Loading...
HomeMy WebLinkAboutC-3183 - Lido Isle Sewer Force Main ReplacementCIT? OF NEWPORT B?ACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 October 30,1998 D. M. Kisling Construction P. O. Box 250 Laguna Beach, CA 92652 -0250 Subject: Contract No. 3183 - Lido Isle Sewer Force Main Replacement On September 14, 1998, 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 of Completion was recorded by the Orange County Recorder on September 25, 1998 - Reference No. 19980647350. The Surety for the contract is Insurance Company of the West, and the bond number is 1560938. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk LH:cf cc: Public Works Department Horst Hlawaty, Construction Engineer encl. 3300 Newport Boulevard, Newport Beach • 0 PAGE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LIDO ISLE SEWER FORCE MAIN REPLACEMENT CONTRACT NO. 3183 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Ten Percent of amount bid i8ollars ($ L2 of bid, to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of Lido Isle Sewer Force Main Replacement, Contract No. 3183 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to duly enter into and execute the Contract Documents for the construction of the project in the form required within ten days (10) (not including Saturday, Sunday, and federal holidays) after the date of the mailing of Notice of Award; otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing 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. Witness our hands this 23rd day of April , 1998 D. M. KISLING CONSTRUCTION Name of Contractor (Principal) INSURANCE COMPANY OF THE WEST Name of Surety 17832 E. 17th St., 11111 Santa Ana, CA 92780 Address of Surety (714) 953 -9521 Telephone Authorized Signature/Trtle Authorized Agent Signature Patricia H. Brebner, Attorney -in -Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) .;ALIhUHN1A ALL- VUHVUbt A'�NUVVLCUk3IVICIV I State Of California County Of Orange No. >9Vl On April 23, 1990 before me, Patricia H. Brebner, Notary Public DATE NAME, TITLE OF OFFICER - E.G.. -JANE DOE. NOTARY PUBLIC' personally appeared David M. Kisling NAMEIS) OF SIGNERIS) ® 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 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. -R C jjm.m.:, -n =1146000 Norary ?cC':c- COilfOmla WITNESS my hand and official seal. \ C.,on-e County s / � //- r - -s Jut u15, 2 001 •�J /'EYr/ /� SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE WC4067 /EP 7/94 © 1993 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave.. P.O. Box 7184 • Canoga Park. CA 91309 -7184 CALIFORNIA ALL - PURPOSE I&NOWLEDGMENT State of California County of Orange On April 23, 1998 before me, Sheila K. McDonald, Notary Public DATE NAME. TITLE OF OFFICER - E.G.. "JANE DOE. NOTARY PUBLIC" personally appeared Patricia H. Brebnex NAME(S) OF SIGNERS) ® personally known to me - OR - ❑ No. 5907 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 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. Ate' OPTIONAL SIGNATURE OF NOTARY Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER ❑ PARTNER(S) rMom TITLE(S) ❑ LIMITED ❑ GENERAL ATTORNEY-IN-FACT TRUSTEE(S) GUARDIAN /CONSERVATOR OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE WC-4087 /EP 7/94 0 1393 NATIONAL NOTARY ASSOCIATION • 8236 Remmel Ave.. P.O. Box 7784 • Canoga Park CA 91309 -7184 0 0 Insurance Company of the West HOME OFFICE SAN DIEGO CALIFORNIA POWER OF ATTORNEY KNGP/ ALL AMEN BY THESE PRESENTS That INSURANCE COMPANY OF THE 'vVES T a California Corporation. does hereby appoint: PATRICIA H. BREBNER •ts true and taw fui .A.tcmeyIs! -gin. -Fact. with foil cower anb authhrcV to execute on ca °auf -,r :he Company fidelity and surety bands. undertakings and other _cncac:s Cr ;uretysnic Of a similar nature This Power of A =rney :s granted and s signed and sealed oy .' acsimile under the at.inccPy of ".e fallowing Resolution adopted by the Beard of Directors on the 22nd day of Novemcer. 1994. which said Resolution 'as not been amended or rescinded and of which the following is a true copy: "RESOLVED that the Chairman of the Board. the President, an Executive Vice President or a Senior Vice President of the Company, and each of them, is hereov authorized to execute Powers of Attorney qualifying the attorney named In the given Power of Attorney to execute on behalf of the Company. fidelity and surety bonds. undertakings. or other contracts of suretyship of a similar nature: and to attach thereto the seal of the Company'. provided however that the absence of the seal shall not affect the validity of the instrument. FURTHER RESOLVED. that the signatures of such officers and the seal of the Company, and the signatures of any witnesses. the signatures and seal of any notary and the signatures of anv officers certifying the validity of the ?ovver Of Attorney, may be affixed by facsimile " IN 'aVITNESS NHEREOF INSURANCE COMPANY OF THE WEST has caused these oresenis to be signed by its duly authorized officars this 29th cay of August 1997 / INSURANCE COMPANY OF THE WEST STATE OF C. +L;F -DRNIA floor L. Hannum. Senior Vice President SS COUNTY OF SAN DIEGO On Auc :s: 291.^.. 1997 'before me. personally acpeared John I_. Hannum. Senor Vice President of INSURANCE COMPANY OF THE WEST. personally :j .roe :o be the individual and officer vho executed :he within In SVr nnenl and acknowledged to me that he executed the same in pis offic:a. capac.t, ar.o :oat by "+u signature on the :nstr,ment me cOrporauon on behalf of ,vhicn he acted. executed the instrument. WITNESS my 'add and Official seal. CERTIFiC,;TE .icr.n ":a;g. Assistant Secretary of INSURANCE COMPANY OF THE'PJEST oC hereby certify that the original POWER OF AT—i ORNEY. of whcn :ne .`cregang is a true copy is still in full force and effect. and that this ce(nhcate may be signed by facsimile under the authority of the at:ove cooled resoiut.on IN WITNESS WHEREOF. I have subscribed my name as Assistant Secretary :;n this 23rd day of April 1998 (0 ICVV 37 o7790.9 0 nl✓,,�ay-� Sa4DtEG000`JNTY��n tary Public CERTIFiC,;TE .icr.n ":a;g. Assistant Secretary of INSURANCE COMPANY OF THE'PJEST oC hereby certify that the original POWER OF AT—i ORNEY. of whcn :ne .`cregang is a true copy is still in full force and effect. and that this ce(nhcate may be signed by facsimile under the authority of the at:ove cooled resoiut.on IN WITNESS WHEREOF. I have subscribed my name as Assistant Secretary :;n this 23rd day of April 1998 (0 ICVV 37 •` ecuted in 4 counterparts • PAGE 15 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LIDO ISLE SEWER FORCE MAIN REPLACEMENT CONTRACT NO. 3183 BOND NO. 1560938 Premium included in charge for performance bond LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to n M. Kisling Construction hereinafter designated as the "Principal," a contract Lido Isle Sewer Force Main Replacement, Contract No. 3183 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3183 and the terms thereof require the furnishing of a bond, providing 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 the undersigned Principal, and, Insurance Company o_ f the West duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety ") are held firmly bound unto the City of Newport Beach, in the sum of One hundred seventy three thousand six hundred ninety five - - - -- Dollars ($ 173.695.00 ), lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over.. to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this 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. • • PAGE 16 The Bond shall inure to the benefit of any and ail 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 and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And 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 obligationspn this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the i2tb day of may 119 98. D. M. KISLING CONSTRUCTION Name of Contractor (Principal) Authorized Signature/Title INSURANCE COMPANY OF THE WEST Name of Surety 17832 E. 17th Street, Suite 111 Tustin, CA 92780 _ Address of Surety (714) 832 -9900 Telephone Authorized Agent Signature Patricia H. Brebner, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED .;ALII-UHNIA ALL -t UH1aUSt Aj0hVUVVLt L)UMtIM I No, 5907 Am State of California County of Orange On May 13, 1998 before me, Patricia H. Hrebner, Notary Public DATE NAME, TITLE OF OFFICER - E.G.. "JANE DOE. NOTARY PUBLIC personally appeared David M. Kisling NAME(S) 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 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. SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ATTORNEY-IN-FACT TRUSTEE(S) GUARDIAN /CONSERVATOR OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE WC-4067 /EP 7/94 0 1993 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave.. P.O. Boa 7184 • Canoga Park. CA 91309 -7184 CALIFORNIA ALL -PURPOSE AC�WkOWLEDGMENT State of California County of Orange No. 8907 On May 12, 1998 before me, Sheila K. McDonald DATE NAME. TrrLE OF OFFICER - E.G.. "JANE DOE. NOTARY PUBLIC personally appeared Patricia M. Brebnex NAME(S) 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 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. i > p WITNESS my hand and official seal. -:;A 9 '_Yy...tY ^Y �.�r. fYi'Y°/TI -� • • - � _f /L/I /(/ �F / ��`�i // �Ll (4 SIGN -ATURE OF ffOTAFff- OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTnV(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE WC-4057/EP 7/94 © 7993 NATIONAL NOTARY ASSOCIATION 0 8235 Rammal Ava.. P.O. Box 7184 9 Canoga Park CA 9 1309-7184 • Insurance Company of the West HOME OFFICE SAN DIEGO CALIFORNIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS Tha: INSURANCE COMPANY OF THE hVEST. a California Corporation. does hereby appoint. PATRICIA H. BREBNER its true anC lawful ACdrneyis'• -in -Fact. with fufi power and aut. cnt,y t., execute on benaif of :he Company. fidelity and surety bonds. undertakings a..: other Contracts of sureysmo of a similar nature This Power of Attorney is granted and is signed and sealed by `.acs+^tde ❑racer the avtnonty of the following Resolution adopted by the Board of Drec:oa on the 22nd day of Novenicer 1994. which said Resolution has trot been amended or rescinded and of which the following is a true copy: "RESOLVED that the Chairman of the Board, the President. an Executive Vice President or a Senior Vice President of the Company, and eacn of them. is hereby authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of :he Company. fidelity and surety bonds. undertakings. or other contracts of suretyship of a similar nature, and to attach thereto the seal of the Company. provided however, that the absence of the seal shall not affect the validity of the instrument. FURTHER RESOLVED. that the signatures of such officers and the seal of the Company, and the signatures of any witnesses. the signatures and seal of any notary. and the signatures of any officers certifying the validity of the Power of Attorney. may be affixed by facsimile." IN WITNESS WHEREOF. INSURANCE COMPANY OF THE ':VEST has caused these presents to be signed by its duly authorized officers this 29th day of August :997 STATE OF CALIFORNIA SS. COUNTY OF SAN DIEGO C3 INSURANCE COMPANY OF THE WEST Or. August 29th. 1997 before me. personally appeared Jonn L. Hannum. Senior Vice President of INSURANCE COMPANY OF THE WEST. personally known to me to be the individual and officer who executed the within instrument. and acknowledged to me that he executed the same in ms of Iciai Capacity and :nat by his signature on the instrument :me =rporation, on behalf of which he acted, executed the instrument. WITNESS my hand and official seal. k;.R.LAYNA OU 8OiS i COt,1M. ?CTi?CA t :OTnfYi °.;BLtGi_cLG0FN;A t7 n a SAN DIEGO COUNTY to Public IL My commission Exp:• =; 7 9 ` • /// NCb'EMBER 19, 1999 CERTIFICATE. - i, Jonn H Craig. Assistant Secretary of INSURANCE COMPANY OF THE WEST do hereby certify that the original POWER OF ATTORNEY of which me foregoing is a true copy. is still in full force and effec!. and that :his certificate may be signed by facsimile under the authority of the above quoted restitution. IN WITNESS WHEREOF. I have subscribed my name as Assistant Secretary. on this 12th day of May 1998 INSURANCE MPANY THE WEST WA "OfCA"'� .ton f. aig, ssist rat §ecietary ICW 37 0 ited in 4 counterparts • PAGE 17 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LIDO ISLE SEWER FORCE MAIN REPLACEMENT CONTRACT NO. 3183 BOND NO. 1560938 FAITHFUL PERFORMANCE BOND (The premium charges on this Bond is $ 3,605.00 being at the rate of $ 25/$15 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to D M xislin Construction hereinafter designated as the "Principal ", a contract for Lido Isle Sewer Force Main Replacement, Contract No. 3183 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3183 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Insurance Company of the West , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety "), are held and firmly bound unto the City of Newport Beach, in the sum of ** Dollars ($ 173,695.OQ, lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. ** One hundred seventy three thousand six hundred ninety five and no /100 THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents 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, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. • 0 PAGE 18 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 way 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. This Faithful Performance Bond shall 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 WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 12th day of May , 1998. D. M. KISLING CONSTRUCTION Name of Contractor (Principal) INSURANCE COMPANY OF THE WEST Name of Surety 17832 E. 17th Street, Suite 111 Tustin, CA 92780 Address of Surety (714) 832 -9900 Telephone e T- Authorized Signature/Title Authorized Agent Signature Patricia H Brebner. Attorney -in -Fart Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED yNLIrumm IN HLL- rVMI -VJC FjIlk VVVVLCUbIVICIV 1 State of California County of Orange N. 5907 On May 13, 1998 before me, Patricia H. Brebner, Notary Public DATE NAME. TITLE OF OFFICER - E.G.. "JANE DOE. NOTARY PUBLIC" personally appeared David M. Kisling NAME(S) 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 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. // SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(5) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE WC 4087 /EP 7/94 0 1993 NATIONAL NOTARY ASSOCIATION • 8236 Remmel Ave.. P.D. Boa 7184 • Canoga Park, CA 91309-7184 :ALIt•VF(IMIA ALL- rVr1rVJC F]& VVVVLCUbIVIC1V 1 Am No. 5907 State Of California County of Orange On May 12, 1998 DATE personally appeared before me, Sheila K. McDonald NAME. TITLE OF OFFICER - E.G.. "JANE DOE. NOTARY PUBLIC' ® personally known to me - OR - ❑ i rY v 1. 15, mco Patricia H. Brebner NAMEIS) OF SIGNER(S) 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 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. SIO ATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLEIS) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑x ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE WC- 4087 /EP 7/94 0 1993 NATIONAL NOTARY ASSOCIATION • 8238 Retnmat A... P.O. Box 7184 • Canoga Park CA 91309 -7184 0 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk MOO' Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Recoroeo in the cety of orange, callfornia Gary L. Granville, Clerk /Recorder 11111111111111111111111 No Fee 19980647350 2; 01pm 09/25/98 005 14019726 14 23 N12 1 6.00 0.00 0.00 0.00 0.00 0.00 "Exempt trom recordin s pursuant to Government CodeVeeection 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and D.M. Kisling Construction of Laguna Beach, California, as Contractor, entered into a Contract on May 11, 1998. Said Contract set forth certain improvements, as follows: Lido Isle Sewer Force Main Replacement, C -3183. Work on said Contract was completed on July 3, 1998, and was found to be acceptable on September 14, 1998, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Insurance Company of the West. WOW PublicWbrks 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 / S c� �� e/r />/�. T �I at Newport Beach, California. BY City Clerk E • 0 TO: Mayor and Members of the City Council FROM: Public Works Department September 14, 1998 CITY COUNCIL AGENDA .ITEM NO. 5 CrIFY OF sir i iC 3 SUBJECT: COMPLETION AND ACCEPTANCE OF LIDO ISLE SEWER FORCE MAIN REPLACEMENT — CONTRACT NO. 3183 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: On May 11, 1998, the City Council authorized the award of the Lido Isle Sewer Force Main Replacement contract to D.M. Kisling Construction, Inc. of Laguna Beach, California. The contract provided for the installation of a 6 -inch slip line pipe within an existing 8 -inch sewer force main, including fittings and new sewer manholes. The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: $173,695.00 Actual amount of bid items constructed: 165,702.00 Total amount of change orders: 1,237.00 Final contract cost: $166,939.00 The decrease in the amount of actual bid items constructed over the original bid amount resulted from minor adjustments to bid item quantities. The final overall construction cost including change orders was 3.9% below the original bid amount. One change order in the amount of $1,237.00 provided for additional work to reconstruct a manhole, addition of slurry backfill and other miscellaneous related work. SUBJECT: Completion And Acceptance of Lido Isle Sewer Force Main Replacement — Contract No. 3183 . September 14, 1998 Page 2 Funds for the project were budgeted in the Sewer Enterprise Fund as follows: Description Account Number Amount Sewer Main Master Plan Improvement 7531- C5600292 $161,539.00 Sewer Manhole Replacement Program 7533- C5600339 5,400.00 TOTAL $166,939.00 All work was completed on July 3, 1998, ahead of the July 6, 1998, scheduled completion date. Respectfully �submitted, C2 Public Works Department Don Webb, Director Horst Hlawaty Construction Engineer f: \groups\pubworks\councif \y9&99\sept- 14Uido o-3183.dx 0 11 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 September 15,1998 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 (714) 6443005 RE: Notice of Completion for Bayside Drive Park Renovations (C -3149) Notice of Completion for Lido Isle Sewer Force Main Replacement (C- 3183). Notice of Completion for Birch Street Overcrossing at Route 73 (C -2931) Resolution No. 98 -64 Please record the enclosed documents and return it to the City Clerk's Office. Thank you. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk Attachments 3300 Newport Boulevard, Newport Beach 0 0 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk MOO' Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 "Exempt rom recording ees pursuant to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and D.M. Kisling Construction of Laguna Beach, California, as Contractor, entered into a Contract on May 11, 1998. Said Contract set forth certain improvements, as follows: Lido Isle Sewer Force Main Replacement, C -3183. Work on said Contract was completed on July 3, 1998, and was found to be acceptable on September 14, 1998, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Insurance Company of the West. LI-A 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 . ` � tl l �/y , of BY -& i� ✓M ��Q- rf'��e�' -� City Clerk at Newport Beach, California. CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Highland Engineering 7851 E. Bridgewood Anaheim, California 92808 Gentlemen: (714) 644 -3005 July 6, 1998 Thank you for your courtesy in submitting a bid for the Lido Isle Sewer Force Main Replacement (Contract No. 3183) 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, , 4a,' M - LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach City Clerk PAGE 1 CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658 -8915 until 2:15 p.m. on the 291' day of April. 1998 , at which time such bids shall be opened and read for LIDO ISLE SEWER FORCE MAIN REPLACEMENT Title of Project Contract No. 3183 $175.000 Engineer's Estimate roved by Don Webb Director of Public Works Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, P. O. Box 1768, Newport Beach, CA 92658 -8915. For further information, call Michael J. Sinacori. P.E. at (714) 644 -3342. I r • PAGE 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LIDO ISLE SEWER FORCE MAIN REPLACEMENT CONTRACT NO. 3183 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: PROPOSAL INSTRUCTIONS TO BIDDERS DESIGNATION OF SUBCONTRACTORS BIDDER'S BOND NON - COLLUSION AFFIDAVIT TECHNICAL ABILITY AND EXPERIENCE REFERENCES 2. 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. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. 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. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. 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. f • PAGE 3 8. 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). 9. 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". 10. 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. The signature below represents that the above has been reviewed. 425254 <t Contractor's License No. & Classification C - I.K�s�iQc`Co�s�ucz opt Bidder izos-�eNi Authorized Signature/Title 4(7-9196 Date PAGE 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LIDO ISLE SEWER FORCE MAIN REPLACEMENT CONTRACT NO. 3183 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 represents that he /she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Subcontract Work Subcontractor Address r3r2 S. Wazu's4t 1. �PJIQr FiaRDy; �AR�� tZ Sbum �uD CA C1210S t+i�l Yl*apso+c Eva. 2. CcrJ Sr -MCC, OA 9e0ri r46r HAa6e4 aVLl 3, t OLK. %EACH QA oio813 4. (s,' ',3(e EAST MsITI¢00 sr C)"TA0.'V, (1A, 911(.l � / 74-0t Ku9tflDuy bW9 5. NIV Jyot G �o�sTfw cY ou LaLA00 coniegaCC- arE��tSGS Rive, 45(pE. O 92Jj01 l qyl �iP2?wR laves 6. HD ?E NAt�oae� PtaKrSsRJ�CES i o�� tica�N �w 9oBr3 7. 9 17, Kl . lei i SU wl C, COrJST W c- 1) Owl Bidder Authorized Signature itle 9 • PAGE 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LIDO ISLE SEWER FORCE MAIN REPLACEMENT CONTRACT NO. 3183 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he /she has performed and successfully completed. Year Project Person Telephone Completed Name /Agency To Contact Number -srevc- 499 - a r1,r� of Lp&oou . beA" LLD,( 74ot2t, 44-1 -o lf.5 �vr,4 COAST tJ*,iw- .t7,sToncr M,va Dv„as¢. "- IA555 ELTop -D VJ&ILef- Dtsor,2%CT 2Euu,s Oz',FK -911( 831-7o5o LtaoUn aEa.CLA CboNn,, WA-rja Det2,cr ')w t,"rz 4" - I b4l C,24 nF Sw JUa.a 6A- e,STR.Iuo P, w S,(SVr- -2S c,n s L��Gr c2 NI,Vcc ST CL&I L 418 - 2533 Cty�,ST'ILAti6 �� � Ulacr�c. b,sT�,c7 � Cza 2� 4 t 3 i 6 t5 SAS V)&,TC -sc DkeVe.,cr fez I.autz 49�1- 65&4 los A+ -,sos k -In.c� D,siu -,�" 1��,,1�- i� -�soa C'�3c •oSecu D.p�t. I��s�iµC� C..awtsrizyc,i-ioN Bidder CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LIDO ISLE SEWER FORCE MAIN REPLACEMENT CONTRACT NO. 3183 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of Orange ) PAGE 7 David M. Kisling , being first duly sworn, deposes and says that he or she is President of D. M. Kisling Construction , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought 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 of the laws of the State of California that the foregoing is true and correct. D.M. K;-5L-;,Jr- (0k)sij2UCT10ti1 Bidder Authorized SignaturefTitle Subscribed and sworn to before me this _day of '19—. [SEAL] Notary Public My Commission Expires:_ FORNIA ALL - PURPOSE AilliIIIIIiNOWLEDGMENT State of California County of Orange On April 23, 1998 before me, Patricia H. Hrebner, Notary Public DATE NAME, TITLE OF OFFICER - E.G.. "JANE DOE. NOTARY PUBLIC" personally appeared David M. Kisling NAME(S) OF SIGNER(S) ® personally known to me - OR No. 5907 ❑ 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 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 persons) acted, executed the instrument. Ccni rn .n :3n - 1146000 N0;09y Pubic - CCIROMIQ 1 -z Orange County my Comm. Expires JU15.2001 av� WITNES y hand and official seal. SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ATTORNEY -IN -FACT TRUSTEE(S) GUARDIAN /CONSERVATOR OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE WC 4057 /EP 7/94 0 1993 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave.. P.O. Box 7184 • Canoga Park CA 913097184 PAGE P -1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LIDO ISLE SEWER FORCE MAIN REPLACEMENT CONTRACT NO. 3183 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P. O. Box 1768 Newport Beach, California 92663 -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. 3183 in accordance 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: ALTERNATIVE "A" SLIPLINE OF EXISTING 8 -INCH CIP FORCE MAIN WITH 6 -INCH HPDE LINER PIPE. ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1 E Lump Sum Mobilization, demobilization and cleanup. and 0 Cents Per Lump Sum Lump Sum Cleaning and Inspection of existing 8 -inch CIP force main pipeline, including CCTV Inspection. %Q Twr-v -( TFSpus NA o Dollars and *to Cents Per Lump Sum $ (Co (oCDoo $ 2o'mca° $ 2o,aoa °O 0 0 PAGE P -2 ALTERNATIVE "A" SLIPLINE OF EXISTING 8 -INCH CIP FORCE MAIN WITH 6 -INCH HPDE LINER PIPE. ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. 2120 L.F. Install 6 -inch HPDE, SDR 17 100 psi, Liner pipe in existing 8 -inch CIP force main pipeline. @ TV_1F_ 7N FIyc Dollars and iA6 Cents $ 25`p $ 53' ems°° Per Linear Foot 4. 35 L.F. Install 8 -inch PVC gravity sewer pipe, SDR 35, including bedding, backfill and trench resurfacing @ our -4-, oaeo - NiRN 74 Dollars and uo Cents $ 13�c —° $ 4 -.aa0 Per Linear Foot 5. 3 EA.. Install 8 -inch PVC C -900 Class 150 pressure pipe "point repairs" directed by the City, including bedding, backfill and trench resurfacing @ r Aaar TgwsrtuD r -iUikT Dollars A,\µoax�) -vr_ mN ,ve and a6 Cents $ 3a1�° —° Per Each 6. 1 EA. Construct 48 -inch sewer manhole at Station 10+36 per City of Newport STD - 401 -L. @S,Yiu isaua ti °E 0,Nnu"Dollars and _ 0uCents Per Each 0 0 PAGE P -3 ALTERNATIVE "A" SLIPLINE OF EXISTING 8 -INCH CIP FORCE MAIN WITH 6 -INCH HPDE LINER PIPE. ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 7. 1 EA. Remove Existing Sewer Manhole, including base, and construct drop 48- inch sewer manhole at Station 10 +00 per City of Newport STD - 403 -L. @f�L.+tTeC�t 40(JSA')0 Dollars TMIONu '>CzuO and td a Cents $ 1 d2�°O— $ °� Per Each 8. L.S. Provide bypassing of existing sewer force main. @iu,xTM Svc- Tl{onikt o Dollars and Do *tu Cents $ 35,x°° $ 35, OW Lump Sum 9. L.S. Provide Traffic Control (CDTWEWE TN6'1' �p Dollars F1ve vuc and *1b Cents $ 12,5t&a $ Lump Sum 10. L.S. Excavation safety measures including adequate sheeting, shoring and bracing or equivalent methods for the protection of life and limb, which shall comply to applicable safety orders. eLn T- -4 -t6.ub S' k " bollars and Vio Cents $ 2G00 $ 2000 Lump Sum Total Alternative "A" Price in Written Words of Bid Items 1 through 10: 6u6 Nuop"v 5P-V6%3Ty %*m& T40usA.uD 151.. +ubeso tlsuett�r-;ve Dollars Qc> and $ i �3 , 6q 5 60 Total Price Alternative "A" 0 r PAGE P-4 ALTERNATIVE "B" INSTALL NEW 6 -INCH YELOMINE PVC RESTRAINED JOINT SEWER FORCE MAIN. ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Mobilization, demobilization and cleanup. ELSWL) tF PPA%4n4 @ p,* ►lu.,Aa.ec Dollars and t4co Cents $ 11,5MOR $ 111506°° Per Lump Sum 2120 L.F. Install 6 -inch Yelomine Certa -Lock PVC restrained joint pipe, Class 160, including bedding, backfill and trench resurfacing. @5Ixc4 Five Dollars and t�6 Cents $ (off — $ 137 16C6°` —' Per Linear Foot 3. 3U 35 L.F. Install 8 -inch PVC gravity sewer pipe, SDR 35, including bedding, backfill and trench resurfacing Cab" r�o Dollars and Cents $ 132" -° $ 4L2b°" Per Linear Foot 4 1 EA. Construct 48 -inch sewer manhole at Station 10 +36 per City of Newport STD - 401-L. (CD'5-V'n4000Aw e' F+UE t{"uftDollars and t4vCents $ L5 ° —° $ (.500° 4 Per Each Addenda received by: Bidder: .D•M K%su 44 " Tio Date: 412v 19B. Signature: � _ rd Addendum No. 1, Contract No. 3183 Page 3 of 3 9 PAGE P -5 ALTERNATIVE "B" INSTALL NEW 6 -INCH YELOMINE PVC RESTRAINED JOINT SEWER FORCE MAIN. ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5 0 7 7 1 EA. Remove Existing Sewer Manhole, including base, and construct drop 48- inch sewer manhole at Station 10 +00 per City of Newport STD - 403 -L. @ + +)o, oC En Dollars and hlo Cents Per Each L.S. Provide bypassing of existing sewer force main. $ 1825600 @s,x u4nv� FvE>lowet'Dollars and Q't -Cents $ ( "5ce ,5oc'" Lump Sum L.S. Provide Traffic Control @Twcxy Foua TAW osn.�� Dollars and OaCents $ 24 lom $ 24, 0c e Lump Sum L.S. Excavation safety measures including adequate sheeting, shoring and bracing or equivalent methods for the protection of life and limb, which shall comply to applicable safety orders. @I"ove -4ovso ^,o Dollars and t.f oCents Lump Sum Total Alternative "B" Price In Written Words of Bid Items 1 through 8: Two F4v�cmcp TFh Q.t6QwN TH-°aS4r30 bNE t-4u%w O-(Leb SGVE&" Dollars and t+lo Cents $= 13, 1"IO °= Total Price Alternative "B" PAGE P -6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LIDO ISLE SEWER FORCE MAIN REPLACEMENT CONTRACT NO. 3183 Note that the City of Newport Beach reserves the exclusive right, in its sole discretion, to award either Alternative "A" or Alternative "B" as contained in the proposal. The award may not be to the overall low bidder. For example, If Alternative "A" has a low bidder that is slightly higher than a low bidder for Alternative "B ", the City may still award to the slightly higher Alternative "A" low bidder in the best interest of the City and to minimize disruption to the community. The City may reject any or all bids, waive any informality in any bid and make the award in the best interest of the City ALTERNATIVE "A" SLIPLINE OF EXISTING 8 -INCH CIP FORCE MAIN WITH 6 -INCH HPDE LINER PIPE. Total Alternative "A" Price in Written Words of Bid Items 1 through 10: ,Ovao ovupmeo 5EVGn1Tt4 TFVQ.Ee 'f+Q0SA.)0 S,V- AVPQaM N#NErK FIVE Dollars and °o Wo Cents $ Total Price Alternative "A" ALTERNATIVE "B" INSTALL NEW 6 -INCH YELOMINE PVC RESTRAINED JOINT SEWER FORCE MAIN. Total Alternative "B" Price In Written Words of Bid Items 1 through 8: -ru o Tt+%+zTeew TR-US ,o �N� ftvuon,=ro scye+,M4 Dollars and KLIO Cents $ 213 , k-70 °� Total Price Alternative "B" Bidder's Name C>•M, K�s� +.�G, Co-- �ST"CT(or.l Bidder's Address P. o. L ,c 25cD 15F�&r t-t " QA. 92652 - 0%G0 Bidder's Telephone Number g4c) - 4-99 Contractor's License No. & Classification 4213ZS'f A. 09N496 Expiration Date Date Authorized Signature & Ti CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Bid Addenda No. 1 For the project titled: LIDO ISLE SEWER FORCE MAIN REPLACEMENT CONTRACT NO. 3183 Bid Documents Addenda No. 1: Bidders shall propose to complete contract No. 3183 in accord with the PROPOSAL as modified by this addenda. This is the first addenda to this contract. It consists of three (3) pages; this page and two (2) other pages. This bid addenda is provided as substitutions, additions, deletions arid clarifications to the plans and specifications. 1. Replace Page P -4, Bid Item No. 3, Change Quantity from 335 L.F. to 35 L.F. 2. Revise Section 7 -7 Cooperation and Collateral Work. Add to last sentence " .............of approximately 8,000 and 16,000 gallons per hour." 3. Revise Section 500 -1.3.7 Annular Space Grouting. Change this section to read "Grouting will not be required for this project. Bidders are required to include this page and two (2) other pages when submitting their bid proposal. Bids submitted without all pages of this addenda signed, dated and attached to the bid proposal may be ejected as "non- responsive." Don Webb Public Works Director Addenda received by: Bidder: D. M. K i 9 6 gsT2 ate: A 12AH6. Signature: l Addendum No. 1, Contract No. 3183 Page 1 of 3 The following changes, additions, deletions or clarifications shall be made to the contract documents; all other conditions shall remain the same. PROPOSAL: Replace page P-4 with new page P -4 attached hereto. SPECIAL PROVISIONS Revise Section 7 -7, Cooperation and Coolateral Work, to read as follows: 7 -7 COOPERATION AND COLLATERAL WORK Add to this section "City forces will perform all shut downs of sewer facilities as required. The Contractor shall give the City three (3) calendar days notice of the time he desires the shut down of facilities to take place. The Contractor shall be responsible for bypassing the sewage during all shut downs requested. For the Contractor's information, when City forces are required to bypass the system with the use of Vactor trucks, two trucks with a 2000 gallon capacity each are required to keep pace with the inflow sewage to the pump station. The wetwell capacity is approximately 10,000 gallons with an average and peak flow into the station of approximately 8,000 and 16,000 gallons per hour. Revise Section 500 - 1.3.7, Annular Space Grouting, to read as follows: 500 -1.3.7 Annular Space Grouting. Add to this section "Grouting will not be required for this project." Addenda received by: Bidder:D.MI. '% uo sreucriosDate:41i9T Signature: Addendum No. 1, Contract No. 3183 Page 2 of 3 PAGE B CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LIDO ISLE SEWER FORCE MAIN REPLACEMENT CONTRACT NO. 3183 NOTICE TO SUCCESSFUL BIDDER 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: • CONTRACT • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND • CERTIFICATE(S) OF INSURANCE • GENERAL LIABILITY INSURANCE ENDORSEMENT • AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT 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. The Labor and Materials Payment Bond and Faithful Performance 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. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract 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 VII (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. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. PAGE 9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT LIDO ISLE SEWER FORCE MAIN REPLACEMENT CONTRACT NO. 3183 CONTRACT t, THIS AGREEMENT, entered into this day of r t __— 19 ��� by and between the CITY OF NEWPORT BEACH, hereinafter "City," and- M. Kisling Construction, hereinafter "Contractor," is made with reference to the following facts: A. WHEREAS, City has advertised for bids for the following described public work: LIDO ISLE SEWER FORCE MAIN REPLACEMENT Project Description 3183 Contract No. B. WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, City and Contractor agree as follows: 1. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, General Conditions, Standard Plans and Standard Special Provisions, Plans and Special Provisions for Contract No. 3183, Standard Specifications for Public Works Construction (current edition) and all supplements and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents'). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 2. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: All of the work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 0 E PAGE 10 3. As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of One Hundred Seventy Three Thousand Six Hundred Ninety Five and No /100 Dollars ($173,695.00). This compensation 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. 4. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. 5. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Michael J. Sinacori, P.E. (949) 644 -3342 CONTRACTOR D.M Kisling Construction P.O. Box 250 Laguna Beach, CA 92652 (949) 494 -3131 6. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this Contract, hereby certifies: "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 undertake self- insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." 0 7. INSURANCE' F PAGE 11 (a) Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. (b) Contractor shall furnish City with certificates of insurance and with original endorsements effecting coverage required by this Contract. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. (c) Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. A. Minimum Scope of Insurance Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0001 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. 2. Insurance Services Office Business Auto Coverage form number CA 0001 0187 covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. 3. Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. B. Minimum Limits of Insurance Coverage limits shall be no less than: 1. General Liability: $1,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. 0 F PAGE 12 3. Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. C. Deductibles and Self- Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: 1. General Liability and Automobile Liability Coverages (a) City, its officers, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. (b) Contractor's insurance coverage shall be primary insurance and /or primary source of recovery as respects City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. (c) Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, officials, employees and volunteers. (d) Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (e) The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. 2. Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against City, its officers, officials, employees and volunteers for losses arising from work performed by Contractor for City. 3. All Coverages 0 PAGE 13 Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. E. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract amount provided that the Work damaged is built in accordance with the plans and specifications. F. Right to Stop Work for Non - Compliance City shall have the right to offer the Contractor to stop Work under this Agreement and /or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. 8. RESPONSIBILITY FOR DAMAGES OR INJURY A. City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. B. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. C. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify or defend City from the sole negligence or willful misconduct of City, its officers or employees. PAGE 14 D. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. E. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in "C" above. F. The rights and obligations set forth in this Article shall survive the termination of this Contract. 9. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 10. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 11. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. -= .• ATTEST: O� xx CITY OF NEWPORT BEACH ¢ X11 y AiA A Municip C CITY CLERK ThoniasV. tdWa4s, MAYOR APP YE `A TO FORM: CONTRACTOR By. CITY A_rTORNEY Authorized Signature and lle 16 ISSUE DATE (MWUDfYY) M7M PRIER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE HRH Ina Sery of Coachella Vly POLICIES BELOW. License Number 0684805 77{64 County Club Dr. :150 COMPANIES AFFORDING COVERAGE Patin Desert CA 92211 COMPANY A Wool Casualty Co. LETTER COMPANY B Golden Eagle Ina. Corp. LETTER / INSURED D M IOsSng Construction Co COMPANY C General Secudly Ina. CO LETTER r P 0 Box 250 COMPANY D LETTER Laguna Beach CA 92852 COMPANY E LETTER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE E FOR THE POLICY PERT 0 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. o TYPE OF INSURANCE POLICY NUMBER DATE POLICY EFFECTIVE POLICY EXPIRATION LIMITS A GENERAL UUBIUfY CL00001669 07/01/97 07/01/98 GENERAL AGGREGATE E 2,000,000 PRODUCTS- COMROP AGO. E 1,000,000 X COMMERCWL GENERAL LIABILITY CLAIMS MADE OCCUR. PERSONAL E ADV. INJURY E 1,000,000 OWNERS A CONTRACTORS PROT. EACH OCCURRENCE E 1,000,000 FIRE DAMAGE (Any are fire) E 50,000 MED. EXPENSE (Any one perms) E 5,000 A AUTOMOBILE LABILITY ANY AUTO CL00001669 07/01197 07101/98 COMBINED SINGLE LIMB a 1,000,000 X ALL OWNED AUTOS SCHEDULED ALTOS BODILY INJURY (Per person) E HIRED AUTOS NON -OWNED AUTOS X BODILY INJURY (Per accMenl) E X GARAGE LIABILITY PROPERTY DAMAGE E C EXCESSLIABIITY UB62168 07/01/97 07/01/98 EACH OCCURRENCE Is 3,000,000 UMBRELLA FORM X I AGGREGATE S 3,000,000 OTHER THAN UMBRELLA FORM WORKERS COMPENSATION STATUTORY LIMAS EACH ACCIDENT E 1,000,000 B AND NWC482558-00 12/04/97 12/04/98 DISEASE - POLICY LIMIT DISEASE E 1,000,000 EMPLOYERS' LIABILITY EACH EMPLOYEE Is 1,000,000 OTHER A Leased or Rented EQuIp CL00001669 D7/01/97 07/01/98 ;75,001) W with doeeddpA spL512W..OD sn.ocA Main s�PE DE ION Isle Sewer ForceMaln ReplacemenContract ND. 3183 City of Newport Beach, its officers, officials, employees and volunteers are named as additional insured. This insurance is primary. Waiver of Subrogation applies 10 day notice of cancellation for non - payment NY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE DATE THEREOF, THE ISSUING COMPANY WILL ENLjyXXXXXXXX 0 'DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE CO o Ne ort Bed TT : Newport Bead1 FEXPIRATION 66tlX1BLiC51d761A1k XXXXXXXX Newpal Beech BIYd CA 92885 0 DAYS FOR NON PAYMENT OF PREMIUM XXXX PF A 16 0520% " . 4. 05/20/98 Ins. /C. V. INSURED: D M Kisling Construction Co P O Box 250 Laguna Beach, CA 92652- Re: Package - C - USA Casualty Policy # CLU0001669 Effective 07/01/97 To 07/01/98 This endorsement changes the policy. Please read it carefully. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following- COMMERCIAL GENERAL LIABILITY COVERAGE PART WHO IS AN INSURED (Section 11) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. SCHEDULE NAME OF PERSON OR ORGANIZATION: City of Newport Beach, its, officers, officials, employees and volunteers LICENSE #0684503 May 11, 1998 CITY COUNCIL AGENDA ITEM NO. 9 TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: LIDO ISLE SEWER FORCE MAIN REPLACEMENT – AWARD OF CONTRACT NO. 3183 RECOMMENDATIONS: MAY 11 4 1. Approve the plans and specifications. f ®�_ APPRuVED 2. Award Contract No. 3183 Alternative "A" to D.M. Kissling fdflyrie -%Ta pncT" e o�- $173,695 and authorize the Mayor and the City Clerk to execute the Contract. PROJECT DESCRIPTION: The project includes the replacement of the 1930's vintage Lido Isle Sewer Force Main which has had several failures in recent years, including three in the past fiscal year. The project extends from Piazza Genoa, where the Lido Isle Pump Station is located, to Via Lido and Lafayette. The project plans and specifications considered two alternatives to help determine the most cost - effective project for the City. Alternative "A" is to install a 6 -inch high- density polyethylene liner pipe inside the existing 8 -inch cast iron force main. This alternative would minimize disruption to the community by not cutting the street to install a new pipeline. It is anticipated that six such access pits would be required. Alternative "B" called for conventional open -cut construction and installation of a new sewer force main. The overall project length is approximately 2120 linear feet (1/2 mile). In addition, 35 linear feet of sewer main is required and with two new manholes to be installed. DISCUSSION: At 2:15 p.m. on April 29, 1998, the City Clerk opened and read bids for the Lido Isle Sewer Force Main Replacement project. A summary of,the results is listed below and a more detailed itemized bid summary is attached as Exhibit "A ": • The low bidder is essentially the same as the Engineer's Estimate of $175,000, which was the estimate for Alternative "A ". This alternative is preferred because it will minimize disruption to the community. Contractor Amount Bid for Alternative "A" Amount Bid for Alternative "B" Low D.M. Kissling $173,695 $213,170 2 Highland Engineering $181,025 $207,695 • The low bidder is essentially the same as the Engineer's Estimate of $175,000, which was the estimate for Alternative "A ". This alternative is preferred because it will minimize disruption to the community. SUBJECT: LIDO ISLE SEOFORCE MAIN REPLACEMENT —AWARD OF CCI•ACT NO. 3183 May 11, 1998 Page:2 THE LOW BIDDER: 0 The low bidder, D.M Kisling Construction, Laguna Beach, California, is a qualified general contractor licensed to do business in California. This company has successfully completed similar construction projects for other public water and wastewater agencies and municipalities in Southern California. This firm has a good reputation in the contracting industry and has a significant amount of experience with similar pipeline construction projects.The insurance policies submitted by the contractor meet the City's requirements. Staff believes that the contractor will be able to complete the proposed work satisfactorily. PROJECT CONSTRUCTION MANAGEMENT AND SCHEDULE: The project construction will be performed under the supervision of the City's Inspection Division with assistance from the Utilities Division staff. The contract's time of completion for the project is 30 working days. The City's project schedule proposes that the contractor's work be completed by June 26, 1998. This is compatible with the schedule for youth activities on Lido Isle. CONCLUSION: 0 Award of the contract at this time will allow the contractor to complete the work prior to the start of the summertime activities on Lido Isle and prior to the siesmic retrofit of the Lido Isle Bridge. Staff believes the contractor can complete the project satisfactorily and recommends award of the contract to the successful bidder, D.M. Kisling of Laguna Beach, California. The funds needed for completing this project are available in the Wastewater Enterprise Fund under the Capital Project Account Nos. 7531- C5600292 for the Sewer Main Master Plan Replacement Program ($167,995) and 7533- C5600339 for the Sewer Manhole Replacement/Addition program ($5,700). Respectfully s fted, WORKS DEPARTMENT Don Webb, Director By: / I l MicAael J. Sinacori, P.E. Utilities Engineer • Attachment: Location Map Bid Summary \\dp\sys\groups\pubworks\cou ncil\98\may -11 \Iido.doc r-I U vUU�U vU 'WE- LIDO ISLE SEWER FORCE MAIN REPLACEMENT CITY OF NEWPORT BEACH PUBUC WORKS DEPARTMENT