approx. 4,200 LF 4 ", 6" & 8" Water Main, hot taps, valves and
water services. Approx. 200 LF Sewer Main and manhole. Approx. 5,100 LF
4" to 36" Storm Drain Pipe, including manholes and catch basins.
Approx. 300 LF Reinforced concrete box tunnel.
COMPLETION DATE: February 1991
OWNER: CRAWFORD HILLS ASSOCIATES
CONTRACTOR: DIVIDEND DEVELOPMENT
CONTACT: STEVE HOWARD (714) 724 -0874
CONTRACT AMT. $917,716.07
DESCRIPTION: Approx. 9,600 LF 6" to 16" D.I.P. Water Main with fire hydrants
and water services. Approx. 8,000 LF 4" & 8" V.C.P. Sewer Main and manholes.
Approx. 3,000 LF of 18" to 42" R.C.P. Storm Drain including catch basins,
inlets and junction structures.
COMPLETION DATE: November 1990
& •
Page 6
M! DI I VIP An Z4 47
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
Attached
Bidder
5/91
Authorized Signature /Title
Ronald I. Dumas, Jr., Estimator
Page 7
The following contract documents shall be executed and
delivered to the Engineer within ten (10) days (not including
Saturday, Sunday and Federal holidays) after the date of mailing
Notice of Award to the successful bidder:
PAYMENT BOND (Page 8)
FAITHFUL PERFORMANCE BOND (Page 9)
CERTIFICATE OF INSURANCE (Page 10)
GENERAL LIABILITY INSURANCE ENDORSEMENT (Page 11)
AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT (Page 12)
WORKERS' COMPENSATION INSURANCE CERTIFICATION (Page 13)
CONTRACT (Page 14)
The City of Newport Beach will not permit a substitute format
for these contract documents. Bidders are advised to review their
content with bonding, insuring and legal agents prior to submission
of bid.
Payment and faithful performance bonds shall be issued by an
insurance organization or surety (1) currently authorized by the
Insurance Commissioner to transact business of insurance in the
State of California, and (2) listed as an acceptable surety in the
latest revision of the Federal Register Circular 570.
Insurance companies affording coverage shall be (1) currently
authorized by the Insurance Commissioner to transact business of
insurance in the State of California, and (2) assigned
Policyholders' Rating A (or higher) and Financial Size Category
Class VIII (or larger) in accordance with the latest edition of
Best's Key Rating Guide: Property - Casualty. Coverages shall be
provided as specified in the Standard Specifications for Public
Works Construction, except as modified by the Special Provisions.
The workers' Compensation Insurance Certification shall be
executed and delivered to the Engineer along with a Certificate of
Insurance for workers' compensation prior to City's execution of
the Contract.
sre1
..
�. _ . �y'� ..gin. _ ,,, -_ -
�.�'..: '.:._. .iy.'�. a.am......�.wlmrae""s Y£- i ...._.. = ::ayrY ii' - - e. ...
r+.� 'tuixri.L --. '. .
..... a�� i ..s .. ... _.mow YFip. � _... .sa�.� ..
PRO" $8587.00 BOND #E 1 90 Page 8
XNOW ALL PM BY THESE PRESENTS, that
i1HEREAS, the City Council of the City of Newport Beach, state
of California, by motion adopted February 10 1992 has
awarded to Kennedy Pi 1�e ine Co an era after
designated as a nPrincipal", a contract for Balboa PeRnsula Alley
Reconstruction, Balboa Island Alley Reconstruction( Contract No. C-2866 ) in
the City of Newport Beach, in strict cc ormity with the raw 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;
WHERLAS, said Principal has executed or is about to execute
contract No. 2866 and the terms thereof require the furnishing
of a bond, prow nq 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,.
as Principal, and AMERI
as Surety, are he d f rm
the sum of FIVE HUNDRED ESG
Dollars 508.665.20 **
estimated amount payab
terms of the contract;
bind ourselves, our
successors, or assigns
presents.
), Baia sum being equal to 100% of the
le by the City of Newport Beach under the
for which payment well and truly made, we
heirs, executors and administrators,
jointly and severally, firmly by these
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 flue under
the Unemployment Insurance Code with respect to such work or labor,
or for any amounts required to be deducted, withheld and paid over
to the Employment Development Department from the wages of
employees of the Principal and subcontractors pursuant to Section
13020 of the Unemployment Insurance Code with respect to such work
and labor, that the Surety or Sureties will pay for the same, in an
amount not exceeding the sum specified in the bond, and also, in
case suit is brought upon the bond, a reasonable attorney's fee, to
be fixed by the Court as required by the provisions of Section 3250
of the Civil Code of the State of California.
5/91
LTfBT'd OH- M8'!!60 01I��
Page SA
The bond shall inure to the benefit of any and all persons,
companies, and corporations entitled to file claims under Section
3181 of the California Civil Code so as to give a right to them or
their assigns in any suit brought upon this bond, as required by
and in accordance with the provisions of Sections 3247 et. seq. of
the Civil Code of the State of California.
And said surety, for value received, hereby stipulates and
agrees that no change, extension of time, alterations or additions
to the teas 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 wnvxss wli wr, this instrument has been duly executed by
the above named Principal and Surety, on the 170 day of
FE9RIARY , 1992.
Name o Contractor (PrincipaIT
AhMR ING
Name o Sure y
Estimator
Y ISsI FACT
IWMIDE. C1 92 07 one
xonzy col... • .1\ -1. -4- OF 4\ \ :11 SURETY XUBT BE ATTACRID
sm
__zi.ii a oN-a of
sa�ru� -aas�
fAC STATE OF CALIFORNIA
ss.
I COUNTY OF Orange 1 11
01
OFFICIAL SEAL
: PATRICIA KNAPP
°o� NOTARY PUBLIC-CALIFORNIA
PRINCIPAL OFFICE IN
ORANGE COUNTY
ro My CDmmissiDn ExOues Dec. I. 1992
ACKNOWLEDGMENT —Ge .I— WOkoNS Fem ?W —Ray. 5.82
On this 17th day of February , In the year 19-2-2-
before me, the undersigned, a Notary Public in and for said State, personally appeared
Ralph Eidem, Jr.
personally known to me
(or proved to me on the basis of satisfactory evidence) to be the person_ whose name_
is subscribed to the within instrument, and acknowledged to me that _he_
executed it.
WITNESS my hand and officials
Notary Public in and for sal
0
AMERICAN BONDING COMPANY
PASADENA, CALIFORNIA
A STOCK COMPANY
POWER OF ATTORNEY
No. E 100290
AMERICAN BONDING COMPANY, a Nebraska Corporation, having its administrative office in the City of
Pasadena, State of California, does hereby make, constitute and appoint
RALPH EIDEN, JR of SANTA ANA, CALIFORNIA
as Attorney(s)-in-Fact, with full power and authority hereby conferred to execute and deliver and affix the seal. of the
corporation thereto, if a seal is required, for and art its behalf as Surety, and as its act and deed, all of the following
classes of documents, to wit:
Any And All Bonds
1Le American Bonding Company further certifies that (lie following is a true and exed copy of Article \7h Sedum 9, of the By -Lasers of
American Bonding Company duly adopted and now in force, to wit:
SEGRON S. All bonds, undertakings. secognixances or other wriilen obligations of the earpomi ton shalt be exeerded in the name
of the corporation by the president, au vlc'e ��e3ided, sceretary, any assistant- scadery, a We lrrnsnnn, or 1>y ttndn other pmannc as
nay from lime to tlnre be properly Rullmrizeel. 17re president, any Vies
-president, lie aeerdnry, arty assislaM- aec�dary or tlw IrcASUrtt
nay appoint or renove resident vice - presidents, resident assistant- teerelarks, allunnc". In fact, agents or rrlher us; who stall lave
authority to issue and deliver bonds, undertakings. r nizances er other written obligations in the nano of floe cogwratkm. 11w
corporate seat is not necessary for the validity of any bond undertakings, or direr obligations of lire axpornNmr. The signature of
any authorized officer and site seal of the corporation nay affixed by facsimile to any power of altorner ar cctificnlhnu Ilrenof
adlrorizing the exemtion and delivery of any bond, or undertaking of the corporation; and sucin signature and If when so used
stall lave lie same force and elled as though manually affixed.
IN WITNESS WIlEREOF, AMERICAN BONDING COMPANY has caused these presents to be executed by its
duly authorized officer and its corporate seal affixed, this October 2, 1990
Date
�'erao;," AMERICAN BO DING COMPANY
t
(SEAL) �i'�r930 �° By
Qas +•
Title VICE PRESIDENT _
State of California
County of Los Angeles
Ou this 2nd day of °CTOHER 19 90 before me a Notary Public, pemnally
appeared (lie above trained officer of American Bonding Company, a.corporation, kit o me to 11e the person and officer
who executed the above Power of Attorney on behalf of tire corporation and no edges the corloralfon voI 11tarily
executed the same. l� /
OFFICIAL SEAL
DARLENE S. WEST
NOTAWKII&W- CAnrORMA
LOS ANGELES COL NON
N
My Comm. Eywm ion. 31. 1993
Far AS 1000 Rev, a -90
Cmnmission Expires Jan. 31, 1992
s-4 ; • aOm #E 10oo Page 9
KNOW ALL KEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State
of California, by motion adopted February 10, 1992 has awarded
to hereinafter designated as e£h - °princlpalu, a contract for
_ in the City of
Newport Bea , n con orm y w 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;
WHERE", Principal has executed or is about to execute
Contract No. 2866 and the terms thereof require the
furnishing of a nod forF-the faithful performance of the contract;
as Principal, and AMERICAN
as surety, are hold firmly
WUnto Me`
the sum Of FIVE 1 Lr=" IWIP aum Qnr wruln
Dollars (S50 55.20 ),mod sum being equal to '100% of the
estimated amours 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 coats and reasonable expenses and fees, including
reasonable attorneys fees, incurred by the City, in the event it is
required by bringing any action in law or equity to enforce the
obligations of this Bond.
Surety, for value received, stipulates and agrees that no
Change, extension of time, alterations or additions to the terms of
the contract or to the work to be performed thereunder or to the
specifications accompanying the same shall in any wise affect its
5/91
LF/dI s� a
O1
,.. -. - 3f11S�2} -dflSO
obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions of the
contract or to the work or to the specifications.
This Faithful Performance Bond *bell be extended and
maintained by the Principal in full force and effect for six (6)
months following the date of formal acceptance of the Project by
the city.
In the event that the principal executed this bond as an
individual, it is agreed that the death of any such principal shall
not exonerate the Surety from its.obligations under this bond.
IN W172MSS 11HMMF, this instrument has been duly executed by
the Principal and Surety above named,. on the 17th day of
F»RY , 1992.
Kennedy Pipeline Company
Name of a or Pr c pa) cod e Title
/ Ron D , r Estimator
r / AMERICAN DOW= COMPANY
VV Name of Surety Autb4r red gent 4tgnature
RALPH EI[ JR. IN -FACT
3387 2 VE. 07 -
ess of Sure y Te Lep none
Non= OF COWITAO TOA am BUMM NOBT SE ATTACMW
5/91
II CSTATE Ol1NTYFOFALIfORNIA
�ss.
Orange
OFFICIAL SEAL
PATRICIA KNAPP
• o NOTARY PUBLICCALIFORNIA
Y PRINCIPAL OFFICE IN
ORANGE COUNTY
�•
My Commas= Expires Dec. 1. 1992
ACKNOWLEDGMENT— GBmnal— WOkana Fam 233CA —Rm. 5 -62
On this 17th day of February , in the year 1992,
before me, the undersigned, a Notary Public in and for said State, personally appeared
Ralph Eidem, Jr.
personally known to me
(or proved to me on the basis of satisfactory evidence) to be the person_ whose name —
>.s subscribed to the within instrument, and acknowledged to me that _he_
executed it.
WITNESS my hand and official se
Notary Public in and for said
AMERICAN BONDING COMPANY
PASADENA, CALIFORNIA
A STOCK COMPANY
POWER OF ATTORNEY
No. E 100290
AMERICAN BONDING COMPANY, a Nebraska Corporation, having its administrative office in the City of
Pasadena, State of California, does hereby make, constitute and appoint
RALPH EIDEM, JR of SANTA ANA, CALIFORNIA
as Attorney(s) -in -Fact, with full power and authority hereby conferred to execute and deliver and affix the seal. of the
corporation thereto, if a seal is required, for and on its behalf as Surety, and as its act and deed, all of the following
classes of documents, to wit:
Any And All Bonds
The Amcrtc an Bonding Cornpany further ccrdfies that the following is a true and exact copy of Article I'll Satins 3, of the By -Laws of
American Bonding Company duly adopted and now in force, to wit:
SECTION S. All bonds, undertakings, recognizances or other written obligations of the corporation shall he exacted In the none
of the corporation by the president, any vfce- preftdent. secretary, any a nt- seaelary or the treasurer, or by such other persons as
nay from lime to lime be properly authorized. 7Iw president, any vice- president, the secretary, any assistant- saTetnry IU (IM IMMUR
nay appoint or remove resident vice - presidents, resident assistant- ceaduhs, allumcys In fact, agents OF Other pers<nu Who shall Imve
sot larity to Issue and deliver bonds, undertakings, recoguhmnees or other written obligations in the name or the corporation. 11m
corporate seal is not necessary for tie validity of any bonds, undertakings, or other obligations of the c rporation. The signature of
any aullerized officer and the seal of the corporation nay to affixed by facsindle to any power of attorney or cenifiwlNne tlenrd
authorizing the execution pail delivery of any band, or undertaking of the corporation; and such signature and seal when so treed
shall have the same force and effect as lhouah avromily affixed.
IN WITNESS WHEREOF, AMERICAN BONDING COMPANY has caused these presents to be executed by its
duly authorized officer and its corporate seal affixed, this October 2, 1990
Date
AMERICAN BO DING COMPANY
`.ds Est L a
(SEAL By
�4use`
Title VICE PRESIDENT
State of California
County of Los Angeles
On file 2nd day of OCTOBER 19 90 , before me a Notary Public, persorually
appeared the above named officer of American Bonding Comrime y, a corporation, kn o in to be the person and ufficer
who executed tine above Power of Attorney on belts f of corporation and uo edges the corporation voI utariI
executed the same. /
7
OFFICIAL SEAL Notn Public
DARLENE S, WEST
- rarAavvt>auc- oalFOJVan
losAnaruscwumv My Cmnmission Expires Jan. 31, 1992
MY �^'^ fxpira Jan. 31,1997
Fpm AS I00a acv. ! -9a
I
`rays iu
7r�:r�a.'s-•ss
ji
aROOUCR = .
COMPANIES AFFORDING COVERAGE
Willis` Corroon Corporation
COMPANY
P.O. Box 90190
A'
LETTER American Home Assurance
Pasadena, Ca. 91109 -0190
COMPANY B Unicare Insurance Company
LETTER
INSURED
Kennedy Pipeline Company
P.O. BOX 3460
C
L
Laguna Hills Ca. 92653
COVER,,,LLL��� E „
7lRS�S`t0. .' O 'Um F D
WDICATEO. NOTWITH TAICNG ANY REOUN9+BR, TERM OR CONDITION OF ANY CDNnGCT OR OTHER DOCUMENT WITH RESPECT TO WfpCH THIS
CERTIFICATE WAY BE ISSUED OR MAY PERTAIN, TiENSU ANCE AFFORDED BY THE POLICIES DE&CFBED HEWN IS SUBJECT TO ALL THE TERMS.
MUSINK AND CONORIOHS OF SUCH POLICIES AND IS NOT AMENDED, OMMED OR ALTERED BY THIS CERTIFICATE
00
TYPE OF NSUPANCE
POLICY NUMBER
EFFECTIVE
S ATTION
ALL LIMITS N THOUSANDS
GENERAL UABLI Y
GENERAL AGGREGATE
$1,000,
PCMVANCEBASISONLY)
111103771
/30/9
PnooucTercoMPLI TEO
s1,000,
COMMERCIAL
6/ 3 0/ 9
COMyVE
OPEMTRONS A(i6T1EOATE
® PROTECTIVE
PERSONAL INJURY
$1,000,
® CONIRACLUAL FOR SPECIFIC
CONRMCr
EACH OOCURANCE
$1,000,
� /DS OPE0.
7GU
BaoAG IIORM PROP. DNMNGE
SEVIMMUTY OF M
INTEREST
CLAM '
FEE DAMAGE
(ANYONE FIRE)
S
50,
'
® PE SON& HAIRY WITH
EMPLOYEE SMUISION
MEDICAL EXPENSES
s
1
MM�B®
LANY ONE PERSON)
,
IJABILRY
COMSNED
SINGLE UNIT
=
80GLY NAATY
s
OWMeD
tr'E+ QOM
BODAYNJURY
H�
OM ACCIDENT)
NDN.oWMED
PROPERTY A—VA
S
MCCE" LJABEJIY
EACH
AGGREGATE
USIA FORM
OCCURRENCE
ORIEL RAIN UMBRELLA FORM
:
$
STATUTORY
Y .-
B
WORKaw COMPF"BATID"
6/30/9
$1,000,
EACH ACCIDENT
$ ,
DJeEkw- POLICY LIMIT
EMPIMM LIABILITY
/30/9
I' 1
DIXASE•EACH EMPLOYEE
tONOSIIORMIRJPB AND NAR
WOlAB' 'OOMNFNBATRIN
STATUTORY
_.b,
...
De9CR1PRON OF OP&M ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT
BE" BY OR ON 8844F OF THE MAMA N67UED N CONNECTION WRN THE FOLLOWING CONTRACT:
Balboa Peninsula Alley Reconstruction, Balboa Island Alley
Reconstruction Program, Collins Ave. Storm Drain, 33rd, 340, and 43rd St.
PRNIEGT TITLE AID ao mm" NUMBER C -2866
"CERTIFI ^
CE TION`!
.. �..
GSM.,: l #�'�R3J K .. i:.
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON. RENEWED.
CITY OF NEWPORT BEACH
CANCELLED OR COVERAGE INDUCED BEFORE THE EXPIRATION DATE THE
P.O. BOX 1768
COMPANY AFFORDING COVE IRE SRY.L PROVIDE 7o DAYS MN. ADVANCE
3300 NEWPORT BLVD.
NOTICE TO THE CITY OF NEWPORT BEACH BY REGISTERED MAIL
NEWPORT BEACH, CA. 92659 -1768
"'
GO 2/19/92
AVR DAZED REPRESENTATIVE ISSUE DATE
7r�:r�a.'s-•ss
Y "uyc..av
PRODUCER— ".
COMPANIES AFFORDING COVERAGE "
Dennis = Lockyer
STATE FARM INSURANCE
COMPANY
LETTER A State Farm Insurance
22837 Ventura Blvd. 1 #302
COMPANY B
LETTER
Woodland Hills, Ca. 92653
Tennedy Pipeline Company
P.O. Box 3460
Laguna Hills, Ca. 92653
C
LETTER
COYER
7RfS � TO -.. .. • O ABOVE Ds. -
BIOHCATEA N07VM TANOM ANY REGUFIEMBR, TOM OR COMMON OF ANY CONIRACr OR OTHER DOCWHENT WITH RESPECT TO WHICH THIS
CERnFKAATE WAY BE ISSUED OR MAY PE rAIK THE tISURANOE AFFOFMED BY THE POLICIES DEBCwSED HEREIN IS SUBJECT TO ALL THE TERMS,
AND COIIDRIOW OF SUCH POLICES AND IS NOT AMEHOHL E MMED OR ALTERED BY THIS CEFMFWATE
W
LTF
TYPE OF 00AUNCE
POLICY NUMBER
EFFECRVE
DATE
F(IMTION
DATE
ALL UMRTS N THOUSANDS
GENERAL LIABUM
GENERAL AGGREGATE
_
POWRANCE BASIS ONLY)
�MAGG�TE
S
COIMIBIC AL
COIAPR
❑ FR NEON
PESBOrJAI RHdHAtY
$
O COWRACTALL FOR SPECIRC
CONrRACr
❑ P0004=81COMPL OPEFL
❑ Ian NAwas
,
EACH Hx.YXIRANHU:
S
❑ BFPWJnIW "PROP, DAMAGE
Beveaeiirc OF NTEEST
FIRE DAMAGE
$
❑
OIAUVE.'
(AMY ONE FUM
❑ PEIBONPL aLRxa WITH
BM%JDLEE saalfs"
hl k OWENSES
t
VVWMED
(ANY ONE PERSON)
oo YH
F801726F307
D
BODLYOLUNRY
s
aAHeD
(PER PO
Imo',
5/30/91
P AOCaum
ET► AOCLDENT)
WER
s
/30/92
"
PEE
s
E OM UABUrY
EACH
AGGREGATE
UMW&tA-FORM
OOCATRENCE
OTHER THAN 0M11RE AA FORM
S
f
NRATRORY
WOfiHiGiB' "COMPENSATION
=
EACH ACCKIENT
AND
t
OBEASE -POLICY UMR
EMPLOVOW - LAAMM
S
UNEASE -EACH EMPLOYEE
LANDOHORPMOM AND HAR
-
WORKOW "'- COMPENSATION
I
STATUTORY
f.F
DESCAFRON OF RDA& ALL OPERATIONS PERFORMED FOR THE CRY OF HeNPORT
.BEACH BY OR ONIBWF OF THE LAMED INSURED N COrNEMIGN WRH THE FOLLOWING CONTRACT:
Balboa Peninsula Alley Reconstruction, Balboa Island Alley
Reconstruction Program, Collins Ave. Storm Drain, 33rd, 34th, and 43rd St.
Pnwwr mw AND owapAw NUMBER C -286
`CER71F1, OLDS
<. i.+e ♦fxb,
rr
1EC..EL�y
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NOWRENEWED.
CITY OF NEWPORT BEACH
CANCELLED OR COVERAGE IMKXD BEFORE THE EXPIRATION DATE THE
P.O. BOX 1768
COMPANY AFFORDING COVERAGE SHALL PROVIDE TA DAYS MIN. AMANCE
5300 NEWPORT BLVD.
NOTICE TO THE Cm OF NBAPW BEACH BY REGISTERED MML
NEWPORT BEACH, CA. 92659 -1768
A AfT10N:
u 2 / 19 / 92
ATNE " WAM DATE
0 0
Y
Page 11
GENERAL LIA9 [CE ENDORSEKENT
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 of the
company affording coverage.
The insurance afforded by the policy for Contractual Liability
Insurance (subject to the terms, conditions and exclusions
applicable to such insurance) includes liability assumed by
the named insured under the indemnification or hold harmless
provision contained in the written contract designated below,
between the named insured and the City of Newport Beach.
4. With respect to such insurance as is afforded by this policy,
the exclusions, if any, pertaining to the explosion hazard,
collapse hazard and underground property hazard (commonly
referred to as "XCU" hazards) are deleted.
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:
( ) Commercial
General Liability
(X)
1,000,000
1,000,0001
Comprehensive
each
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).
5/91
� s
x� ___ � �.
i
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, Balboa PeninsulPublic lley Reconstruction, n,eBalboa Island
7. Designated Contract: Alley Reconstruction Pro ram Collins.Ave. Storm Drain
a
Project Title an Contrct No. C -2666
This endorsement is effective 2/19/92 at 12:01 a.m.
and forms a part of Policy No.Mi > > > n1771 of Am ,L nan HnmP Aacnrallce
(Company Affording Coverage).
Insured: Kennedy Pipeline Company Endorsement No.i TBD
ISSUING COMPANY
By
Authorized Representative
s/91
•
0
Page 12
It is agreed that:
1. With respect to such insurance as is afforded by the policy
for Automobile Liability, the City of Newport Beach, its
officers and employees are additional insureds, but only with
respect to liability for damages arising out of the ownership,
maintenance or use of automobiles (or autos) used by or on
behalf of the named insured in connection with the contract
designated below. The insurance extended by this endorsement
to said additional insured does not apply to bodily injury or
property damage arising out of automobiles (1) owned by or
registered in the name of, an additional insured, or (2) leased
or rented by an additional insured, or (3) operated by an
additional insured. The insurance afforded said additional
insured(s) shall apply as primary insurance and no other
insurance maintained by the City of Newport Beach shall be
called upon to contribute with insurance provided by this
policy.
2. The policy includes the following provision:
"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 $
(xj Combined Single Limit
Bodily Injury Liability 6
Property Damage Liability S 1,000.000
The limits of liability as stated in this endorsement shall
not increase the total liability of the company affording
coverage for all damages as the result of any one accident or
occurrence in excess of the limits of liability stated in the
policy as applicable to Automobile Liability Insurance.
5/91
0 i
Page 12A
4. Should the policy be non - renewed, canceled or coverage reduced
before the expiration date thereof, the Issuing Company shall
provide 30 days' advance notice to the City of Newport Beach
by registered mail, Attention: Public storks Department.
Balboa Peninsula Alley Reconstruction, Balboa Island
5. Designated Contract: Alley Reconst. Proaram. Collins Aye. Stnrm main
C -2866
This endorsement is effective 2/19/92 at 12:01 a.m.
and forms a part of Policy No.F801726F3075Of State Farm Insurance
(Company Affording Coverage).
Insured: Kennedy Pipeline Company Endorsement No.: TBD
ISSUING COMPANY
By:
Authorized Representative
sm
0
0
6
Page 13
"I am aware of the provisions of Section 3700 of the Labor Code
which require every employer to be insured against liability for
workers* compensation or to undertake self - insurance in accordance
with the provisions of that code, and I will comply with such
provisions before commencing the performance of the work of this
contract."
Z- 10iA7 -- Kennedy Pipeline Company
Date Name of Contractor (Principal)
C -2866
Contract Number Authorized Signalture and Title
Ronald I. Dumas, Jr., Estimator
Balboa Peninsula Alley Reconstruction, Balboa Island Alley
Reconst. Program Collins Ave. Storm Drain, 33rd, 34th, and
43rd Street Improvements. C -2866
s/91
Page 14
CONTRACT
THIS AGREEMENT, entered into this J? y of ,
19, by and between the CITY OF NEWPORT BEACH, hereinafter "Ci
an Kennedy Pipeline Company , herei fter
"Contractor," s made nth reference to the following facts:
A. City has heretofore advertised for bids for the following
described public work:
Balboa Peninsula Alley Reconstruction, Balboa Island Alley
Reconstruction Program, Collins Ave. Storm Drain-
C-2866
Title of Project Contract No.
B. Contractor has determined by City to be the lowest
responsible bidder on said public work, and Contractor's
bid, and the compensation set forth in this contract, is
based upon a careful examination, of all plans and
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 Peninsula Alley Reconstruction, Balboa Island Alley
Reconstruction Program, Collins Ave. Storm Drain C -2866.
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 Five Hundred Mht Thousand Six_ Hundmd sixty Five
Dollars ($508,665.20 ). Th s compensation & 201100
includes:
(a) Any loss or damage arising from the nature of the
work,
(b) Any loss or damage arising from any unforeseen
difficulties or obstructions in the performance of
the work,
(c) Any expense incurred as a result of any suspension
or discontinuance of the work,
but excludes any loss resulting from earthquakes of a
magnitude in excess of 3.5 on the Richter Scale and tidal
waves, and which loss or expense occurs prior to
acceptance of the work by City.
5iv1
0 i
FI
0
Page 14A
3. All of the respective rights and obligations of City and
Contractor are set forth in the contract documents. The
contract documents are incorporated herein by reference
as though set out in full and include the following:
(a) Notice Inviting Bids
(b) Instructions to Bidders and documents referenced
therein
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and Endorsement(s)
(f) Plans and Special Provisions for Balboa Peninsula Alley
Reconstruction, Balboa Island Alley Recons t. C-286
Title of Project Contract No.
(g) This Contract
(h) Standard Specifications of Public Works
Construction (current Edition) and all supplements
4. Contractor shall assume the defense of, pay all expenses
of defense and hold harmless, City .and its officers,
employees and representatives from all claims, loss or
damage, injury and liability of every kind, nature and
description by reason of or arising out of the negligent
or willful conduct of the Contractor, his /her employees,
agents and subcontractors in the performance of the
Project, except such loss or damage caused solely by the
active negligence of City or its officers, employees and
representatives.
IN WITNESS WHEREOF, the parties hereto have caused this
contract to be executed the day and year first written above.
CITY OF NEWPORT BEACH
A Nunicipal Corporation
B Air -
ayor
AS TQ WORN:
Kennedy Pipeline. Company.
Name of Contractor
ATTEST:
Authorized Signature and Title
Ronald I. Dumas, Jr., Estimator
SM
• i
..: _.:'...�.,�za�r.�o-7�:Si� --n�.r �.:_a�., ;. L.... _ _':._�. :ram._::_
^aa- �,�:... ... .. ,_. _... ... - .;.,..z..�.__. _.. .i ._. .tea __.
CITY OF NEWPORT BEACH •
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
BALBOA PENINSULA ALLEY RECONSTRUCTION
BALBOA ISLAND ALLEY RECONSTRUCTION PROGRAM
COLLINS AVENUE STORM DRAIN
33rd, 34th, AND 43rd STREET IMPROVEMENTS
CONTRACT NO. 2866
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 . . . . . . . . . . . . . . . . . . . . .
. . 4
VI.
LIQUIDATED DAMAGES . . . . . . . . . . . . . . .
. . 4
VII.
TRAFFIC CONTROL . . . . . . . . . . . . . . . . .
. . 4
VIII.
NOTICE TO RESIDENTS AND "NO PARKING" SIGNS . . .
. . 6
A. Notice to Residents . . . . . . . . . .
. . 6
B. "NO PARKING -TOW AWAY" Signs . . . . . . . . .
. . 6
C. Street Sweeping Signs . . . . . . . . . . . .
. . 6
IX.
CONSTRUCTION SURVEY STAKING . . . . . . . . . . .
. . 7
X.
WATER . . . . . . . . . . . . . . . . . . . . . .
. . 7
XI.
STEEL PLATES . . . . . . . . . . . . . . . . . .
. . 7
XII.
SURFACE AND GROUNDWATER CONTROL . . . . . . . . .
. . 7
XIII.
CONSTRUCTION DETAILS . . . . . . . . . . .
. . 8
A. Sewer Main Replacement . . . . . . . . .
. . 8
B. Street and Alley Construction . . . . . . . .
. 10
C. Storm Drain Replacement . . . .
. . 11
D. Slide Gate, Actuator, Control Station . . .
. . 12
XIV.
TEMPORARY RESURFACING . . . . . . . . . . . . .
. . 13
I.
II
•
CITY OF NEWPORT BEACH SP 1 of 13
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
BALBOA PENINSULA ALLEY RECONSTRUCTION
BALBOA ISLAND ALLEY RECONSTRUCTION PROGRAM
COLLINS AVENUE STORM DRAIN
33rd, 34th, AND 43rd STREET IMPROVEMENTS
CONTRACT NO. 2866
The work to be done under this contract consists of
removing and replacing existing alley improvements,
sewer main, storm drains and street improvements;
adjusting existing City -owned utility frames and covers
to finished grade; constructing storm drains, curb
inlets, area drains, installing an electrically
operated tide gate, replacing street light 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. A- 5125 -5, A-
5137 -5, 5- 5137 -5, R- 5643 -S, D- 5203 -5, and D- 5205 -5),
(3) 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). 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 until completion of work,
the Contractor shall possess a General Engineering
Contractor "A" License. At the start of work and until
completion of work, the Contractor shall possess a
Business License issued by the City of Newport Beach.
III. HOURS OF WORK
7:00 AM - 6;30 PM weekdays
8:00 AM - 6:30 PM Saturdays
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 if 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,
IV
. SP 2 of 13
November 11th or December 25th falls on a Sunday, the
following Monday is a holiday.
COMPLETION, SCHEDULE AND PROSECUTION OF WORK
A. The Contractor shall complete all work within one
hundred fifty (150) consecutive calendar days, but
no later than July 31, 1992. In addition, due to
the increased traffic during the summer months,
construction shall be completed on Balboa Island
and along Balboa Peninsula alleys as rapidly as
practicable, but no later than June 12, 1992.
B. The Contractor shall complete all work along each
block of South Bay Front, alley or street within
twenty (20) consecutive calendar days after
beginning work along that walkway, alley or
street. The Contractor shall complete all work
along Collins Avenue within sixty (60) consecutive
calendar days after beginning work along that
street. The term "work" as used herein shall
include all removals, adjustments, and
replacements; construction of storm drain, curb
inlets, vault (except installation of gate valve
actuator, control station, etc.); construction of
sewer main, alley approaches, street pavement,
curb and gutter, sidewalk, and access ramps. Also
included within the specified period is curing
time for new PCC improvements.
In summary, this means that each site and every
garage approach with access within that site must
be returned to normal vehicular or pedestrian use
within the number of consecutive calendar days
specified above 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 Contractor will not be able to meet this
schedule, he will be prohibited from starting
additional work at additional sites until he has
exerted extra effort to meet his original schedule
and 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 $350.00 per day
(including Saturdays, Sundays and holidays)
liquidated damages for each day in excess of the
twenty (20) consecutive days allowed for 100%
completion of the construction work along each
walkway, alley or street and the sixty (60)
consecutive days allowed for 100% completion of
the construction work along Collins Avenue.
0 0
Additional liquidated damages shall
for failure to complete the work on
and Balboa Peninsula Alleys by June
the project as specified under Sect
Liquidated Damages.
SP 3 of 13
be assessed
Balboa Island
12, 1992 and
ion VI,
The intent of this section of the Special
Provisions is to emphasize to the Contractor the
importance of prosecuting the work in an orderly,
preplanned, continuous sequence so as to minimize
the time an alley or street is closed to vehicular
traffic.
C. The Contractor shall make every effort to provide
access through the work area for emergency
vehicles, street sweeping, mail deliveries, etc.,
and weekly trash collections. If the Contractor's
work will interfere with normal trash collection
or street sweeping procedures in any manner, the
Contractor shall contact the City's Field
Operations Superintendent, Mr. Leon Hart, at (714)
644 -3060 who may require the Contractor's
assistance with trash collection.
In the same matter, if the Contractor's work will
interfere with normal mail delivery, the
Contractor shall notify and effect alternative
mail delivery procedures with the post office at
(714) 673 -5250.
The Contractor shall contact the Concrete /Storm
Drain Supervisor, Larry Kolbo at (714) 644 -3060 to
supervise and inspect the installation of slide
gate assemblies.
D. Two days prior to any street light circuit work at
the Collins Avenue work site, the Contractor shall
notify the City's Electrical Services Supervisor,
Herb Wollerman, at (714) 644 -3011, to allow City
forces to de- energize and inspect street light
circuits.
The Contractor shall consider the phasing of
street light conduit construction and shall use
the following guidelines in establishing his work
schedule:
1. Each stage and phase of construction proposed
by the Contractor and the estimated length of
street light outages shall be shown on the
schedule.
2. Series circuit shall be maintained at all
times.
3. Each circuit shall be jointly inspected by
the City's Electrical Services Supervisor and
the Contractor prior to commencement of work.
• y • • SP 4 of 13
4. Each circuit not permitted for outage shall
return to service prior to dusk, and in no
case later than 4:30 P.M.
The Contractor shall phase the construction of
Alleys on Balboa Island in order to insure access
for traffic along the adjacent one -way streets.
E. 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 1001
completion of work at each alley or street.
F. 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 prices for associated bid items.
Partial payments for mobilization and traffic control
shall be made in accordance with Section 10264 of the
California Public Contract Code.
VI. LIQUIDATED DAMAGES
Commencing on August 1, 1992, the Contractor shall pay
to the City, or have withheld from monies due the
Contractor, the daily sum of $350.00 in lieu of the
daily sum of $250.00 specified in Section 6 -9 of the
Standard Specifications.
In addition, commencing on June 13, 1992 the Contractor
shall pay to the City, or have withheld from monies due
the Contractor, the daily sum of $350.00 for failure to
complete construction on Balboa Island and along Balboa
Peninsula Alleys.
VII. TRAFFIC CONTROL
The Contractor shall submit a written traffic control
plan, in accordance with WATCH, for each site to the
Engineer and obtain his approval a minimum of five (5)
working days prior to commencing any work.
A. The traffic control plans shall incorporate the
following:
• SP 5 of 13
1. The location and wording of all signs,
barricades, delineators, lights, warning
devices, temporary parking restrictions, and
any other details required to assure that all
traffic will be handled in a safe and
efficient manner with a minimum of
inconvenience to the motorist.
2. A complete and separate plan for each phase
of construction proposed by the Contractor
showing all items listed under 1. above and
the restrictions of Section IV.
3. The Contractor shall maintain emergency
vehicle access at all times.
B. The Collins Avenue traffic control plans shall
incorporate the following:
Type III barricades shall be used across all
street, alley, and South Bay Front closures.
South Bay Front shall not be closed to pedestrian
traffic concurrent with a closure of the adjacent
alley to pedestrian traffic.
The Contractor may use the following traffic
control alternatives to maintain traffic access
along Park Avenue. Other methods of traffic
control may be approved by the Engineer prior to
construction.
Alternative 1 During construction, temporary "NO
PARKING, TOW AWAY" signs shall be
installed and a minimum of one 9 -foot
traffic lane in each direction along
Park Avenue shall be maintained at all
times.
Alternative 2 During construction, temporary "NO
PARKING, TOW AWAY" signs shall be
installed and traffic access along Park
Avenue shall be maintained at all times.
If it becomes necessary, the Contractor
shall provide uniformed flagmen with
radio control to slow -down, reroute, and
direct traffic through the construction
area.
At the end of each work day, all on- street parking and
traffic lanes shall be restored.
Vehicles which are necessary in the construction of an
item of work may be situated in the work site only
during the construction of that item. All other
vehicles associated with the Contractor's work shall be
parked legally elsewhere. In addition, Contractor's
equipment and vehicles shall not be left overnight on
streets or alleys outside of a street closure area.
• SP 6 of 13
VIII. 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
operations 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 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 -3740, for verification of posting at
least 40 hours in advance of the need for
enforcement.
The signs shall (1) be made of white card stock;
(2) have minimum dimension of 12 inches wide and
18 inches high; and (3) be similar in design and
color to sign R -38 on the Caltrans Uniform Sign
Chart.
The Contractor shall print the hours and dates of
parking restrictions on the "NO PARKING, TOW - AWAY"
signs 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
After posting "NO PARKING, TOW - AWAY" signs, the
Contractor shall bag or cover street sweeping
signs on those streets adjacent to alley /street
construction in a manner approved by the Engineer.
Immediately after completion of alley /street work
and upon removal of the "NO PARKING, TOW - AWAY"
signs, the Contractor shall uncover street
sweeping signs on those streets adjacent to the
completed alley.
•
IX. CONSTRUCTION SURVEY STAKING
SP 7 of 13
Field staking control of construction will be provided
by the Engineer. Limits of removal are field -
identified by paint marks. Existing property corners
and survey ties adjacent to removals shall be protected
and maintained. In situations where property corners
or survey ties interfere with the work, the Contractor
shall notify the Engineer a minimum of two (2) working
days prior to removal so that the Engineer can survey
and reset property corners and survey ties.
X. 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.
XI. STEEL PLATES
The City can provide, free of charge, a limited
quantity of 1" thick, 5' x 10' steel plates. These
plates may be obtained from and shall be returned to
the City's Utilities Yard at 949 West 16th Street. To
determine the number of plates available and to reserve
the plates, the Contractor must call the City's
Utilities Superintendent, Mr. Peter Antista, at (714)
644 -3011.
XII. SURFACE AND GROUNDWATER CONTROL
Groundwater may be encountered at certain sites in the
project area. The Contractor will be responsible for
providing, installing, maintaining and operating a
dewatering system in the project area. Groundwater or
surface runoff water containing mud, silt or other
deleterious material due to the construction of this
project shall be treated by filtration or retention in
settling basin(s) sufficient to prevent such material
from migrating into the bay.
In addition, the Contractor shall provide for drainage
of runoff into the bay and for control of high tide sea
water encroachment onto streets during construction.
The Contractor shall schedule work around tidal
fluctuations as necessary. In order to keep streets
from flooding, the tide gates are closed by City forces
whenever tides reach elevation 2.7 feet above mean sea
level, approximately (5.4 feet above mean lower low
water).
r
XIII. CONSTRUCTION DETAILS
A. Sewer Main Replacement
• SP 8 of 13
The Contractor shall be responsible for
maintaining sewer service at all times during
construction of this project. Method of
maintaining service shall be approved by the
Engineer prior to the start of work.
Sewer Alternatives
a. Vitrified Clay Pipe (VCP)
1. Sewer Main
Sewer main pipe, house connections,
sewer cleanouts, and fittings shall
be extra strength vitrified clay
pipe (VCP).
2. House Connections (HC)
All new HC laterals shown on the
plan shall be aligned perpendicular
to the new sewer main unless
otherwise shown on the plans. To
accomplish this, the Contractor
shall determine the exact locations
of existing HC at property lines
prior to laying any new pipe. The
material and size of existing
laterals at property lines may vary
and shall be verified by the
Contractor at his own expense.
The Contractor shall furnish and
install a sewer cleanout at each
house connection lateral.
Manhole Connections
Manhole connections shall be
watertight. The vitrified clay
pipe shall be cement - grouted to
existing manholes. Grout,
proportioned by volume, shall be.l
part portland cement and 2' to 3
parts sand, to which 1 /10 part lime
may be added.
b. Polyvinyl Chloride (PVC)
1. Sewer Main
Sewer main pipe, house connections,
sewer cleanouts, and fittings shall
be polyvinyl chloride (PVC) SDR 35
. SP 9 of 13
and shall conform to the
requirements of ASTM D1784 and
3034. The PVC pipe shall have a
nominal diameter of 8 and 12 inches
except for smaller sized house
connections, and shall have
integral bell and spigot
connections with elastomeric
gaskets.
2. House Connections (HC)
See Section XIII, A.1.a(2).
3. Manhole Connections
Manhole connections shall be
watertight. Approved methods for
connection can be made as follows:
a. Manhole couplings with
elastomeric gasket seals may
be cement - grouted into the
manhole walls. Pipe inserts
into coupling.
b. Waterstop in various forms
(e.g., flexible boot or sleeve
O -ring or gasket) produced
from elastomeric compound may
be grouted or locked into
manhole wall. Pipe inserts
into waterstop.
C. Grouted connections directly
to PVC pipe may be effective
if the pipe at the connection
is first softened with solvent
and covered with sand.
d. Grout, proportioned by volume,
shall be 1 part portland
cement and 2k to 3 parts sand
to which 1 /10 part lime may be
added.
Sewer Cleanout Installation
All existing sewer house connections without
sewer cleanouts or with sub - standard sewer
cleanouts shall be reconstructed with a new
sewer cleanout. The Contractor shall verify
the exact locations of the existing house
connections, at property lines, prior to
installing any new cleanouts. The material
and size of existing house connections, at
property line, may vary and shall be verified
by the Contractor at his sole expense.
SP 10 of 13
B. Street and Allev 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.
Existing Utilities
The Contractor shall adjust to finish grade
all sewer manholes, sewer cleanouts, water
meter boxes, and water valve and monument
covers prior to the placement of pavement.
The Contractor shall be responsible for any
damages to existing utilities resulting from
his operations.
The Contractor shall protect in place
existing utilities to private piers along the
South Bay Front.
3. PCC Curb and Sidewalk
The cost of constructing curb and sidewalk
adjacent to new alley approaches to join
existing or new improvements shall be
included in the cost of constructing PCC
alley approaches.
Encroaching Improvements
The Contractor shall salvage any brick
encroaching in the alley that is in conflict
with the work, and stack it neatly on private
property adjacent to the alley.
5. Patch Back and Reinstalling Brick
The Contractor shall patch back AC and PCC
within private property at locations shown on
the plans in a manner that matches the
adjoining private property improvements in
structural section, texture and color.
6. Stamped Concrete
Damaged stamped concrete at street ends shall
be replaced with new stamped concrete to
match the existing embossing and color.
• • SP 11 of 13
Payment for new or reconstruction of stamped
concrete shall be included in unit prices for
associated bid items.
C. Storm Drain Replacement
In order to avoid conflicts with the anchor piles
for concrete bulkheads, the final locations of
curb inlets at the street ends shall be determined
by the Engineer during construction.
The 15" storm drain lateral along the South Bay
Front and all curb inlet connector pipes shall be
constructed prior to the construction of junction
structures and curb inlets since grade adjustments
may require a different floor elevation of
junction structures or curb inlets.
A hole of minimum diameter 1 -inch greater than the
outside diameter of the outfall pipe shall be made
through the bulkhead using a jackhammer or other
suitable equipment approved by the Engineer. The
1 -inch void shall be backfilled with Class C
cement mortar. Care shall be exercised in
grouting the annular space to ensure a full wall
thickness of mortar.
Bay Front beach site maintenance will be done in
accordance with Section 7 -8 of the Standard
Specifications. The Contractor shall maintain the
South Bay Front beaches, adjacent to the work
site, in a clean and safe condition. The
contractor will remove any broken concrete, debris
or other deleterious material from the job site at
the end of each work day.
Class 100 -E -100 slurry shall be placed as backfill
between pipe spring line and bottom of pavement
replacement along Collins Avenue where that
dimension is 30 inches of less. Payment for the
slurry backfill shall be included in unit prices
for construct 15" or 24" storm drain. A bond
breaker, approved by the Engineer, shall be
installed between the slurry and the pavement
replacement. Traffic shall not be permitted upon
the pavement replacement until the concrete has
reached its design strength.
The section of pipe that extends from
the slide gate at Collins Avenue street
end into the Bay shall be Asbestos
Cement Pipe 3750 -D or stronger. The
pipe shall be joined by rigid couplers
located at concrete pipe anchors.
•' ` • SP 12 of 13
1. Pipe Alternatives
The Contractor, at his option, may use the
following alternative materials for storm
drain conduit unless shown otherwise on the
plans:
a. Polyvinyl Chloride pipe - -SDR 35 or
thicker.
b. Asbestos Cement Pipe -- 2000 -D or
stronger.
Storm Drain Removal and Abandonment
Storm drain removal shall include the
following:
a. Along the South Bay Front beach, the
removal and disposal of existing storm
drain systems shall include all pipes,
manholes, catch basins; and plugging and
sealing existing bulkhead outlets with a
minimum of 6" thick 520 -A -2500 concrete.
b. At the south east corner of Collins
Avenue and Park Avenue; remove the
existing catch basin and interfering
portion of existing 4 -inch diameter pipe
and plug remaining 4 -inch diameter pipe
at each end with 4- inches minimum Class
520 -A2500 concrete.
D. Slide Gate, Actuator. Control Station, etc.
Slide gate shall be epoxy coated and have
circular flat back mounting frame which bolts
directly to the concrete vault structure, capable
of withstanding a 60 -foot seating (front) pressure
and a 10 -foot unseating (back) pressure. Slide
gate shall have a non - rising stainless steel stem,
stainless steel rails, bronze seat face and all
stainless steel hardware, including anchor bolts.
Slide gate shall be Waterman Industries Model P-
30ff, flangeback pressure gate with 1251 drilling
standard, or equal approved by the Engineer.
Automatic actuator shall be an electrically
powered actuator capable of opening and closing
the selected slide gate. The enclosure for the
electric motor and control box shall be certified
for use under salt water. A push button control
station with a lockable cover shall also be
included. The actuator shall include a handwheel
for manual operation.
SP 13 of 13
Power for the Collins Avenue actuator will be
120 /240 -volt single - phase, and will come from an
existing pole located approximately 38' east of
Collins Avenue adjacent to the northerly South Bay
Front alley R/W which is also adjacent to 106
Collins Avenue. The Contractor shall furnish and
install a 100 -amp electrical meter panel per
Southern Calif. Edison requirements on this pole.
Meter panel and cabinet shall be per Southern
California Edison requirements and fabricated
entirely from stainless steel, if available, and
shall be secured to the utility pole, specified on
the plans, with stainless steel hardware.
Automatic actuator shall be manufactured by E.I.M.
Controls, or equal approved by the Engineer. In
addition, automatic actuator and controls shall
have a one year warranty after installation and
acceptance by the Engineer.
The Contractor shall sandblast slide gate vault
exterior surface to match surface texture of
existing bulkhead coping.
Shop drawings and catalog cuts for slide gates,
automatic actuators, control boxes, and meter
panels or cabinets shall be submitted to the
Engineer in accordance with Section 2 -5.3 of the
Standard Specifications as soon as possible after
the Contractor receives the Notice of Award.
Four sets of maintenance manuals for slide gates,
automatic actuators, remote control boxes, and
meter panels shall be submitted to Engineer before
the Contractor will receive payment for said
items.
Payment for the slide gate, actuator, control
station, etc. shall be at the Lump Sum Price and
shall include the slide gate, actuator, conduit,
push button control station, meter cabinet or
panel, setting and testing the controls for the
actuator maintenance manuals, warranties, etc.
XIV. TEMPORARY RESURFACING
Paragraph 4, Section 306 - 1.5.1, "Temporary Resurfacing"
of the Standard Specifications shall be deleted and the
following added:
The cost of furnishing, placing, maintaining, removing
and disposing of temporary resurfacing shall be
included in the unit costs to install water and sewer
mains and laterals. Temporary resurfacing shall be 2"
in thickness, and is required over all excavated
pavement areas except where an entire alley or street
pavement is being reconstructed.
TO: City Council
• FROM: Public Works
February 10, 1992
:ITY COUNCIL AGENDA
:TEN NO. F-3(b)
SUBJECT: BALBOA PENINSULA AND BALBOA ISLAND ALLEY REPLACEMENT
PROGRAMS, COLLINS AVENUE -STORM DRAIN, 33RD AND 34TH
STREETS STORM DRAIN REPLACEMENT (C -2866)
Award Contract No. 2866 to -,Ka nedy Pipeline Company of
Laguna Hills, California for the total bid price of
$508,665.20, and authorise the Mayor and the City Clerk
to execute the contract.
At 11:00 A.M. on January 30, 1992, the City Clerk
opened and read the following bids for this project:
Low
Bidder Total Bid Price
Kennedy Pipeline Company $508,665.20
2
Clayton Engineering, Inc. $517,512.75
3
Sully - Miller Contracting Company $526,363.00
4
Heritage Engineering Const. Inc. $572,775.00*
5
Gillespie Construction Inc. $5990174.00
6
B & A Construction Inc. $607,607.00 **
7
Damon Const. Co. $622,369.75 * **
8
Mike Masanovich Const Co., Inc. $6420075.00
9
Savala.Construction Co., Inc. $658,812.50
10
Tomar Eng. Inc. $668,640.00
11
Nobest Inc. $692,417.05
12
Excalibur Contracting Inc. $699,979.50
13
Excel Paving Company $673,920.00 * * **
14
Griffith Company $728,430.00
15
Albert W. Davies, Inc. $777,000.00
* Corrected total bid price is $562,479.00
** Corrected total bid price is $607,580.00
* ** Corrected total bid price is $619,969.75
*
* ** Corrected total bid price is $720,945.00
The low bidder, Kennedy Pipeline Company, is a well -
qualified General Engineering contractor who possesses a Class A
Contractor's License. Kennedy Pipeline Company has not performed
previous
contract work for the City; however, a check with their
experience references and the State Contractor's License Board
has shown that Kennedy has successfully completed similar
contract
work for various developers and has no pending actions
detrimental to their contractor's license, respectively.
The low total bid price is 12% below the Engineer's
Estimate
of $577,000.00. The disparity between estimated and bid
•
C
•
0 •
Subject: Balboa Peninsula and Balboa Island Alley Replacement
Programs, Collins Avenue Storm Drain, 33rd and 34th
Streets Storm Drain Replacement (C -2866)
February 10, 1992
Page 2
amounts is attributed to an intense competition among contractors
caused by scarcity of such work.
This project provides for the replacement of 180 lineal
feet of sewer main, the installation or replacement of 1,410
lineal feet of storm drain, and the reconstruction of 33,810
square feet of alley improvements, at locations shown on the
attached Exhibit "A ".
The sewer main and lateral replacements will restore
the original flow capacity to the system. The storm drain
construction will improve drainage and eliminate water ponding in
public sidewalks and streets. The storm drain construction
includes construction of the Collins Avenue Storm Drain which was
deleted from a previously awarded contract. The reconstruction
of the alley improvements will facilitate drainage and provide a
smooth driving surface.
Funds for award are proposed from the following
appropriations:
Description----------------- ---- -- Account No_ Amount
--- ---- -
Balboa Penn. Alley Replace Prog. 7013- 3130005 $ 55,723.59
Balboa Island Alley Replace Prog. 7013 - 3130007 90,000.00
Collins Ave. Storm Drain 7013- 3130056
Harbor Street End Improv. Prog. 7015- 2800001
33rd i 34th St. Storm Drains 7013- 3130016
Balboa Ave. Storm Drain Tide Gate 7013- 3130017
Sewer Main Replacement Program 7533- 5300002
Street Light Conversion Program
Water Main Replacement Program
Total
The plans and
Public Works Department.
1992. ^`
Ben amin B. Nolan
Public Works Director
SL: so
Attachment
7013- 3210001
7503 - 5000002
203,761.96
30,000.00
33,000.00
24,000.00
54,629.65
6,550.00
$508,655.20
specifications were prepared by the
All work should be completed by July
4"s
i�
•
•
JAN
• January 13, 1992
CITY COUNCIL AGENDA
ITEM NO. F -12
TO: City Council gppROVED
FROM: Public Works Department
SUBJECT: BALBOA PENINSULA AND BALBOA.ISLAND ALLEY REPLACEMENT
PROGRAMS, COLLINS AVENUE STORM DRAIN, 33RD and 34TH
STREETS STORM DRAIN REPLACEMENT (C -2866)
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the Ad- -*Sae
Aa at 7'I.AA Ta.+.va:+•_1A_... "1T7L.
DISCUSSION:
This project provides for the replacement of 180 lineal
feet of sewer main, the installation or replacement of 1,410
lineal feet of storm drain, and the reconstruction of 33,810
square feet of alley improvements, at locations shown on the
attached Exhibit "A ".
The sewer main and lateral replacements will restore
the original flow capacity to the system. The storm drain
construction will improve drainage and eliminate water ponding in
public sidewalks and streets. The storm drain construction
includes construction of the Collins Avenue Storm Drain which was
deleted from a previously awarded contract. The reconstruction
of the alley improvements will facilitate drainage and provide a
smooth driving surface.
The Engineer's construction estimate is $577,000.
Sufficient funds to award this amount are available in the
appropriations for Balboa Peninsula Alley Replacement Program,
Balboa Island Alley Replacement Program, Collins Avenue Storm
Drain, Harbor Street End Improvement Program, 33rd & 34th Streets
Storm Drain Replacement, Balboa Avenue Storm Drain Tide Gate,
Sewer Main Replacement Program, Street,Light Replacement Program,
Water Main Replacement Program, and the Street And Alley
Improvements Program.
The plans and specifications were prepared by the
Public Works Department. All work should be completed by July
30, 1992.
Ben -amen B. Nolan
Public Works Director
SL: so
Attachment
(3�
11
(t,��1`
Audwrizad b Pubiall Adven swnwas at ad kinds WKfix iM public not= by
Dade* ddoSWWiormlarat am" County NumberAfi214,
SapWv*W29,1961, andA -U N1 duo 1WW
9 '
STATE OF CALIFORNIA
County of Orange
I am a Citizen of the United States and a
resident of the County aforesaid; I am over
the age of eighteen years, and not a party to
or interested in the below entitled matter. I
am a principal clerk of the DAILY PILOT,
a newspaper of general circulation, printed
and published in the City of Costa Mesa,
County of Orange, State of California, and
that attached Notice is a true and complete
copy as was printed and published on the
following dates:
January 16, 21, 1992
I declare, under penalty of perjury, that the
foregoing is true and correct.
Executed on January 21, '199 2
at Costa Me Cal' omi
Signature
PROOF OF PUBLICATION