Loading...
HomeMy WebLinkAboutC-3063 - Balboa Island Street Light Replacement Project - Phase I!9/ CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 October 25, 1996 F. J. Johnson, Inc. 1195 N. Van Horn Way Anaheim, CA 92806 Subject: Surety: Bond No.: Contract No.: Project: (714) 6443005 Merchants Bonding Co. (Mutual) 704694 C -3063 Balboa Island Street Light Repalcement Project - Phase I On September 9, 1996, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. The Notice was recorded by the Orange County Recorder on September 18, 1996, Reference No. 19960475330, Sincerely, j LaVonne M. City Clerk Harkless, CMC /AAE LH:ib cc: Public Works Department 3300 Newport Boulevard, Newport Beach RECORDING REQUEST�Y AND 0 WHEN R.ECOR.DED kETURN TO: Rer.ordcd in the Cot inty of Orange. Gary L. Granville Clerk /Recorder "IIiI'1' III I I'lIINIll''�I °'�IUPP�'���I;�41 No California Fee City City 3300 Clerk of Newport Beach Newport Boulevard 19960475330 010am 005 18001814 18 49 N12 '1 7.00 0 00 0.00 0.00 U 00 09/18/96 0.00 Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 6103" iiCTI E OF COI-CTLLTivi NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and F. J. Johnson, Inc. as Contr actor; entered into a Contract on October 9, 1995 Said Contract set forth certain improvements, as follows: Balboa Island Street Light Replacement Project - Phase I Contract No. 3063 Work on said Contract was completed on August 23, 1996 and was found to be acceptable on September 9, 1996 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Merchants Bondine Company (Mutual) / / BY�,.. l l Public Works irector 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 00, at Newport Beach, California. _�.,n„w„_ t BY City Clerk MAO si Lf i • r] L September 9 , 1996 CITY COUNCIL AGENDA ITEM NO. 9 TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: NOTICE OF COMPLETION BALBOA ISLAND STREET LIGHT REPLACEMENT - PHASE I CONTRACT NO. C -3063 RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. DISCUSSION: • The contract for the construction of the Balboa Island Street Light Replacement Project -Phase I has been completed by F. J. Johnson, Inc. to the satisfaction of the Public Works Department. The bid price was $ 289,525.00 Council approved change order, 008 circuit conversion $44,952.00 Amount of change orders $ 33,443.76 Total contract cost $ 367,92076 There were three (3) change orders for this project. The first was for a time extension only, initiated by the City so construction could begin after the Christmas holidays. The second change order resulted because additional work was requested by the City to make repairs at the Balboa Pier Parking Lot and along the Ocean Front sidewalk to 6th Street (008 Circuit). This change was approved by the City Council on February 12, 1996. The third change order was for additional conduit installation and work required for the removal of encroachments around the street light system. Funds for the project were budgeted in the following accounts: Description Account Number Amount Street Light Replacement 7014- C5300035 $255,395.76 Street Light Conversion 7014- C5300025 $50,000.00 Sidewalk, Curb & Gutter 7013- C5100020 $62,525.00 • $367,920.76 O 0 i Balboa Island Street Light Replacement Project Notice of Completion C -3063 September 9, 1996 The contractor was F. J. Johnson, Inc. of Anaheim. The scheduled completion date was January 8, 1996. Due to the City's time extension request and additional time approved for the change order work, the adjusted completion date was August 23, 1996. The Contractor completed the project prior to this date. Staff recommends acceptance of the work. Respectfully submitted, PUBLIC WORKS DEPARTMENT Don Webb, Director By: Mi ael J. Sinacori, P.E. Utilities Engineer MJS:tam u • I 0 a CITY OF NEWPORT BEACH OFFICE OF T1iE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 (714) 644 -3005 TO: PURCHASING /ADMINISTRATIVE SERVICES DEPARTMENT FROM: CITY CLERK DATE: January 22, 1996 SUBJECT: Contract No. C-3063 Description of Contract: Balboa Island Street Light Replacement Project - Phase I Effective date of Contract: October 9, 1995 Authorized by Minute Action, approved on October 9, 1995 Contract with F. J. Johnson, Inc. Address: 1195 N. Van Horn Wav Anaheim, CA 92806 Amount of Contract: (See Agreement) LaVonne M. Harkless, CMC /AAE City Clerk LH:lm Attachment 3300 Newport Boulevard, Newport Beach February 12, 1996 CITY COUNCIL AGENDA is TO: MAYOR AND MEMBERS OF THE CITY FROM: PUBLIC WORKS DEPARTMENT SUBJECT: CONTRACT CHANGE ORDER TO F. J. JOHNSON FOR STREET LIGHT CIRCUIT 008 REPLACEMENT (OCEAN FRONT SIDEWALK AND BALBOA PARKING LOT), AS A PART OF THE BALBOA ISLAND STREET LIGHT REPLACEMENT PROJECT, CONTRACT NO. 3063 AND BUDGET AMENDMENT REQUESTING FUND TRANSFER RECOMMENDATIONS: 1. Approve a Contract Change Order to Contract No. 3063 to F. J. Johnson in the amount of $45,000 for the replacement of Street Light Circuit 008 (Ocean Front Sidewalk and Balboa Pier Parking Lot) • 2. Authorize a $60,000 Budget Amendment to transfer funds from the Tidelands Fund to the General Fund. DISCUSSION: Circuit 008 of the City's street light system provides lighting for the Ocean Front sidewalk from 6th Street to Palm Street and the Balboa Pier Parking Lot. Thirty-seven street lights are on this circuit. The portions of the circuit along the Ocean Front sidewalk were originally installed in 1931. Circuit 008 is an outdated series circuit with incandescent light fixtures. The frequency of outages on this circuit has significantly increased during this past year. On December 18, 1995, a conduit short occurred causing the lights to be out for 3 to 4 days during the Christmas Boat Parade period. Temporary lighting was required to be rigged for the pier parking lot. Most recently during a light mist on January 16th a short in a light fixture occurred near 6th Street causing stray voltage in the sidewalk area. This malfunction kept the circuit out of service for two days. The attached exhibit displays the older street light systems • which are slated for replacement under the City's fifteen year program. This program will convert obsolete 5000 volt series street light circuits and replace aging facilities. Circuit 008 is shown in the inset. During the repair of the latest outage, City crews noted that Circuit 008 should be upgraded to the current standard 240 volt circuit and sodium vapor light fixtures to eliminate the potential of stray voltage being dispersed from the circuit. Currently the electrical contracting firm of F. J. • 0 Page 2 I - Circuit Emergency Street Light Replacement Project (Balboa Parking Lot(, C -3082 February 12, 1996 Johnson, Inc. is performing a similar conversion of the street light system on Balboa Island. Staff has solicited a bid from this firm to perform the necessary work to convert the old series circuit and incandescent lights to a 240 volt circuit and high pressure sodium pressure lights. F. J. Johnson has provided a $40,000 quote to perform the work to convert Circuit 008. The quote for the work is consistent with the bid prices that F. J. Johnson provided the City for the Balboa Island Street Light Replacement Project. That project was awarded by City Council in October for $289,525. Staff recommends that the Council accept the quoted price and include the Circuit 008 work as a Contract Change Order to the Balboa Island Street Light Replacement Project C -3063. F. J. Johnson of Anaheim is a qualified general contractor licensed to do business in California. This contractor has successfully completed street lighting projects for other reputable public agencies and municipalities. The firm has an excellent reputation in the street lighting field and has a significant amount of experience with projects of this type. The firm has done work for the County of Orange, Cities of Orange, Laguna Niguel, Laguna Hills, Costa Mesa, Fullerton, Placentia and Newport Beach. The firm also frequently acts as a sub - contractor on major road projects. They recently worked on the Balboa Boulevard Project and New Ford Road installing street lights for the City of Newport Beach. In addition, F. J. Johnson performed the series conversion at Peninsula Point in 1994, has recently completed work on the F- circuit series conversion near the Newport Pier, and is currently completing the first phase of the Balboa Island Street Light Replacement Project. The addition of the Circuit 008 work to the Balboa Island Street Light Conversion project will allow the work to be completed more rapidly than if the conversion went through the formal bid process. The work is anticipated to be completed by Easter. REQUEST FOR FUND TRANSFER: Funds for the change order and for the purchase of required materials will be obtained by authorizing a Budget Amendment transferring $60,000 from the un- encumbered Tidelands Fund Oil Field Improvement Capital Project Account No. 7231- C5400053 to the Street Light Replacement Project Account No. 7014- C5300035. Staff recommends approval. Respectfully submitted, PUBLIC WORKS DEPARTMENT Don Webb, Director Attachments: Exhibit "A ": 15 Year Street Light Replacement Program and Project Location Map • See Contract File for Street Lighting Series Circuit Conversion - 15 Year Plan lb NOTICE INVITING BIDS Scaled bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92658 -8915 until 2:00 o'clock p.m. on 26th day of September, 1995, at which time such bids shall be opened and read for: BALBOA ISLAND STREET LIGHT REPLACEMENT PROJECT - PHASE I Title of Project C -3063 Contract No. $ 190,000.00 Engineer's Estimate F& I rk, \/- I FO RNI Approved by the City Council this 28th day of August, 1995 Wanda E. Raggio City Clerk Prospective bidders may obtain aset of contract documents at no cost (for the first set and $25.00 for each additional set) at the office of the Public Works Department, 3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92658 -8915 For f irther information, call Michael J. Sinacori at 644 -3011. Project Manager a t-N Ct�iQ.lC- CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT - UTILITIES BALBOA ISLAND STREET LIGHT REPLACEMENT PHASE CONTRACT NO. C -3063 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P.O. Box 1768 Newport Beach, California 92658 -8915 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and shall perform all work required to complete Contract No. C -3063 in accord with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: NOTE: All applicable sales taxes, State and /or Federal, and any other special taxes, patent rights or royalties shall be included in the prices quoted in this proposal. SCHEDULE OF WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 1. 30 EA. Remove existing street light standard and install City - furnished new 10' fiberglass street light standard complete with contractor furnished and installed 50 -watt HPS luminaire, including PEC, fusing, conduit, and conductors from adjacent pull box to luminaire for the unit price of: One Thousand Twenty Dollars and No Cents Per Each P -la $ 1.020.00 $ 30,600.00 SCHEDULE OF WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 2. 19 EA. Remove existing street light standard and install new 10' fiberglass street light standard complete with contractor furnished and installed 50 -watt HPS luminaire, including PEC, fusing, conduit, and conductors from adjacent pull box to luminaire for the unit price of: Two Thousand Three Hundred Thirty -Three Dollars and No Cents $2,323.00 $ 44,137.00 Per Each 3. 3 EA. Remove existing street light standard install new 10' fiberglass street light standard complete with contractor furnished and installed 70 -watt HPS luminaire, including PEC, fusing, conduit, and conductors from adjacent pull box to luminaire for the unit price of: Two Thousand Three Hundred Thrity -Three Dollars and No Cents $ 2,333.00 $ 6.999.00 Per Each 4. 10 EA. Install new 10' fiberglass street light standard complete with contractor furnished and installed 70 -watt HPS luminaire, including new foundation per City Standard Plan STD 205 -L, PEC, fusing, conduit, and conductors from adjacent pull box to luminaire for the unit price of: Two Thousand Four Hundred Sixty Dollars and No Cents $ 2,460.00 $ 24.600.00 Per Each P -lb SCHEDULE OF WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 5. 3 EA. Replace existing series incandescent luminaire with City - fumished 50 -watt luminaire complete, including contractor furnished and installed fusing, conduit, and conductors from adjacent pull box to luminaire for the unit price of: Three Hundred Thirty Dollars and No Cents $ 330.00 $ 990.00 Per Each 6. 2 EA. Furnish and install service cabinet including 21/2" PVC conduit to Edison feed pole and service connection for the unit price of: Two Thousand Four Hundred Sixty-Two Dollars and No Cents $ 2.462.00 $ 4.924.00 Per Each T 7,000 L.F. Furnish and install 11/4" PVC conduit with 248 insulated conductors and 148 bare conductor for the unit price of: Dollars and Cents $14.10 $ 98.700.00 Per Linear Foot 8. 1,000 L.F. Fumish and install 11/4" PVC conduit with 448 insulated conductors and 148 bare conductor for the unit price of: Fourteen Dollars and Forty -Two Cents $ 14.42 $ 14.420.00 Per Linear Foot P -lc SCHEDULE OF WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 9. 2,100 L.F. Furnish and install 11/4 PVC conduit and pull rope for the unit price of: Fourteen Dollars and Seventy -Five Cents $ 14.75 $ 30,975.00 Per Linear Foot 10. 500 L.F. Furnish and install 11/4" PVC conduit with #8 5KV series conductors and 148 bare conductor for the unit price of: Fifteen Dollars and Ten Cents $15.10 $ 7,550.00 Per Linear Foot 11. 139 EA. Furnish and install pull box per City Standard Plan STD 205 -L for the unit price of: Ninety -Eight Dollars and No Cents $ 98.00 $13.622.00 Per Each 12. 43 EA. Remove existing pull box. Remove existing conduit and conductors within existing pull box area, and restore surface to match adjacent area for the unit price of: Two Hundred Dollars and No Cents $ 200.00 $ 8.600.00 Per Each P -ld SCHEDULE OF WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO, QUANTITY DESCRIPTION PRICE AMOUNT 13. 4 EA. Remove existing street light standard and foundation, and restore surface to match adjacent area for the unit price of: Four Hundred Seventy -Two Dollars and No Cents $ 472.00 $1,888.00 Per Each 14. L.S. Relocate existing signs to new street light standards for the lump sum price of: One Thousand Five Hundred Twenty Dollars and No Cents $1,520.00 $1,520.00 Lump Sum Total Price in Written Words: Two Hundred Eighty -Nine Thousand Five Hundred Twenty -Five Dollars and No Cents $ 289.525.00 Total Price Bidder's Name F. 1. lohnson, Inc. Bidder's Address P. O. Box 8438 Anaheim, California 92812 -0438 Bidder's Telephone Number (714) 632 -1415 Contractor's License No. & Classification 489328 "C -10" 4/30/96 Expiration Date September 26, 1995 S /DANIEL H. SMITH, TREASURER Date Authorized Signature & Title P -le • INSTRUCTIONS TO BIDDERS• Page 2 The following documents shall be completed, executed and received by the City Clerk in accord with the "NOTICE INVITING BIDS ". L PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON - COLLUSION AFFIDAVIT 6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the 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. In accord with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 489328 T-10" F. J. JOHNSON, INC. Contr's Lic. No. & Classification Bidder September 26, 1995 S /DANIEL H. SMITH. TREASURER Date Authorized Signature and Title Page 3 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accord with State law and /or the Standard Specifications for Public Works Construction, as applicable. The Bidder, by signing this designation certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accord with State law. 1 2. 3. 4. 5. 7 9. 10. 11. Subcontractor Address Subcontract Work F. 1. JOHNSON, INC. Bidder S /DANIEL H. SMITH. TREASURER Authorized Signature and Title • Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, F. J.IOHNSON. INC. , as bidder, and MERCHANTS BONDING COMPANY (MUTUAL) , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT OF THE TOTAL AMOUNT BID IN Dollars ($10 %), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of BALBOA ISLAND STREET LIGHT REPLACEMENT PROJECT - PHASE I C -3063 Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver to said City the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) after the date of the mailing of Notice of Award to the above bounded bidder by and from said City, then this obligation shall become null and void; otherwise it shall be forfeited to the said City. In the event that any bidder above named executed this bond as an individual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 19TH day of SEPTEMBER. 1995. (Attach acknowledgement of F. J. TOHNSON, INC. Attorney -in -Fact) Bidder S /NOREEN A. DENISON S /DANIEL H. SMITH. TREASURER Notary Public, 41043928 Authorized Signature and Title NOVEMBER 4. 1998 MERCHANTS BONDING COMPANT (MUTUAL) Commission Expires Surety By: S /JUDITH K. CUNNINGHAM Title: ATTORNEY -IN -FACT Page 5 NON - COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be suggested, offered, paid or delivered to any person whomsoever to influence the acceptance of said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomsoever to pay, deliver to or share with another person in any way or manner, any of the proceeds of the contracts sought by this bid. F. T. TOHNSON, INC. Bidder S /DANIEL H. SMITH, TREASURER Authorized Signature and Title Subscribed and sworn to before me this 21ST day of SEPTEMBER. 1995. My Commission Expires: NOVEMBER 4. 1998 S /NOREEN A. DENISON Notary Public, #1043928 Page 6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No SEE ATTACHED SHEET F.1. IOHNSON, INC. Bidder S /DANIEL H. SMITH. TREASURER Authorized Signature and Title NOTICE • 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 the Notice of Award to the successful bidder: PAYMENT BOND (pages 8 & 9) FAITHFUL PERFORMANCE BOND (pages 10 & 11) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12,13 &14) CONTRACT (pages 15 & 16) WORKERS' COMPENSATION INSURANCE CERTIFICATION (page 17) 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, and (3) meeting the Policyholder's Rating and Financial Size Category criteria in the paragraph below. Insurance Companies affording coverage and sureties issuing bonds 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 VII (or larger) in accord with the latest edition of Best's Key Rating Guide: Property - Casualty except as modified by the Special Provisions. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. r y PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That Page 8 BOND NO: CA 704694 PREMIUM INCLUDED IN THE PERFORMANCE BOND EXECUTED IN FOUR COUNTERPARTS WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted October 9. 1995 has awarded to F. J. JOHNSON, INC. hereinafter designated as the 'Principal ", a contract for BALBOA ISLAND STREET LIGHT REPLACEMENT PROJECT - PHASE I CONTRACT NO. C -3063 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We F. 1. TOHNSON, INC. as Principal, and Merchants Bonding Co. (Mutual) as Surety, are held firmly bound unto the City of Newport Beach, in the sum Two Hundred Eighty -Nine Thousand Five Hundred & Twenty- Five & No/ 100 Dollars ($289,525.00), said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions or other supplies, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, 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. • f . -] The bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this bond as required by the provisions of Section 3247 et seq. of the Civil Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 14TH day of DECEMBER ,1995 . Name Signature and Title Authorized Signature and Title (Seal) MERCHANTS BONDING COMPANY (MUTUAL) ,(Seal) Name of Surety 2425 E. CAMELBACK ROAD, SUITE 800 Address of SuretyJJ PHOENIX, AZ 85016 Si re and Title of Authorized t JUDITH K. CUNNINGHAM, ATTORNEY -IN -FACT 1551 N. TUSTIN AVENUE, SUITE 1000 Address of Agent SANTA ANA, CA 92705 714/953 -9521 Telephone Number of Agent l 0 0 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That Page 10 BOND NO: CA 704694 PREMIUM: $2,305.00 EXECUTED IN FOUR COUNTERPART: WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted October 9.1995 has awarded to F. J. JOHNSON. INC. hereinafter designated as the 'Principal ", a contract for BALBOA ISLAND STREET LIGHT REPLACEMENT PROJECT - PHASE I CONTRACT NO. C -3063 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, F. I. JOHNSON, INC. as Principal MERCHANTS BONDING COMPANY (MUTUAL) as Surety, are held and firmly found unto the City of Newport Beach, in the sum of Two Hundred Eighty -Nine Thousand Five Hundred & Twenty -Five Dollars ($289.525.00). said sum being equal to 100% of the estimated amount of the contract, to be paid to said 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, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. 0 Page 11 And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 14TH day of DECEMBER , 1995 F. I. OHNSON, INC. (Seal) Nam of ontractor (P ' ci Auth rized Signature and Title Authorized Signature and Title MERCHANTS BONDING COMPANY (MUTUAL) (Seal) Name of Surety 2425 E. CAMELBACK ROAD, SUITE 800 Address of Surety PHOENIX, AZ 8501 Signathre and Title of Authorized Age JUDITH K. CUNNINGHAM, ATTORNEY -IN -FACT 1551 N. TUSTIN AVENUE, SUITE 1000 Address of Agent SANTA ANA, CA 92705 714/953 -9521 Telephone Number of Agent CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of ORANGE On DECEMBER 14, 1995 before me, JANINA BEAUDRY Notary Public Dale Notary personally appeared JUDITH K. CUNNINGHAM Name of Signer(,) $$personally known to me - OR - C] 24. 19% ' proved to me on the basis of satisfactory evidence to be the person(s) whose the person(s) whose name(s) Were subscribed to the within instrument and acknowledged to me that •helshdthW executed the same in tllWherAheir- authorittd capacity(ies), and that by-hitfherhheir signature(s) on the instrument the person(s) or the entity upon behalf of which the person(s) acted, executed the instrument WITNESS my hand and official seal. Sig rc of Notary Thom the daut below u not required bylaw. it may prove valuable tope mtvu%m the dwimvau aid could p,evau Gaudidnu reaeadm of thi, ram CAPACITY CLAIMED BY SIGNER ❑ NDIVIDUAL(S) ❑ CORPORATE OFFICER(S) TrrLES(S) ❑ PARTNER(S) ❑ Limn -FD ❑ GENERAL f{ATTORNEY -IN-FACT ❑ TRUSTEE(S) ❑ GUARDIANICONSERVAi'OR ❑ OTHER DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES ,M a a— 1.. adt SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTI TY(IES) SIGNER(S) OTHER THAN NAMED ABOVE • 3361 31* GR IFFI TII- SINCOCK Merchants Bonding Company (Mutual) POWER OF ATTORNEY Know All Men By These Presents. that the MERCHANTS BONDING COMPANY (Mutual), a corporation duly organized under the laws of the State of Iowa, and having its principal office in the City of Des Moines. County of Polk, State of Iowa, hath made, constituted and appointed. and does by these presents make, constitute and appoint > ».IOHN M. GARRETT"JUDITH K. 01111INGHAH *•KELLY HCNEIL<<< »>«< »>«< of SANTA ANA and State of CA its true and lawful Attorney -in -Fact. with lull power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety: >>>TWO HUNDRED FIFTY THOUSAND DOLLARS($250,000.00)<<< and to bind the MERCHANTS BONDING COMPANY (Mutual) thereby as fully and to the same extent as if such bond or undertaking was signed by the duty authorized officers of the MERCHANTS BONDING COMPANY (Mutual), and all the acts of said Attorney, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of- Attomey is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (Mutual). ARTICLE 2. SECTION S. — The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attorney -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal or the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and otherwritings obligatory in the nature thereof. ARTICLE 2, SECTION 9. — The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed. In Witness Whereof, MERCHANTS BONDING COMPANY (Mutual) has caused these presents to be signed by its Vice President and President, and its corporate seal to be hereto affixed, this 15th day of October A.D., 19 92 Attest: MERCHANTS BONDING COMPANY (Mutual) `;��riG fq�i ^• By STATE OF IOWA •••�.�: ;yd'.' COUNTY OF POLK On this 15th day of October .19 92 before me appeared M1 Long and Rodney Bliss 111, to me personally known, who being by me duly swam did say that they are Vice President and President respectively of the MERCHANTS BONDING COMPANY (Mutual the corporation described in the foregoing instrument. and that the Seat affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf of said Corporation by authority of its Board of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal, at the City of Des Moines, Iowa the day and year first above written. G. OR (J+"0. •. 7 3 IOWA m • y' v T • ••'. 4H1At -5 I. M.J. Long, Vice President of the MERCHANTS BONDING COMPANY (Mutuaq, do herst foregoing Is a true and correct copy of the POWER OF ATTORNEY, executed by said COMPANY (Mutual), which is still in force and effect. STATE OF IOWA COUNTY OF POLK as. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Company, at SANTA this 14TH day of DECEMBER 79 95 This power of attorney expires December 31, 1995. na.1 haft. I k COMM% 1p 4 Mr Co•.•.,tle• E,pn, 11 -4.95 :/j!' f ]c, �__ J CERTIFICATE OF INSURANC l2/27j95 PRODUCER COMPANIES AFFORDING COVERAGE CALICO INS. BROKERS S AGENTS, INC. COMPANY LETTER A AMERICAN AUTOMOBILE INS. CO. P.O. Box 5995 Orange, CA 92613 -5995 COMPANY 8 LETTER THE AMERICAN INS. CO. INSURED COMPANY C F.J. JOHNSON, INC. LETTER CA CASUALTY COMPENSATION INS. CO. COMPANY 1195 N. Van Horne Way Anaheim, CA 92806 LETTER COMPANY E LETTER COVERAGES. THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE. CTR TYPE OF INSURANCE POLICY EFFECTIVE EXPIRATION DATE ALL LIMITS IN THOUSANDS NUMBER DATE GENERAL LIABILITY A (OCCURENCE BASIS ONLY) MAG80633503 11/24/95 11/24/96 GENERAL AGGREGATE $2,000 COMMERCIAL COMPREHENSIVE PRODUCTS /COMPLETED $2,000 OPERATIONS AGGREGATE OWNERS 8 CONTRACTORS PROTECTIVE X CONTRACTUAL FOR SPECIFIC PERSONAL INJURY $1,000 CONTRACT X PRODUCTS /COMPLETED OPERATION EACH OCCURENCE $1,000 X XCU HAZARDS BROAD FORM PROPERTY DAMAGE SEVERABILITY OF INTEREST CLAUSE FIRE DAMAGE S 50 (ANYONE FIRE) P. L WITH EMPLOYEE EXCLUSION MEDICAL EXPENSES S 5 REMOVED MARINE (ANY ONE PERSON) AUTOMOBILE LIABILITY COMBINED $ 1,000 { �� SINGLE LIMIT r * ANY AUTO MZA110155472 11/24/95 11/24/96 BODILY INJURY $ ALL OWNED AU70S (PER PERSON) SCHEDULED AUTOS a9. BODILY INJURY $ X HIRED AUTOS (PER ACCIDENT) NON-OWNED AUTOS PROPERTY`._. GARAGE LIABILITY DAMAGE $ EXCESS LIABILITY 4" rya OCCURENCE AGGREGATE' UMBRELLA FORM uL.yuY l �R� S S OTHER THAN UMBRELLA FORM k°°A� na. , r STATUTORY X C WORKERS' COMPENSATION WC680121380 10/01/95 10/01/96 & S 1,000 EACH ACCIDENT S 1,000 DISEASE-POLICY LIMIT EMPLOYERS'LIABILITY S 1,000 DISEASE-EACH EMPLOYEE OTHER DESCPI RETN^ :ALLOPEPATCWPERF(MEDFORTHECIttOF NEWPORTBEACH BYORCNBEH ALFOFTHENAMEDINSUREDINCONNECiIONWTIH ,RM,u UMIiEDTOTHEF;aLMNGCAMRACT: BALBOA ISLAND STREET LIGHT REPLACEMENT PROJECT - PHASE I, CONTRACT ON. C -3063 PROJECT TITLE AND CONTRACT NUMBER CERTIFICATE HOLDER CANCELLATION CITY OF NEWPORT BEACH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON - RENEWED. CANCELLED OR P.O. BOX 1763 COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE COMPANY AFFORDING COVERAGE SHALL PROVIDE 30 DAYS MINIMUM ADVANCE NOTICE TO THE CITY OF 3300 NEWPORT BOULEVARD NEWPORT BEACH BY FIRST C SS MAIL. / NEWPORT BEACH, CALIFORNIA 92659 -3915 1 ,(/[w', / ATTENTION: Michael J. Sinacon /z`�,7/ 3 AUTHORIZED REPRESENTATIVE ISSUE DATE CITY OF NEWPORT BEACH 11 AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 13 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 $ 1.000.000 per person Bodily Injury Liability $ 1,000,000 per accident Property Damage Liability $ 11000.000 [ X] Combined Single Limit Bodily Injury Liability $ 1.000.000 and Property Damage Liability 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. 4. Should the policy be non - renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: BALBOA ISLAND STREET LIGHT REPLACEMENT -PHASE I C -3063 Project Title Contract No. This endorsement is effective NOVEMBER 24, 1995 at 12:01 A.M. and forms part of Policv No. MZA80155472 of THE AMERICAN INS. CO. (Company Affording Coverage) Insured F.J. JOHNSON, INC. Endorsement 'No. ', Issuing Company CALCO INS. BROKERS S AGENTS By (Authorized Representative) ., :1 0 • CITY OF NEWPORT BEACH GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 14 With respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. The insurance afforded said additional insured(s) shall apply as primary insurance and to 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 the liability of the company affording coverage." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision contained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU" hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured(s) named in paragraph I of this endorsement shall be the limits indicated below written on an "Occurrence" basis: [X] Commercial[ ] Comprehensive General Liability $ 1,000,000 each occurrence $ 1,000.000 each occurrence The applicable limit of the 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). 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, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department 7. Designated Contract: BALBOA ISLAND STREET LIGHT REPLACEMENT -PHASE I C -3063 Project Title Contract No. This endorsement is effective NOVEMBER 24, 1995 at 12:01 A.M. and forms part of Policy No. MZG80633503 of AMERICAN AUTOMOBILE INS. CO. (Company Affording Coverage) Insured F.J. JOHNSON, INC. Endorsement Issuing Company CALCO INS. BROKERS 5 AGENTS By /w . _664-6 cy__ , (Authorized Representative) Page 15 CONTRACT THIS AGREEMENT, entered into this 9th day of October, 1995, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and F. J. JOHNSON, INC., hereinafter "Contractor," is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: BALBOA ISLAND STREET LIGHT REPLACEMENT PROJECT - PHASE I C -3063 Title of Project Contract No. (b) Contractor has been determined by City to be the lowest responsible bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: BALBOA ISLAND STREET LIGHT REPLACEMENT PROJECT - PHASE I C -3063 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 Two Hundred Eighty -Nine Thousand Five Hundred & Twenty -Five & No /100 Dollars ($ 289.525.00) This compensation includes (1) any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and Endorsements(s) (f) Workers' Compensation Insurance Certification U E (f) Plans and Special Provisions for BALBOA ISLAND STREET LIGHT REPLACEMENT PROJECT - PHASE I C -3063 Title of Project Contract No. (g) This Contract. 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. CITY OF NEWPORT BEACH a municipal corporation John Hedges, Mayor ATTEST: Ro Clauson, Assistant City Attorney Page 16 F. 1. JOHNSON, INC. Name of Contractor (Principal) iL Authorized Signature and Title TR 4 Authorized Signature and Title Page 17 WORKERS' COMPENSATION INSURANCE CERTIFICATION "I am aware of the provisions of Section 3700 of the Labor Code which requires 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." Date F. 1. JOHNSON, INC. Name of Contractor (Principal) Authorized Signature and Title -y';� tc .,, Ll BALBOA ISLAND STREET LIGHT REPLACEMENT PROJECT -PHASE I C -3063 Title of Project Contract No. 153 -05 -73 11 =52 - _ 6"2t11 569 F.J_ ,JOHNSON INC. BIDDER'S, BOND KNOW AI,L MEN BY THESE PRESENTS, That we, F. J. JOHNSON, INC. and MERCHANTS BONDING,. C9MI 002 PC5 Page 4 _. as bidder, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the stun of TEN PERCENT OF THE TOTAL AMOUNT BID IN Dollars ($ 10% lawful money of the United States for the payTnent of which sum well and truly to be made, we bind our-selves, jointly cmd severally, firmly by these presents. TIIE CONDITICIN OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of BAIBOA ISLAND STREET LIG%lT_REI'LACEMENT. PROJECT - PIIASE I C -3063 Title of Project Contract No. in the City of Newport }leach, ie accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver to said City the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) after the date of the mailing of Notice of Award to the above bounded bidder by and from said City, then this obligation shall become null and void; otherwise it shall be forfeited to the said City. In the event that any bidder above named executed this bond as an individual, it is agreed tha.t the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHFREOF, we hereunto Set our hands and seats this_ 19TH day of SEPTEMBER I945, (Attach acknowledgement of F. J. HNSON, INC. Attorney in -fart) Bidder Notary Public Audio `ed. 4�19,4at.. d Title Co,nrni ton Expo state of California t � County of Orange SUBSCRIB €D AND SWOFlN TO BEFORF.ME THIS DAY OF'���_19 NOTARY PUBLIC MERCHANTS BONDING COMPANY (MUTUAL) Surety By. JUDITH K. CUNNINGHAM, Fitle: _ ATTORNEY -IN -FACT NOREEN A. DENISON COMM. #1043928 a G NO .m NOTARY P=-CAUFORNA 9 ¢ ORAECOUNTY V. ; om Exp.Nov. 4, 1998 1 0 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of ORANGE On SEPTEMBER 19, 1995 before me, JANINA BEAUDRY Notary Public Date Notary personally appeared JUDITH K. CUNNINGHAM Name of Sig wqs) $$personally known to me - OR - ❑ ! JAN'. L r, COMM 1 NOTARY MM .J . I A i v ORANGIF. i ,01110, t ti ��. Li'i C 3" 815SIC:1 8:p{: : =': proved to me on the basis of satisfactory evidence to be the person(s) whose the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her /their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s) or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. " Signs re of Notary Though the data below is not required bylaw. it may pout valuable to pm relying on the doaaant and wind povmt raudulera reattacta=t or this ram. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL(S) ❑ CORPORATE OFFICER(S) TITLES(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL kkAT- roRNEY -m -FACT ❑ TRUSTEE(S) ❑ GUARDIANICONSERVATOR ❑ OTHER SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) TITLE OR TYPE OF DOCUMENT U01311-1:1XI)i DATEOFDOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE • • BY THE October 9, 1995 CITY COUNCIL AGENDA ITEM NO. 5 TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: AWARD OF CONTRACT, BALBOA ISLAND STREET LIGHT REPLACEMENT PROJECT PHASE I, CONTRACT NO. 3063 RECOMMENDATIONS: 1. Find based on evidence submitted, that the "apparent low bidder ", TDS Engineering, committed an error in preparing their bid proposal, and approve the written request of the "apparent low bidder ", TDS Engineering, to rescind their bid because of the error. 2. Find that F. J. Johnson submitted the 'lowest responsible bid" and that they can meet the requirements for completing the proposed contract work and declare them the 'low bidder ". 3. Award Contract No. C -3063 to F. J. Johnson in the amount of $289,525.00, and authorize the Mayor and the City Clerk to execute the contract on behalf of the City. DISCUSSION: On August 28, 1995, the City Council approved the plans and specifications and bid advertising for Phase I of the Balboa Island Street Light Replacement Project, Contract No. 3063. At 2:00 p.m. on September 26, 1995, the City Clerk opened and read bids for the subject project. Five bids were received; a summary of the results are listed below, and an itemized bid summary is attached as Exhibit "A ": Rank Contractor /Bidder Total Bid Price • 1 2 TDS Engineering F.J. Johnson $248,725.00* $289,525.00 ** 3 Hood Corporation $302,080.00 4 Paul Gardner Corp. $317,775.00 5 MBE Electric $385,507.00 *Bidding Error * *Lowest Responsible Bid C� 0 SUBJECT: AWARD OF CONTRACT, BALBOA ISLAND STREET LIGHT REPLACEMENT PROJECT PHASE I, CONTRACT NO. 3063 October 9, 1995 Page 2 The contracting company who submitted the apparent low bid, TDS Engineering of Westlake, has submitted evidence to the City which shows they erred in preparing their bid proposal. A review of their bid calculation sheets revealed an error that, had it not been made, would have resulted in a bid price of over $300,000.00. In keeping with the provisions of the Public Contract Code related to errors in bid preparation, the contractor made a written request to rescind the bid submitted. Staff believes granting this request is both prudent and appropriate, given the circumstances. Under the law, the City would not be able to hold the contractor to a bid price proposal that was prepared in error. As such, the contractor who submitted the second lowest bid should be declared the "lowest responsible bidder ". The bid prices exceed the Engineer's Estimate of $190,000. The Engineer's Estimate was based on past work completed on the peninsula. The Balboa Island work in this contract is in a more confined and congested area. A review of the bids indicates that after the TDS bid is discarded, the next three bids are quite consistent and only vary by 10 %. The main differences between the Engineer's Estimate and prices bid are in conduit installation and contractor furnished light poles. A review of the bid summary • and discussions with the contractors indicate that the prices bid are reasonable and rebidding the project will not result in any savings to the City. Therefore, it is recommended that the contract be awarded to F.J. Johnson. The lowest responsible bidder, F.J. Johnson of Anaheim, is a qualified General Contractor licensed to do business in California. This company has successfully completed street lighting projects for the City and other public agencies and municipalities. The firm has an excellent reputation in the street lighting field and has a significant amount of experience with projects of this type. In addition to the City of Newport Beach, the firm has done work for the County of Orange, Cities of Orange, Laguna Niguel, Laguna Hills, Costa Mesa, Fullerton, and Placentia. The firm also frequently acts as a sub - contractor on major road projects. They recently worked on the Balboa Boulevard Project and New Ford Road installing street lights for the City of Newport Beach. F.J. Johnson performed the series conversion at Peninsula Point in 1994 and is currently working on the F- circuit series conversion near the Newport Pier. F. J. Johnson's insurance policies and bidder's bonds meet the City's requirements. • Staff believes this contractor will satisfactorily complete the proposed work. The contractor has a proven ability to work well with City inspection forces and has always provided excellent services with minimal requests for additional compensation. 0 • SUBJECT: AWARD OF CONTRACT, BALBOA ISLAND STREET LIGHT REPLACEMENT PROJECT PHASE I, CONTRACT NO. 3063 October 9, 1995 Page 3 • PROJECT DESCRIPTION: The street lights on Balboa Island are slated for replacement under the City's fifteen year program to convert obsolete 5000 volt series street light circuits and replace aging facilities. The total Balboa Island Street Light Replacement Project calls for the replacement of 160 incandescent lights and more than 30,000 feet of obsolete electrical conduit and wiring. Due to funding limitations, the project will be completed in three phases. Phase I involves replacement of approximately 60 lights in the central part of the island between Marine Avenue and Diamond Avenue. See attached Exhibit "B" for project limits. PROJECT FUNDING AND SCHEDULE: This project provides for both the conversion of an incandescent lamp system to a more energy efficient high pressure sodium lamp system and the upgrading of a portion of one of the oldest lighting systems in the City. All of the remaining street light conversion and replacement funds for this year will be committed to this project • ($227,000). The remainder of the funding will come from the sidewalk replacement program and cover the costs of the sidewalk repair related to the conduit and pull box installation. The project will be funded from the following accounts: 7014- C5300025 Street Light Conversion Program $ 50,000.00 7014- C5300035 Street Light Replacement Program 177,000.00 7013- C5100020 Sidewalk, Curb, Gutter Replacement Program 62.525.00 TOTAL PROJECT COSTS $289,525.00 The Contract specifications require the contractor to complete the street light replacement work within 90 calendar days, allowing shut down time for the various holidays during the construction period. Work on Marine Avenue will not be done until after the holiday shopping season. Staff anticipates completion of the project by early February, 1996. Respectfully submitted, WORKS DEPARTMENT Don WebbZirr r By: Ichael J. Sinacori, P.E. (Acting) Utilities Manager Attachments: Exhibit "A ": Itemized Bid Summary NI -5I M vl V r F U J Z FLU C� O� CL 3 m La Z0 OY 7- C F- O v3 U_ M3 ^W J 0 m p L Q Uu m!flO= 0 r, a m U 0 UI iV N 1 UI � NI �i 1 0 U 0 F �?< W l- E F W Z Z W K W zg< 2 U W G Ll R X L • F O O O O O O O O p O 0 O 0 O 0 O 0 O 0 0 0 p = O O O N o p O m O e O m O N O e O 0 m O 0 m w m N fw'1 m t7 m N y O O O U a ~ O O m U] N O m P n 0 N N w N N O O O O O 000000 g ZO O p 0 0 p 0 0 0 0 0 O 1� Oj O p P O O N O N O m O N 0 o c w m w m m m m w m e 6, c NwNN 'AwwwwiywwN Nw LL 0 0 0 0 O 0 O 08. O H O O O O O p O � N P N n O � O p p O O Z N N N m O m P m O N N Z ^ ^` N m No n m N N N N N w N 8 Z O O O O�R O OC� C! o o N O O O O O O p O m m 0 0 0 N 0 O O O O O O O O O N O m m N O^ 0 N m m m N m O N O O n _ w w w w N w w N w N w N N w w w Z O O O O O p^ O n N O m O p 0 � N NN w w N w w N w m w� w w w w p p 0 0 0 0 0 p 0 p F 0 0 0 0 0 0 0 0 0 0 0 Z b n N O N O N O m O N N 7 f O m N w N P w P w O w w w N O w N N l w w op w E N Q w w `m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 q 0 0 0 0 0 0 0 0 -F o o o o o0 ai0 0 oo c m o 0 0 0 o w w w m o o p W W Z n m m O m N N w CI O W Z O m m O m N O O O O O O O l7 m P O m w m Y N 3 a 0003i°n m am o m m m c c c s o N U Z Z C c a W lC N m T m 4- P s b o N � m� IL U 3 3 3 3 W e X m E E E a m m m m m w E E Q C C C C C C C C m Q Q W N Cl P N 10 n m w O � N m P --21 m n m w O N l7 F R X L • • • • N N Y al U) ❑] L L U Q F-' co N0] Vc LL CC Q r yw Q. z 0 L v1 QY r� U M�M 1. 1 CL CL 0 0 1 w U Z O F < U OJ w F tt7 F C d` w F F LLl N W z Z W z W < E U w a • R a r x w 0 0 o p 0 0 0 0 O O N O m O 0 p 0 O 0 N O O O m O N m m N m O O n N N w w m E O O O O o O O m O O O O O O _ Z 0 N N 0 0 0 O p O O N O p F � m q m wiwww p w w g H H �y yi yi w ° S ci O O O O O h N H w N N 0 0 n m O O im O N p O V1 O O n N m n O O m N Ql n O (7 n Nw wH'^w 'Apywwyyy q a `m U o o° o O im N O N N O tm y rp m w m� w N w P� y y N w N w l7 w t7 H g w w Ol y F 0 0 0 0 0 0 0 0 0 0 0 0 0 z CU N O N O O O YI YI N Cl N O pO p N N g N w H w y w w H y Q w p p p p p p p p° O O p p p � w . {7 w N H w M w w w QQ W <w W Q Q QQ Q J J !y aa W Q¢1!21 F = O Of m O m N° O O O m Cl P O >W W O m j Z N w n F m m j > 3 a V O a m m a° m a° o a° — N U m Z a Za � c W N N 0 IL y �� P N x o W s a s i c c c U m m R V N U V U F m EE E 1O `° m `° m m '° m E E Q Q WA F R a r x w w g g z El a NUJ g w Q a r no 0 Q O 00 c� °g 00 t� V Oaf 47 A c < < Z� c ., W 3 V N • r1 LJ • TO: Mayor & Members of the City Council FROM: Public Works Department August 28, 1995 CITY COUNCIL AGENDA ITEM NO. 14 SUBJECT: CONTRACT FOR CONSTRUCTION, PHASE 1 BALBOA ISLAND STREET LIGHT REPLACEMENT PROJECT CONTRACT NO. 3063 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids for construction of the project. a. Bids to be opened at 2 o'clock in the afternoon (2:00 p.m.) on Tuesday, September 26, 1995, at the office of the City Clerk. DISCUSSION: The street lights on Balboa Island are slated for replacement under the City's fifteen -year street light replacement program. The program goal is to convert the obsolete 5000 volt series street light circuits throughout the City, thereby saving energy, and to replace aging facilities and reduce maintenance costs. The established program will replace the most aged and maintenance intensive areas on a priority basis. Street lights will be replaced with conventional 240 volt high pressure sodium street lights. These will provide a more maintenance free and cost effective street light system. The total Balboa Island Street Light Replacement Project calls for the replacement of 160 incandescent lights and more than 30,000 feet of obsolete electrical conduit and wiring. Because of the current funding limitation, the project was separated into three phases. This phase of the project will replace approximately 60 lights in the central part of the island, see attached Exhibit "A'. Staff has met with the Balboa Island Merchant and Homeowners association regarding the project. Inclusion of decorative flower pot holders or installation of a sound system along Marine Avenue was once a consideration for the project, to be paid for by the merchants and homeowners. However, after a year of discussions, the Associations suggested proceeding with the project without the inclusion of these items. If these items are to be installed on the City street lights under a future subsequent contract, an encroachment agreement executed by Council and the Associations will be required to designate costs and liabilities. 0 0 Page 2 Balboa Island Street Light Replacement Project, Phase 1 Authorization to Advertise Bids August 28, 1995 The Engineers' Estimate for the phase 1 project is $190,000. • Funds for the work are included in the 1995 -96 General Fund Budget in Capital Projects Account No. 7014- C5300035. The Contract specifications require the contractor to complete the street light replacement work within 90 calendar days, allowing shut down time for the various holidays in the construction period. Staff anticipates completion of the Marine Avenue replacement work prior to December 1st, 1995, prior to the Christmas holiday season. Engineers' Cost Estimate Item Amount Remove existing street light and install City furnished 10' fiberglass street light standard $ 22.500 Remove existing street light and install new 10' fiberglass street light standard 29,500 Install new street lights including bases 30,000 • Install two new service cabinets 5,000 Furnish and install conduit and wire 85,400 Furnish and install pull boxes 12.600 Appurtenances and miscellaneous work 5,000 Total Estimated Cost $190,000 If acceptable bids are received, construction can commence in late October. If the Council awards the contract after bids are received, the resulting completion date for the street light replacement work will be early February, 1996. Staff recommends approval. Respectfully submitted, • Gp PUBLIC WORKS DEPARTMENT Don Webb, Director M]S:stli Attachments: Exhibit "A ": Project Location Map By: M chael J. Sinacori, P. E. (Acting) Utilities Manager YxNr C�R�:.Inenl V O l Q.—O Yflilf�YI11����N11�11��1� 4M YxNY � nboa IMNY }W.� meoww 1n "®Frn ]nu.. ronn & 8 s )fYlNY swma ]biMJMS NMN. sKrm bMi.S WHOM mml� kk�a &aaF: a ° Fkxkk P m - � W o W ]DryY OMTq )IMY.. OWIM1q S ]MNr .bw nxr• ,am & 8 nxNr s MxN. swma ]MNV sKrm WHOM mml� nxNr s MxN. swma ]MNV sKrm a ° P m - � W o W miff 1:1� nn� I[vuJl 1n�n n Q a Q 99 a �0 O� o � 0 R� Qn l O Q N H 4a Q y Z t rc a w Z) = 3 x Wing Authorized to Publish Advertisements of all kinds public notices by Dcciec of the Superior Court of Orange County, California. Number A -6214, September 29, 1961, and A -24831 June 11, 1963. PROOF OF PUBLICATION STATE OF CALIFORNIA) SS. County of Orange ) I am a Citizen of the United States and a resident of the County aforesaid; I am over the age of .eighteen years, and not a party to or interested in the below entitled matter. I am a principal clerk of the NEWPORT BEACH -COSTA MESA DAILY PILOT, a newspaper of general circulation, printed and published in the City.of Costa Mesa, County of Orange, State of California, and that attached Notice is a true and complete copy as was printed and published on the following dates: PUBLIC NOTICE It September 7, 18, 1995 NOTICE I INVITING BIDS Sealed bids may be re- ceived at the office of the City Clerk, 3300 Newport Boulevard, Post Office Box 1768, Newport Beach, Cali- fornia, 92658.8915 un81 2:00 o'clock p.m. on 26th day of September, 1995, at which time such bids shall be opened and read for: BALBOA ISLAND STREET LIGHT REPLACEMENT PROJECT - PHASEI Contract No. C-3063 Engineer's Estimate, $190,000.00 Approved by the City Council on this 28th day of August, 1995 Wanda E. Nagglo, City I declare, under penalty of perjury, that the Clerk Prospective bidders may foregoing is true and correct, obtain sat of contract O p documents ts at no cost (for the first set and $25.00 for each additional set) at thel office of the Public Works; Executed on September 18 199 5 Department, 3300 Newport, Boulevard, Post Office Box; at Costa Mesa California. Mesa, 1768, Newport Beach, Cali -1 i lornia 92658.8915 For further information., call Michael J. Sinacod.! Project Manager, at 644- 3011. Published Newport Beach -Costa Mesa Dairy Pilot September 7,18,1995 Signature Th008 MBE Electric 9920 Arlington Ave. Riverside, CA 92503 Gentlemen: E CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 (714) 644 -3005 February 29, 1996 Thank you for your courtesy in recently submitting a bid for the Balboa Island Street Light Replacement Phase I project in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 Fi CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 Paul Gardner Corporation P.O. Box 3730 Ontario, CA 91761 Gentlemen: (714) 644 -3005 February 28, 1996 Thank you for your courtesy in recently submitting a bid for the Balboa Island Street Light Replacement Phase I project in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach Hood Corporation P.O. Box 4368 Whittier, CA 90607 Gentlemen: CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 (714) 644 -3005 February 28, 1996 Thank you for your courtesy in recently submitting a bid for the Balboa Island Street Light Replacement Phase I project in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, r", lV az- -J�9 LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 TDS Engineering 2899 Agoura Rd., Suite 171 Westlake Village, CA 91361 Gentlemen: (714) 644 -3005 February 28, 1996 Thank you for your courtesy in recently submitting a bid for the Balboa Island Street Light Replacement Phase I project in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach