HomeMy WebLinkAboutC-2779 - Back Bay Drive Drainage Containment Near Eastbluff Drive, and Corona del Mar Sidewalk ReplacementCIT"YOOF NEWPORT AACH
July 2, 1991
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
Guild Construction, Inc.
5100 E. La Palma, Suite 113
Anaheim, CA 92807
(714) 644 -3005
Subject: Surety: CBIC Bonding and Insurance Co.
Contract No.: C -2779
Project: Back Bay Drive Drainage Containment near
Eastbluff Drive, and Corona del Mar
Sidewalk Replacement
The City Council of Newport Beach on May 28, 1991 accepted the work
of subject project and authorized the City Clerk to file a Notice
of Completion and to release the bonds 35 days after the Notice of
Completion has been recorded in accordance with applicable portions
of the Civil Code.
The Notice was recorded by the Orange County Recorder on June 3,
1991, Reference No. 91- 275915.
Sincerely,
" "./,
Wanda E. Raggio�G/V�G
City Clerk
WER:pm
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
RECORDING REQUESTED BY AND
91-275915A
WHEN
RECORDED RETURN TO:
EXEMPT RECORDING REQUEST PER
�f
GOVERNMENT CODE 6103
REt�aDeoINOFFicial RecoHDs
City
Clerk 7ylr
OFORANGeCWNTY,CALIFOR A
City
of Newport Beach
3300
Newport Boulevard
EXEMPT
4 :00
Newport Beach, CA 92663
C10
PM JUN 31991
NOTiCF. OF tMPI,ETION
e Q order
PUBLIC WORKS
'I o All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on April 26 1991
(he Public Works project consisting of BACK BAY DRIVE DRAINAGE CONTAINMENT NEAR
EASTBLUFF DRIVE, AND CORONA DEL MAR SIDEWALK REPLACEMENT (C -2779)
on which Guild Construction, Inc
was the contractor, and CBIC Bon
was the surety, was completed.
I, the undersigned, say:
5100 E. La Palma
,
Pointe Drive
i bY OF NEWPORT BFACH
l c Worka Directoy .';I
VERIFICATION
I am the Public Works Director of the City of Newport Beach;
Notice of Completion is true of my own knowledge.
RECEIVED. !
JUN 28 1991 t.
I declare under penalty of perjury that the foregoing is true and correct:
Executed on May 30, 1991 at Newport Beach, California.
Public orks Director
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on May 28, 1991 accepted the above described work as
completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on May 30, 1991 at Newport Beach, California.
i i
� r
•
i
TO: City Council
IY THE CITY COUNCIL
Y OF NEWPORT BEACH
MAY ? = 1991
APPROVED
FROM: Public Works Department
Li
May 28, 1991
CITY COUNCIL AGENDA
ITEM NO. F -12
SUBJECT: ACCEPT THE COMPLETION OF THE CONTRACT FOR BACK BAY DRIVE
DRAINAGE CONTAINMENT NEAR EASTBLUFF DRIVE AND CORONA DEL
MAR SIDEWALK REPLACEMENT (C -2=766W)
2779
RECOMMENDATIONS:
1. Accept the completion of
2. Authorize the City Clerk
Completion.
3. Authorize the City Clerk
days after the Notice of
recorded in accordance w
the Civil Code.
DISCUSSION:
the contract.
to file a Notice of
to release the bonds 35
Completion has been
ith applicable portions of
The contract for the construction of the subject contract
has been completed to the satisfaction of the Public Works
Department.
The bid price was $79,939.24
Amount of unit price items constructed 75,024.88
Amount of change orders 12.600.00
Total contract cost $87,624.88
The decrease in the amount of the unit price items
constructed was due in part to the sidewalk deleted where the curb
access ramps were constructed.
One Change Order was issued in the amount of $12,600.00.
It provided for construction of curb access ramps at those
locations where the sidewalk landing was being replaced.
Funds for the project were budgeted in the General Fund,
Account Nos. 02- 3390 -015 and 02- 3397 -183.
The contractor is Guild Construction, Inc. of Anaheim.
The contract date of completion was May 23, 1991. The
work was completed on April 26, 1991.
" 60,)64
Benjamin B. Nolan
Public Works Director
GPD:so
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
TO: FINANCE DIRECTOR y , y� - g/
FROM: CITY CLERK
DATE: February 22, 1991
SUBJECT: Contract No. C -2779
Description of Contract Back Bay Drive Drainage Containment Near
Eastbluff Drive, and Corona del Mar Sidewalk Replacement
Effective date of Contract February 21, 1991
Authorized by Minute Action, approved on February 11, 1991
Contract with Guild Construction, Inc.
Address 5100 E. La Palma, Suite 113
Anaheim, CA 92807.
Amount of Contract $79,939.24
(�L "S '
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
-,,
f ` CITY CLERK
Sealed bids may be eaceived at the office of the City Clerk,
3308 Newport Boulevard, P. 0. Box "1768, Wwport HeacIr CR SM9 1768.
until 11.00 A.M. on the— J�sstt day of FFeebbrruiaarr , 199,1,
at which time such bids shall be openedandlread for
Back Bay Drive Drainage Containment Near Eastbluff Drive,and
Corona Del Mar Sidewalk Replacement
Title of Project
2779
ntract No.
$105.000
Engineer's Utimate
R
Approved by the City Council
this 14th day of January 1991
Wanda E. Raggio ,
City Clerk
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3300.Newport Boulevard,
P. 0. Box 1768, Newport Beach, CR 92659 -1768.
For further information, call Lloyd R. Dalton at 644 =3311.
Project ManaW:
P Y v . nYe +a � -m. vs�� c Y ,�:,'Y -Li^ F4i � .
( •.
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
9
PR 1.1
BACK BAY DRIVE DRAINAGE CONTAINMENT NEAR EASTBLUFF DRIVE,
AND CORONA DEL MAR SIDEWALK REPLACEMENT
CONTRACT NO. 2779
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
P.O. Box 1768
Newport Beach, CA 92659 -1768
Gentlemen:
The undersigned declares that he has carefully examined the
location of the work, that he has examined the Plans and Special
Provisions, and hereby proposes to furnish all materials and do all
work required to complete this Contract No. 2779 in accordance with
the Plans and Special Provisions, and that he will take in full
payment therefore the following unit price for the completed item
of work, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. Lump Sum Mobilization
@ Twenty -five hundred Dollars
and
No Cents $ 2500.00
Per Lump Sum
2. Lump Sum Remove Ex. 18" RCP and Construct
Curb Inlet
@ Three Thousand Dollars
and
No Cents $3000.00
Per Lump Sum
I ', k •.
. .o
•
PR 1.2
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
3. 597 Construct Type "A" curb
Lin. Ft. and gutter with drainage rock,
filter fabric, 12" subdrain
and cleanout
@ Forty -three Dollars
and
No Cents $ 43.00 $ 25,67T.00
Per Lineal Foot
4. 60 Install pipe and fittings to
Lin. Ft. ex. bench drains
@ Fifteen Dollars
and
No Cents $ 15.00 $900.00
Per Lineal Foot
5. 1142 Remove parkway paving
Sq. Ft.
@ One Dollars
and
Fifty Cents $ 1.50 $ 1713.00
Per Square Foot
6. 13,263 Replace sidewalk
Sq. Ft.
@Three dollars Dollars
and
Fort -eight Cents $3.48 $46,155.24
Per Square Foot
i
0
•
Seventy -nine Thousand Nine Hundred Thirty -nine Dollars
and
Twenty -four Cents
TOTAL BID PRICE (WORDS)
January 31, 1991 Guild Construction, Tnr
Date Bidder
714 - 970 -1180
Bidder's Telephone No.
571867 "A"
Bidder's License
No. & Classification
PR 1.3
$ 79,gl9.24
TOTAL BID PRICE
(FIGURES)
�i 5100 E. La Palma Suite 113
Anaheim, CA 92807
Bidder's Address
• •
Page 2
INSTRUCTIONS TO BIDDERS
The following documents shall be completed, executed and received by the City
Clerk in accordance with NOTICE INVITING BIDS.
1. PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTORS
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 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 -7961
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.
571867 "A"
Contr's Lic. No. & Classification
January 31, 1991
Date
Guild Construction, inr.
Bidd r
L
Aut/ orized Sig a re /Title
Ziik Dudley, P ident
• 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
accordance with State law and /or the Standard Specifications for Public Works
Construction, as applicable.
The Bidder, by signing this designation, certifies that bids from the following
subcontractors have been used in formulating the bid for the project and that
these subcontractors will be used subject to the approval of the Engineer and in
accordance with State law.
Subcontract Work Subcontractor Address
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Guild fnnctrnrtion, Ines,,
Bidder
Aut orizedr Signatur?f tle
Frank Dudley, Pres nt
'• • Page 4
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, Guild Construction, Inc. , as bidder,
and CBIC Bonding and Insurance Company , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
Ten Percent of Amount Bid Not To Exceed Dollars ($ 14,300.00 ),
Fourteen Thnucand Thrace Hnndrpd and No./Jon _ _ _ _
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
Back Bay Drive Drainage Containment Near Eastbluff Drive, C -2779
And Corona Del Mar Sidewalk 'V' arpmpnt
Title of Project Contract No.
in the City of Newport Beach, is accepted by the City Council of said City, and
if the above bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver to said City the "Payment" and
"Faithful Performance" contract bonds described in the Specifications within ten
(10) days (not including Saturday, Sunday, and Federal holidays) from the date of
the mailing of contract documents for execution to the above bounden bidder by
and from said City, then this obligation shall become null and void; otherwise it
is and shall remain in full force and effect, and the amount specified herein
shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an individual,
► it is agreed that the death of any such bidder shall not exonerate the Surety
from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 29th day
of January 19 91•
_ (Attach acknowledgement of Bi der
Attorney -in -Fact)
�
Notary Public Due yQ
eJr tle r k e , st
Commission Expires:
Surety
By
Title . Barbara Thiel, Attorney -In -Fart
STATE OF CALIFORNIA
SS.
COUNTY OF OQ- A'NC�fi
On this ? I day of n ')0.+ q , in the year 1921.
,
before me, the undersigned, a Notary Public in a d for said State, personally appeared
—rFi_ V— b, ..d lei(
c
-dad
OFFICIAL NOTARY SEAL �i td t im�-t.L.. ;� �c _ , personally known to me
� 9ENlSE L. LEIBOLD
NoterYPUWic— Calilomia (or proved to me on the basis of s lisfactory evidence) to be the persons who executed the
- ORANGE COUNTY within instrument as President ,
tNly Comm. Expires JUL 25,199. r
re eetive . of the Corporation therein nametl, and acknowledged tome that the Corporation
e executed it pursuant to its by-laws or a resolution of its board of directors. I
WITNESS my hand and official seal. p .
CC E
ACKNOWLEDGMENT —CWp. —Res. 6 Sec. —Wo"ns ierm 222CA —A". 11-83 I 01983 WOLCOns. INC. IaNenassa zl Notary Public in and for said State. I
STATE OF CALIFORNIA )
) ss:
` County of ORANGE )
)� On this 29TH day of JANUARY 19--21_ , before me
'i
YOLANDA Z.VEGA
a Notary Public,
personally appeared BARBARATHIEL personally known to me (or proved to me on the
basis of satisfactory evidence) to be the Attorney -in -Fad of the CBIC Bonding and Insurance Company, and
acknowledged to me that he subscribed the name of the CBIC Bonding and Insurance Company thereto and
his own name as Attorney -in -Fact.
MxYBCJ.D1 -M0 989
otary Public
0
CBIC Home Office:
Limited 1213 Valley Street
Power of Attorney Sea le, 9271
CBIC BONDING AND y Seattle, WA 98109 -0271
INSURANCE COMPANY (206) 622 -7053
KNOW ALL MEN BY THESE PRESENTS that CBIC BONDING AND INSURANCE COMPANY, a corporation duly organized and existing under the laws of the State of Washington, and having its principal office
in Seattle, King County, Washington, does by these presents make, constitute and appoint BARBARA THIEL, of Laguna Hills, California, its true and lawful affomey -in -fad, with full power and authority hereby
conferred in its name, place and stead, to execute, acknowledge and deliver: (1) SBA guaranteed performance and payment bonds not exceeding the penal sum of $1,250,000; (2) bid bonds for jobs where,
tithe contract is awarded, the SBA guaranteed performance and/or paymentbondd) will not exceed $1,250,000; (3) a0 other bonds coded and classified by the Surety Association of America in its Rate Manual
of Fidelity, Forgery and Surety Bonds (including future amendments thereto) as Judicial, Contract (excluding bid bonds), Miscellaneous, License and Permit, and Federal not exceeding the penal sum of
$2,000,000; (4) bd bonds for jobs written pursuant to the authority in clause (3) above where, if the contract is awarded, the performance and/or payment bond(s) will not exceed $2,DDO,000; and (5) all other
bonds rot exceeding the penal sum of $500,000. Provided, however, that BARBARA THIEL is granted power and authority to exceed the applicable penal limit previously set forth for any bond in an amount
equal to the amount of any leter of credit, or similar security, received as collateral security by the Company as an inducement to issue the bond; and to bind the Company thereby as fully and to the same edam
as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly atested by its Secretary; hereby rafitying and confirming all that the said atomey -in -fad may do in the
premises. Said appointment is made under and by authority of the following resolutions adopted by the Board of Directors of the CBIC BONDING AND INSURANCE COMPANY on January 15,1991:
RESOLVED that the President is authorized to appoint as attorney in4act of the Company BARBARA THIEL with power and authority to sign on behalf of the Company: If SBA guaranteed
performance and payment bonds not exceeding the penal sum of $1,250, ODO; (2) bid bonds for jobs where, if the contract is awarded, the SBA guaranteed performance and/or payment bond(s)
will not exceed $1,250,000; (3) all other bonds crded and classified by the 5uretyAssociation ofAmericainits Rate Manual of Fidelity, Forgery and Surety Bonds (including htture amendments
thereto) as Judicial, Contract (excluding rid bonds). Miscellaneous, License and Pere, and Federal not exceeding the penal sum of $2,000,000; (4) rid bonds forpbs written pursuant to
the authority in clause (3) above where, if the contract is awarded, the performance and/or payment bonds) will not exceed $2,000,OOQ and (5) all other bonds not exceeding the penal sum
Of $500,000.
RESOLVED FURTHER that BARBARA THIEL is granted power and authority to exceed the applicable penal limit set forth in the preceding resolution for my bond in an amount equal to the
amount of any leter of credit, or similar security, received as collateral security by the Company as an inducement to issue the bond.
RESOLVED FURTHER that the authority of the Secretary of the Company to cenily the authenticily and effectiveness of the foregoing two resolutions in any lint ted Power of Atomey is hereby
delegated to thefollowing persons, the signature of any of the following to bind the Company respect to the authenticity and effectiveness of the foregoing resolutions as 0 signed by the
Secretary of the Company: Donald Sirkln, R. L. Thiel, Charles J. Falskow and Janet K. Lorraine.
RESOLVED FURTHER that the signatures (including certification that the Power of Attorney is sfill in force and effect) of the Presider, Notary Public and person certifying authenticity and
effectiveness, and the corporate and Notary seals appearing on any Limited Power of Atomey containing this and the foregoing resolutions may be by facsimile.
RESOLVED FURTHER that all resolutions adopted prior to today appointing the above named as atomey -in -fact for CBIC BONDING AND INSURANCE COMPANY we hereby superseded.
IN WITNESS WHEREOF, CBIC BONDING AND INSURANCE COMPANY has caused These presents to be signed by its President and its corporate seal to be hereto affixed this 15th day of January, 1991.
CBIC BONDING AND INSURANCE COMPANY
00
SEAL
/P ......
STATE OF WASHINGTON— COUNTY OF KING
On this 15th day of January, 1991, personally appeared STEVENA. GAINES, to me known to be the President of the corporation thatexecuted the foregoing Limited PowerolAtlomeyand aduowledged said
Limited Powerof Atomeyto be the free and voluntary act and deed of said corporation, forthe uses and purposes therein mentioned, and on oath stated that he is autarized oexeculethe said limited Power
of Attorney.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and year
'Duque,
Notary Public in and or the State of Washington, residing at Seattle
The undersigned, acting under authority of the Board of Directors of CBIC BONDING AND INSURANCE COMPANY, thereX certifies, as or m lieu of Certificate of the Secretary of CBIC BONDING AND
INSURANCE COMPANY that the above and foregoing is a lull, true and coned copy of the Original Power of Atomey issued by said Company, and does hereby further ceriy that the said PowerolAbrumey
is sfill in force s ``ed.
GIVEN under my harR}c LA CA , this 29TH day of JANUARY ,19 91
x
PoaBT02.05- US011591
4.
NONCOLLUSION AFFIDAVIT
State of California
ss.
County of Orange
• Page 5
Frank Dudley being first duly sworn, deposes and says that he or
she is President of Guild (rnn ,rurj; ,,_ _,nr 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, south by agreement,
communication, or conference with anyone to fix the bid price of the bidder
or any other bidder, or to fix any overhead, profit, or cost element of the
bid price, or of that of any other bidder, or to secure any advantage against
the public body awarding the contract of anyone interested in the proposed
contract; that all statements contained in the bid are true; and, further,
that the bidder has not, directly or indirectly, submitted his or her bid
price or any breakdown thereof, or the contents thereof, or divulged
information or data relative thereto, or paid, and will not pay, any fee to
any corporation, partnership, company association, organization, bid
depository, or to any member or agent thereof to effectuate a collusive or
sham bid.
Guild Construction, Inc.
Bidder
Subscribed and sworn to before me this day of , 19_
My commission expires:
Notary Public
STATE OF CALIFORNIA i7
COUNTY OF
f On this day of 3nLar , in the year 19-21
( before me, the undersigned, a Notary Public i 7 and for said State, personally appeared
-- -- °- .:
xray)k >urtad
t RY OFFICIAL NOTA SG 4L
a y G,, Id (f�ry,c-{- /Z'{z�, •Trc - , personally known to me
% ". DEWSEL � It't0 _D iy7`
t ; 3 '> Noary Pun6c +:ornia (or proved to me on the basis of satisfactory evidence) to be the persons who executed the
within instrument as ✓ President --
t- My Cam;m. EXpireS ,u� 24,704: '
', of the Corporation therein named, and acknowledged tome that the Corporation I7
)i► executed it pursuant to its by -laws or a resolution of its board of directors.
i
I WITNESS my hand and official seal.
ncxxawrecceaTS. INC coo —ne :. a sec. -wIV" rwm zzzca —aev. It 83
01983 WOLCOTTS. I 7once cross e 2) Notary Public in and for said State.
•• 0 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
For Whom Performed (Detail) Person to Contact Tel
Various Projects)
90 City of Santa Ana Ron WnlfnrA 714 -565 4028
Street Improvements
90 Citv of Oranae
90 City of o n Walker 213-590-6
N O T I C E
• Page 7
The following contract documents shall be executed and delivered to the
Engineer within ten (10) days (not including Saturday, Sunday and Federal
holidays) after the date of mailing Notice of Award to the successful bidder:
PAYMENT BOND (Pages 8 & 9)
FAITHFUL PERFORMANCE BOND (Pages 10 & 11)
CERTIFICATE OF INSURANCE & ENDORSEMENTS (Pages 12, 13, 14)
CONTRACT (Pages 15 & 16)
The City of Newport Beach will not permit a substitute format for these
contract documents. Bidders are advised to review their content with
bonding, insuring and legal agents prior to submission of bid.
Payment and faithful performance bonds shall
organization or surety (1) currently authorized by
to transact business of insurance in the State of
as an acceptable surety in the latest revision
Circular 570.
Insurance companies affording coverage shall
by the Insurance Commissioner to transact business
of California, and (2) assigned Policyholders'
Financial Size Category Class VIII (or larger) in
edition of Best's Kev Rating Guide: Property -Cas
be issued by an insurance
the Insurance Commissioner
California, and (2) listed
of the Federal Register
I
(1) currently authorized
of insurance in the State
Rating A (or higher) and
accordance with the latest
ualty. Coverages shall be
provided as specified in the Standard Specificat
Construction, except as modified by the Special Prov
The following Workers' Compensation Insurance Certification shall be
executed and delivered to the Engineer along with a Certificate Of Insurance
for workers' compensation prior to City's execution of the Contract:
WORKERS' COMPENSATION INSURANCE CERTIFICATION
"I am aware of the provisions of Section 3700 of the Labor Code which require
every employer to be insured against liability for workers' compensation or
to undertake self- insurance in accordance with the provisions of that code,
and I will comply with such provisions before commencing the performance of
the work of this contract."
Guild
C -2779
Contract Number
Frank u Dudley,
Back Bay Drive Drainage Containment Near Eastbluff Driv
Ple of Project del Mar Sidewalk.Replacement
4
EXECUTED IN FOUR COUNTERPARTS
KNOW ALL MEN BY THESE PRESENTS, That
PAYMENT BOND
0
BOND NO. CA2626
PREMIUM INCLUDED IN
PERFORMANCE BOND.
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted
has awarded to
February 11, 1991
Guild Construction, Inc.
hereinafter designated as the "Principal ", a contract for Back Bay Drive Drainage
Containment Near Eastbluff Drive, and Corona del Mar Sidewalk Replacement
Page 8
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 Guild Construction, Inc.
as Principal, and
CBIC BONDING AND INSURANCE COMPANY
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
Seventy -nine. Thousand Nine Hundred Thirty -nine and 24/100 Dollars ($ 79,939.24 ),
said sum being equal to 100% of the estimated amount payable by the City of Newport
Beach under the terms of the contract; for which payment well and truly to be made, we
bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly
and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or
his subcontractors, fail to pay for any materials, provisions, or other supplies,
used in, upon, for, or about the performance of the work contracted to be done, or
for any other work or labor thereon of any kind or for amounts due under the Unemploy-
ment Insurance Code with respect to such work or labor, that the Surety or Sureties
will pay for the same, in an amount not exceeding the sum specified in the bond, and
also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed
by the Court as required by the provisions of Section 3250 of the Civil Code of the
State of California.
The bond shall inure to the benefit of any and all persons, companies, and '
corporations entitled to file claims under Section 3181 of the California Civil Code
so as to give a right of action to them or their assigns in any suit brought upon
I? Page 9
Payment Bond (Continued)
this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil Code of
the State of California.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or the specifications accompanying the same shall in
any wise affect its obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions to the terms of the contract
or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 11TH day of FEBRUARY 19 91
Guild
Construction,
Inc.
Seal) \
Name of
Contractor (Principal)
- _
Authorized Sgnature and Title
✓CBIC BONDING AND INSURANCE COMPANY (Seal)
Name of Surety
23172 PLAZA POINTE'DRIVE SUITE 185
+ LAGUNA HILLS CA 92653
ddresslof ,Surety
BY:
Signature ` and TItle of Aut or zit`',
BARBARA THIEL, ATTORNEY —IN —FACT
Address of gent
(714) 770 -9733
Telephone No. of Agent
I STATE OF CALIFORNIA l II
jss.
� COUNTY OF 4-9- &i_
pu 1 c C
On this °L day of re »T "a F in the year 19 2
before me be undersigned, a Notary Public in and for said State, personally appeared
u7 god
pti1 i Id - cTsrt¢.a rrcu� a%raL. , personally known to me
(or proved to me on the basis of satisfactory evidence) to be the persons who executed the
within instrument as ✓ President ,
respe=ivgy, of the Corporation therein named, and acknowledged to me that the Corporation
executed it pursuant to its by -laws or a resolution of its board of directors.
WITNESS my hand and official seal.
ACKNOWLEDGMENT— Corp. —Pros. B Sec.— Wolcons Form 222CA —Rev. 1183
951993 WOLCOTTS. INC. (price class 82) Notary Public in and for said State.
STATE OF CALIFORNIA
) ss:
County of ORANGE
On this 11TH day of FEBRUARY 29 --- 2-1 , before me
Y01ANDA Z. VEGA , a Notary Public,
personally appeared BARBARATHIEL — personally known to me (or proved to me on the
basis of satisfactory evidence) to be the Attorney -in -Fact of the CBIC Bonding and Insurance Company, and
acknowledged to me that he subscribed the name of the CBIC Bonding and Insurance Company thereto and
his own name as Attorney-in-Fact.
Me YBC1.01-CAI00989 I j
1'!" comm. Et :Fv t 1
CM Aw
iBt1SURANCE COY
i Limited
power of Attorney
wwwww�
..,,,,w Wasnu+9t0adcesby these pmsens tGBIG BONDING ,IM (1�j'
KNOW ALLMENBYTHESEPRESEMSthaAND i
or,�lo.. acklrowletl9e .__mwrth0nd
0orneaedtn is name, in theSBA9"aranteaaPe'tuwre amendments mero.,a
d the cmrtractis aw and' Bonds UmclOd'v9 In clause (3)
M FldeMy. Fm90ry to opswnttsnWmantrothe authodtY
d bid bOin� i ProVlded,h oweed[,es�laten
$ponds t*maxceed'n9 penal sum o13500,OD0 rate seals
mot any lettetaf medit,or sa sealed vithNe corpo
equalMMaanrou res nedby the s and by atM1hOriN of the lollow'09 re
vemise5 Saitl �nInent is made
premues
• Home Office:
1213 Valley Street
P.O. Box 9271 90271
x1
Seattle, 091
(206)
�texceaa,`C"' - bid bonds), ^"�""�ma dndlor
COnifasl (axdudi�B
It the co,uois awarded, the PedO
—wet and a0ft,ty 10 excl . d the aO
whRre,
Rd Federalratevw� Onu,uvv,a.-,
Pa�tpand(sl wiNrotexcea0 S2,
,._ PP�ece�l Ntret seltonh inihe P'�'`
toexcead rhea
a me Company as a
induc
as pail amal S-cu mY by ment to issue the oo^d.
_,,,eaNivenassotthetme90 �9�,
,,ysodatwnot
F ArnarmA,,t,h,.e ' _n
al sum of
exeed9
Tae I,:$2.0" n an amount
t
RESOD. u 11 sdet of crodii, or amne, >�'...,. tocerdNihe aurae „u�•, - aum�,,,^^., -
amou0tofany ottheGomPaM wah rasParAw Pubrro and Pa'S°” cmulym9 autheniwmt
oitheSecretwl the tolfowin9lo"I'l the Company _ {Mary
the s9natmeof anCJ Farskowand Janet K. Lamanre dihe Ptesidem, trtNle.
RESOLVEDFURTHERihatiheauthhe st 4TMe1, is stip in trace and eheml resoWtion6 rnaYcebY
IISCIadtothefollovwngP� tl$itiun, R. at AtLmmy this and the imeg0m9
6291 of the GOmPatry tNe P"af tairdn9 DINSURANCE COMPANY areheteby �d }991.
Secretary cerBFcaf,my Umiied Power of Attorney DINGAN ai January ,
RES(FVED FURTHER chat lat and seas apPa ladiorCBIC BON
and ne in- hereto a0ized ihls 15th day
ss, and the c°Rorate and Notary ndngthe above named asaaa Y ntandll co grata seal to be
eNeOtive(re rtOrodaY aDPp1 s Eby its Ptesltle
COMPANY has caused these Presents mod aJn
RESODUEDFURTHERthatallresolMoi +s adoptadW�°
GRIC BONDING AND INSURANCE ""� tippt
INWITNESSWHEREOF. _ G pINSUR4, ,y.
CBIG BONDING AND INSURANCE COMP_
Srevav,. --
LINTY OF KING Knpwn W
STATE OF WASHINGTON- -CD atsd STEVEN A.GAINES,m eion,folth,
t491.POvmnallvoa ary tanddlell"saidwMa
Onths 15th day olJ muaNpcetceiBeard
I_imiled"ef01A1w ay �amxatl rap 0
IN Walsealiheday
of AtromeY ma set my hand
a
WITNESS WHEREOF, l have heteu
The undmW — COMPANY,
INSURANCE
is sliNln torte and oha01.
GIVEN u,dl MY hand at
paaBT02.05-0S01159t
nn
q"r g Umited
SHINSA: poweroi
�...........- iaegmng
„rd of the cprypraiwn that executed
..,aimietl. endonoath
stated that he is auttanZ
*orAkr
PtJeUG _
j/ 9f 2Tf , . �~ tease of the Saoretary 01 C81C BON iNAG9oWmay
I t. Qom... �`� .m Neu of Certir
.wr lusher cerdh ihatihesaid Power
at Seatlla COMPAM'. hmaOY wlifies, as 0r am does hereby
ingWn. rastd{n9 INSURANCE sued by said Company'
of CBIC BONDING AND � Inal pawer at MITI% ,19 91,
at the Board 01 Diredms nectcopY of the Ong
ngls 00, tme andc0 _ �. _day of
'• • Page 10
EXECUTED IN FOUR COUNTERPARTS
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
BOND NO. CA2626
PREMIUM: $1,599.00
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted February 11. 1991
has awarded to Guild Construction. Inc.
hereinafter designated as the "Principal ", a contract for Back Bay.Drive Drainage
Containment Near Eastbluff Drive, and Corona del Mar Sidewalk Replacement
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, Guild Construction. Inc.
as Principal, and.
CBIC BONDING AND INSURANCE COMPANY
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
Seventy -nine Thousand Nine Hundred Thirty -nine and 24/100 Dollars ($ 79,939.24 ),
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns, for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,
his or its heirs, executors, administrators, successors, or assigns, shall in all
things stand to and abide by, and well and truly keep and perform the covenants, con-
ditions, and agreements in the said contract and any alteration thereof made as therein
provided on his or their part, to be kept and performed at the time and in the manner
therein specified, and in all respects according to their true intent and meaning, and
shall indemnify and save harmless the City of Newport Beach, its officers and agents,
as therein stipulated, then this obligation shall become null and void; otherwise it
shall remain in full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
I
A
Page 11
Faithful Performance Bond (Continued)
of any such change, extension of time, alterations or additions to the terms of the
contract or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal•-ah -d''
l�� 9
Surety above named, on the 11TH day of FEBRUARY 1 ".,_-
GUILD CONSTRUCTION, INC. '. (lea
Name of Contractor Principal -
1
AuPorized SlgnatuKAnd Tit e
Frank Dudley Cy.4sident
Aut orized Signature and Title
CBIC BONDING AND INSURANCE COMPANY (Seal)
Name of Surety
23172 PLAZA POINTE DRIVE SUITE 185
LAGUNA HILLS. CA 92653 .
ddress of Surety
BY:
Signature and Title of Authorized Agent
BARBARA THIEL, ATTORNEY -IN -FACT
Address of Agent
(714) 770 -9733
Telephone No. of Agent
i
,.,
STATE OF CALIFORNIA
t+� 4
COUNTY OF l Vj( C ss.
OFFICIAL NOTARY SEAL
DENISE L. LEISOLD
p , ® Notary Public— California
ORANGE COUNTY
My Comm. Expires JUL 25,1994
On this day of ! t� rua in the year 19_qL
before me, the undersigned, a.Notary Public in and for said State, personally appeared
L" r r arld
L: l It, Cc nS`<9ar-t7e>L TnL- personally known to me
(or proved to me on the basis of satisfactory evidence) to be the persons who executed the
within instrument as President a - �-- --
rgly, of the Corporation therein named, and acknowledged to me that the Corporation
executed it pursuant to its by-laws or a resolution of its board of directors.
WITNESS my hand and official seal.
ACKNOWLEDGMENT— Corp. —Pros. d 5ec.— YVO10115 Form 222CA -8m. rvBG
01983 WDLCDiiS, INC. _ (price class 841 Notary Public in and for said State.
STATE OF CALIFORNIA J
) ss:
County of ORANGE J
On this 11TH day of
Y01ANDA Z.VEGA
FEBRUARY
l9 91 before me
a Notary Public,
personally appeared BARBARATHIEL personally known to me (or proved to me on the
basis of satisfactory evidence) to be the Attorney -in -Fact of the CBIC Bonding and Insurance Company, and
acknowledged to me that he subscribed the name of the CBIC Bonding and Insurance Company thereto and
his own name as Attorney -in -Fact.
MKYBCJ.01- CM00989
f �
0 1193
.W MWj
CBIC Home Office:
Limited 1213 Valley Street
P.O. Box 9271
CBIC BONDING AND Power of Attorney Seattle, WA 98109 -0271
INSURANCE COMPANY (206) 622 -7053
KNOW ALL MEN BY THESE PRESENTS that CBIC BONDING AND INSURANCE COMPANY, a corporation duty organized andexisting under me laws of the State of Washington, and having its principal office
in Seattle, King County, Washington, does by these presents make, constitute and appoint BARBARA THIEL, of Laguna Hills, California, Its true and lawful anomey- infact, with full power and authority hereby
conferred in its name, place and stead, to execute, acknowledge and deliver: (1) SBA guaranteed performance and payment bonds not exceeding the penal sum of $1,250.000; (2) bid bonds for jobs where,
if the contract is awarded, the SBA guaranteed performance and/or payment bonds) will not exceed $1,250,000; (3) all other bonds coded and classified by the Surety Association of America in its Rate Manual
of Fidelity, Forgery and Surety Bonds (including future amendments install as Judicial, Contract (excluding bid bonds), Miscellaneous, License and Permit, antl Federal not exceeding the penal sum of
$2,000,000; (4) bid bonds for jobs written pursuant to the authority in clause (3) above where, if the contract is awarded, the performance and/or payment bonds) will not exceed $2,000,000; and (5) all other
bonds Trot exceeding the penal sum of $500,000. Provided, however, that BARBARA THIEL is granted power and authority to exceed the applicable penal limit previously set forth for any bond in an amount
equal to the amount of any letter of credit, or similar security, received as collateral security by the Company as an inducement to issue the bond; and to bind the Company thereby as fully and to the same extent
as it such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby rail and cordirmmg all that the said attaney:m -fact may do in the
premises. Said appointment is made under and by authority of the following resolutions adopted by the Board of Directors of the CBIC BONDING AND INSURANCE COMPANY on January 15,1991:
RESOLVED that the President is authorized to appoint as atiomap"- Iactof the Company BARBARATHIELwhin power and authority to sign on behalf of the Company. if SBAguara lxssd
performance and payment bonds not exceeding the penal sum of $1,250,000; (2) bid bonds forjobs where, if the contract is awarded, the SEA guaranteed performance and /or paymenthond(s)
will not exceed $1,250,000; (3) all other bonds coded and classified by the Surety Association of America in its Pate Manual of Fidelity, Forgery and Surety Bonds (including future amendments
thereto) as Judicial, Contract (excluding bid bonds), Miscellaneous, License and Permit. and Federal not exceeding the penal sum of $2,000,000; (4) bid bonds for jobs written pursuant to
the authority in clause (3) above where, if the contract is awarded, the performance andlot paymenthontl(s) will not exceed $2,OW,000; and (5) all other bonds not exceeding the penal sum
Of $500,000.
RESOLVED FURTHER that BARBARA THIEL is granted power and authority to exceed the applicable penal limit set forth in the preceding resolution for any bond in an amount equal to the
amount of any letter of credit, or similaf security, received as collateral security by the Company as an inducement to issue the bond.
RESOLVED FURTHER that the authority of the Secretary of the Company tocar ifythe authenticity and effectiveness of the foregoing two resolutions in any Limited Power at Attorney is hereby
delegated to the following persons, the signature of any of the following to bind the Company with respect to the authenticity and effectiveness of the foregoing resolutions as if signed by the
Swelwy of the Comparry: Donald SnIum, R. L. Thiel, Charles J. Falsxow and Janet K. Lorraine.
RESOLVED FURTHER that the signatures (including certification that the Power of Attorney is still in force and effect) of the President, Notary Public and person certifying authenticity and
effectiveness, and the corporate and Notary seals appearing on any Limited Power of Attorney containing this and the foregoing resolutions may be by facsimile.
RESOLVED FURTHER that all resolutions adopted prior to today appointing the above named as attorney- im fact for CBIC BONDING AND INSURANCE COMPANY are hereby superseded.
IN WITNESS WHEREOF, CBIC BONDING AND INSURANCE COMPANY has caused these presents to be signed by its President and its corporate seal to be hereto affixed this 15th day of January, 1991.
CBIC BONDING AND INSURANCE COMPANY
STATE OF WASHINGTON -- COUNTY OF KING
pND INSlr
.m0•AGOPPOR4rFC':'3
SEAL;
ING1�=
On this 15th day of January, 1991, personally appeared STEVEN A. GAINES, to me known to be the President of the corporation that executed the foregoing Limited Power of Attorney and acknowledged said
Limited Power of Attorney to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that he is authorized to execute the said Limited Power
of Attorney.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and year first above
The undersigned, acting under authority of the Board of Directors of CBIC BONDING AND INSURANCE COMPANY,
INSURANCE 7h-,d �ale above and foregoing isalull, true and correct copy of the Original Power ofAffornay it
is still in force GwEN ander , this 11.17{
PoaBT02.05-US011591
p0T4q.t,
'0l7euc
es, as or in lieu of Certificate of the Secretary of CBIC BONDING AND
Company, and does hereby further certify, that the said Power otAbomay
day of FEBRUARY g 91
I - - : 4 1- •
• • panp 19
C E C TE
pp RTIFI.CATE : s� F.�.'�,;:,INSURA
PRODUCER
COMPANIES AFFORDING COVERAGE
COMPANY A
Aylor Insurance Agency,
P. O. Box 338,
LETTER U.S.F. & G.
El Toro, CA 92630
COMPANY 8 U.S.F. & G.
INSURED
LETTER
Guild Construction, Inc.
5100 E. La Palms, Suite 113
COMPANY C U.S.F. & G.
Anaheim, CA 92807
LETTER
.COVERAGES 0%
0
THIS IS T LOW HAVE I 90r,01, E INSURED NAMED ABOVM4 POLICY"PEA10b
e4OfCATED. NOTMTHSTANDING ANY REOUIRCMeNT• TEMA OR CONDITION OF AJ.Y CONTRACT OR OTHER DOCUMENT WITH RESPECT TO MICH THIS
CErTIFIFICAIC MAY BE ISSUED OR MAY PERTA.M. THENSURANCE AFFORDED BYTIfE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL 711E TERMS.
EXCLUSIONS. AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED. EXTrNbEO OR ALTERED BY THIS CERTIFICATE.
CO7 L
T"-_ OF INSURANCE
POLICY NUMBER
EFFECTIVE
DATE
EXPIRATION
DATE
AL LI
L MITS IN THOUSANDS
GCNERAL LIABILITY
(OCx-,URANCE BASIS ONLY)
GENERAL AGGREGATE
S
1,000
A
LM COMMERCIAL
IMP 126375843
11-1-90
11-1-91
PRODUCTS /COMPLETED
11,00o
I COMPACHENSNE
OPERATIONS AGGREGATE
OWNERS & OONTPACTOAS
ED
PROTECTIVC
PERSONAL INJURY
51,000
❑ CON1VACT, UAL FOR SPECIFIC
CONTRACT
EACH OCCUPLitNQE
S1,000
PRODUCTSICOMPf- OPER.
IJ xr-U HAZARDS
BROAD FORM PROP. DAMAGE
.......
STVEFABIL-Y OF INTEREST
FIRE DAMACE
S 50
CLAUSE
(ANY ONE FIrLj
❑ PERSONAL INJURY WITI I
EMPLOYEE EXCLUSION
MEDICAL F-KPENSES
5
.MOVED
fp.NY ONE pewswl)
MARINE
AUTOMOBILE UASILM
1,000
E
B
®wCOrtM1PERU
!AB3001160800111-1
901
11 1 91
.. . . ....... .. ..
.....
BCOILYINJ RY
I
.
WFED
(PE.1 AMOUNT)
. ......
NO N_OWNCD
.
PAOPEAT'y
S
DAMAGE
EXCESS LIABILITY
EACH
AGGREGATE
UMBRELLA FORM
NCE
I OTHER THAN UMBRELLA FORM
STATUTORY
�CH�ACCOENT
WORKErS' COIAPENSAT10N
S 500
C
AND
40 0598390-1
11-1-90
s 500
DISEASE -POLICY LIMIT
EMPLOYER'-* UA5ILrrf
900
DISEASE -EACH EMPLOYEE
—TONGSHORE
WS AID HARBOR mFN
WORKERS' ��mp=HlnAoRNBO
COMPENSATION
STATI,70RY
DESCRIPTION OF ITEMS: ALL OPERATICNS FEFTQRMED FOR THE CT' OF NEWPORT
BFACtl Cry OR ON BEHALF CC THE NWED INSURED IN CCNNE(7MN w7H THE FOLLOWINr, CCU-.R,�CT
Back Say Drive Drainage Containment Near Eastbluff.Drive, and
Corona del Mar Sidewalk Replacement C-2779
PROJECT ITTLE AND CONTRACT NUMBER
777-77777777��: .....
CERTIFICATE; HOLDER
oCANCELLATION
•
SHOULD ANY OF ThC ABOVE OL`SCF: 27_0 POLICIES BE NON�RCNUNCU,
CITY OF NEWPORT BEACH
-1 E
r-0- BOX 1765
3:1011 NEWPORT BLVD,
NEWPORT BEACH. CA 92659-1768
i
CITY OF NEWPORT BEACH
AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT
Page 13
It is agreed that;
1. With respect to such insurance as is afforded by the policy for Automobile Liability,
the City of Newport Beach, its officers and employees are additional insureds but only
with respect to liability for damages arising out of the ownership, maintenance or use
of automobiles (or autos) used by or on behalf of the named Insured in connection with
the contract designated below. The insurance extended by this endorsement to said
additional insured does not apply to bodily injury or property damage arising out of
automobiles (1) owned by or registered in the name of an additional insured, or (2)
leased or rented by an additional insured, or (3) operated by an additional insured.
The insurance afforded said additional Insured(s) shall apply as primary insurance and
no other insurance maintained by the City of Newport Beach shall be called upon to
contribute with insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured who is seeking
coverage or against whom a claim is made or suit is brought, except with respect to the
limits of liability of the company affording coverage."
3. The limits of liability under this endorsement for the additional insureds named in
Paragraph 1. of this endorsement shall be the limits indicated below for either Multiple
Limits or Single Limit;
( ) Multiple limits
Bodily Injury Liability b per person
Bodily Injury Liability $ per accident
Property Damage Liability S
(x) Combined Single Limit
Bodily Injury Liability
and
Property Damage Liability $ 1,000,000 -
The limits of liability as stated in this endorsement shall not increase the total
liability of the company affording coverage for all damages as the result of any one
accident or occurrence in excess of the limits of liability stated in the policy as
applicable to Automobile Liability Insurance.
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.
Back Bay Drive Drainage Containment Near Eastbluff
5. Designated Contract; Drive, and Corona del Mar Sidewalk Replacement C -2779
Project Iltle and Contract o.
This endorsement is effective 02-11 -91 at 12:01 A.M. and forms a part of
Policy No. IAB3001160800 of U.S F
Pompany A or�ngY Coverage
Insured Guild Construction, Inc. Endors
Producer Edward B. Ay)-or By
TEL No Feb. 7,91 16:07 f.1-14
CITY OF NEWPORT BEACH . Page 14
GENERAL LIABILITY INSURANCE ENDORSEMENi
It is agreed that:
1. With respect to such insurance as is afforded by the policy for General Liability, the
City of Newport Beach, its officers and employees are additional insureds, but only with
respect to liability arising out of operations performed by or on behalf of the named
Insureds in connection with the contract designated.below or acts and omissions of the
additional insureds in connection with its general supervision of such operations. The
insurance afforded said additional 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 against whom
claim is made or suit is brought, except with respect to the limits of 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 con-
tained in the written contract designated below, between the named insured and the
City of Newport Beach.
4, With respect to such insurance as is afforded by this policy, the exclusions, if any,
pertaining to the explosion hazard, collapse hazard and underground property hazard
(commonly referred to as "XCU" hazards) are deleted,
5. The limits of liability under this endorsement for the additional insured(s) named in
Paragraph 1. 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 aggregate
The applicable limit of Contractual Liability for the company affording coverage shall
be reduced by any amount paid as damages under this endorsement in behalf of the
additional insured(s).
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.
Back Bay Drive Drainage Containment Near Eastbluff Drive, and
7. Designated Contract: Corona del Mar idewalk R pLLreRirt1S_ C_2722
This endorsement is effective n�_11_91 at 12:01 A.M. and forms a part of
Policy No. innn126375g4� Of U.S.F. & G. Insurance Conant J
(Company A- ording Coverage)
Insured Guild Construction, Inc. Endo
Producer Edward B. Aylor
ve
• • Page 15
CONTRACT
THIS AGREEMENT, entered into thf%Q day of 12 o 19
by and between the CITY OF NEWPORT BEACH, hereinafter "City, and
Guild Construction In , hereinafter "Contractor, "is made with
reference to the fol owing facts:
(a) City has heretofore advertised for bids for the following
described public work:
Back Bay Drive Drainage Containment Near Eastbluff Drive,
and Corona del Mar Sidewalk Replacement C -2779
Title of Project Contract No.
(b) Contractor has been determined by City to be the lowest responsi-
ble bidder on said public work, and Contractor's bid, and the compensation set
forth in this contract, is based upon a careful examination of all plans and
specifications by Contractor,
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall furnish all materials and perform all of the work
for the construction of the following described public work:
Back Bay Drive Drainage Containment Near Eastbluff Drive,
and Corona del Mar Sidewalk Replacement C -2779
Title of Project Contract No.
which project is more fully described in the contract documents. Contractor
shall perform and complete this work in a good and workmanlike manner, and in
accordance with all of the contract documents.
2. As full compensation for the performance and completion of this
work as prescribed above, City shall pay to Contractor the sum of Seventy -nine
Thousand Nine Hundred Thirty -nine dollars and 24/100 (S 79.939.24 I.
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 obstruc-
tions in the performance of the work; (3) any expense incurred as a result of any
suspension or discontinuance of the work; but excludes any loss resulting from
earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves,
and which loss or expense occurs prior to acceptance of the work by City.
3. All of the respective rights and obligations of City and Contrac or
are set forth in the contract documents. The contract documents are incorporated
herein by reference as though set out in full and include the following:
(a) Notice Inviting Bids
(b) Instruction to Bidders and documents referenced therein
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and endorsement(s)
' • 10 Page 16
(f) Plans and Special Provisions for Rark Ray Drives Drainage C -2779
Containment Near Eastbluff Drive and Corona dPl Mar S;dewa " Replacement
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.
ATTEST:
i
APPROVED AS TO FORM:
/� "- , 44d-
City ttorn
CITY OF NEWPORT BEACH
By
Mayo
n,
CITY
Authorized Signature and Title
E
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
0
INDEX
FOR
SPECIAL PROVISIONS
BACK BAY DRIVE DRAINAGE CONTAINMENT NEAR EASTBLUFF DRIVE,
AND CORONA DEL MAR SIDEWALK REPLACEMENT
CONTRACT NO. 2779
I. SCOPE OF WORK . . . . . . . . . . . . . .
II. COMPLETION, SCHEDULE & PROSECUTION OF WORK
1
III.
LIQUIDATED DAMAGES . . . . . . . . . . . . . .
. . 2
IV.
CLASSIFICATION OF CONTRACTOR'S LICENSE . . . . .
. . 2
V.
PAYMENT . . . . . . . . . . . . . . . . . . . . .
. . 2
VI.
WATER . . . . . . . . . . . . . . . . . . . . . .
. . 2
VII.
PUBLIC CONVENIENCE AND TRAFFIC CONTROL . . . . .
. . 3
A. Traffic Control Plans . . . . . . . . .
. . 3
B. "NO PARKING, TOW - AWAY" Signs. . . . . . . .
. . 3
VIII.
CONSTURCTION SURVEY STAKING . . . . . . . . . . .
. . 4
IX.
CONSTRUCTION DETAILS . . . . . . . . . . . . . .
. . 4
A. Sidewalk Replacement & Parkway Removal. . .
. . 4
B. Clearing, Grubbing & Excavation . . . . . .
. . 5
C. Drainage Fabric . . . . . . . . . . . . . .
. . 5
D. Subdrain Pipe . . . . . . . . . . . . . .
. . 6
E. Gravel Backfill . . . . . . . . . . . . . .
. . 6
F. Existing 18" RCP . . . . . . . . . . . . . .
. . 6
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
BACK BAY DRIVE DRAINAGE CONTAINMENT NEAR
AND CORONA DEL MAR SIDEWALK REP
CONTRACT NO. 2779
I. SCOPE OF WORK
• 1 of 6
CX . t %da�4s1
IFF\ RIVE,
The work to be done under this contract consists of (1)
constructing a subdrain, a curb inlet, and curb and
gutter along Back Bay Drive; (2) reconstructing sidewalk
in Corona del Mar, and (3) performing other incidental
items of work as necessary to complete the work in place.
All work necessary for the completion of this contract
shall be done in accordance with (1) these Special
Provisions; (2) the Project Plan (Drawing No. D- 5202 -5);
(3) the City's Standard Special Provisions and Standard
Drawings for Public Works Construction, (1988 Edition);
(4) the Standard Specifications for Public Works
Construction, (1988 Edition, including Supplements) ; and
the most recent editions of the Uniform Building Code and
the National Electric Code, as the same may apply (which
specifications are herein referred to as the Standard
Specifications) and in accordance with the following
Special Provisions and Specifications. Copies of the
Standard Special Provisions and Standard Drawings may be
purchased at the Public Works Department for Five Dollars
($5.00). Copies of the Standard Specifications may be
purchased from Building News, Inc., 3055 Overland Avenue,
Los Angeles, California 90034, telephone (213) 202 -7775.
II. COMPLETION, SCHEDULE AND PROSECUTION OF WORK
No work shall begin until a schedule of work and a
traffic control plan, prepared by the Contractor, have
been approved by the Engineer. The Contractor shall
submit a construction schedule to the Engineer for
approval a minimum of five (5) working days prior to
commencing any work. The following requirements shall be
incorporated into the schedule:
A. All work under this contact shall be completed on
;'or before May 10, 1991.
B. All work, including clean -up, for the Back Bay
Drive drainage containment shall be completed
within 20 consecutive calendar days.
C. All work, including clean -up, for Corona del Mar
sidewalk replacement shall be completed within 27
consecutive calendar days.
• • SP 2 of 6
III. LIQUIDATED DAMAGES
In addition to those sums specified in Section 6 -9 of the
Standard Specifications, the Contractor shall pay to the
City, or have withheld from monies due the Contractor,
the daily sum of $250.00 for each calendar day exceeding
the number of calendar days specified under paragraph B
and C of Section II.
The Contractor's inability to obtain materials or labor
in a timely manner to complete the specified work within
these time limits shall not deter assessment of damages.
The intent of this Section is to emphasize to the
Contractor the importance of prosecuting his work in an
orderly, preplanned, continuous sequence so as to
minimize the length of time a roadway, driveway or
walkway is closed to pedestrians or vehicles, and to
minimize the exposure of the public to risk of bodily
injury due to the Contractor's work.
IV. CLASSIFICATION OF CONTRACTOR'S LICENSE
At the time of bid and until completion of work, the
Contractor shall possess a General Engineering Contractor
A license or Specialty Concrete Contractor C -8 license.
At the start of work and until completion, the Contractor
shall possess a business license issued by the City of
Newport Beach.
V. PAYMENT
The unit or lump sum price bid for each item of work
shown on the proposal shall be considered as full
compensation for labor, equipment, materials and all
other things necessary to complete the work in place, and
no additional allowance will be made therefor.
Payment for incidental items of work not separately
provided for in the proposal (e.g., excavation, removal,
sawcutting, protecting property corners, preparing
subgrade, etc.) shall be included in the unit prices bid
for items of work.
Partial payments for mobilization shall be made in
accordance with Section 10264 of the California Public
Contract Code.
VI. WATER
If the Contractor elects to use City's water, he shall
arrange for a meter and tender a $500 meter deposit with
the City. Upon return of the meter in good condition to
the City, the deposit will be returned to Contractor,
less a quantity charge for water usage.
• SP 3 of 6
VII. PUBLIC CONVENIENCE AND SAFETY
The Contractor shall provide for traffic control
and access in accordance with Section 7 -10 of the
standard specifications except as modified herein,
and with the standards contained in the Work Area
Traffic Control Handbook (Watch), also published
by Building News, Inc.
A. Traffic Control Plans
The Contractor shall submit a written traffic
control plan for the Back Bay Drive drainage
containment job to the Engineer and obtain his
approval a minimum of five (5) working days
prior to commencing any work.
The traffic control plans shall incorporate
the following:
1. The location and wording of all signs,
barricades, delineators, lights, warning
devices, temporary roadway restrictions,
and any other details required to assure
that all traffic will be handled in a
safe and efficient manner with a minimum
of inconvenience to bicyclists, motorists
and pedestrians (Back Bay Drive may be
closed to bicyclists, motorists and
pedestrians during working hours provided
that the Contractor shall reopen traffic
lanes and consolidate equipment and
materials, at the Engineer's approved
location, upon completion of each days'
work).
A complete and separate plan for each
phase of construction proposed by the
Contractor showing all items listed under
1. above and the restrictions of
Section II. COMPLETION. SCHEDULE. AND
PROSECUTION OF WORK.
B. "NO PARKING. TOW - AWAY" Signs
Where any restrictions mentioned necessitate
temporary prohibition of parking during
construction, the Contractor shall furnish,
install, and maintain in place "NO PARKING,
TOW- AWAY" signs (even if streets have posted
"NO PARKING" signs) which he shall post at
least forty (40) hours in advance of the need
of enforcement.
• • SP 4 of 6
The signs shall (1) be made of white card
stock; (2) have minimum dimensions of 12
inches wide and 18 inches high; and (3) be
similar in design and color to Sign No. R -38
of the Caltrans Uniform Sign Chart.
The Contractor shall print the hours, days and
date of closure in 2- inch -high letters and
numbers. A sample of the completed sign shall
be approved by the Engineer prior to posting.
Errors in posting "NO PARKING, TOW - AWAY"
signs, false starts, acts of God, strikes, or
other alterations of the schedule will require
that the Contractor repost the "NO PARKING,
TOW - AWAY" signs at no additional compensation.
VIII. CONSTRUCTIOIN SURVEY STARING
Field staking for control of construction will be
provided by the Engineer. Limits of removal are field -
identified by orange or white paint marks. Existing
survey ties adjacently to removals shall be protected and
maintained. In situations where survey ties interfere
with the work, the Contractor shall notify the Engineer
a minimum of two (2) working days prior to removal so
that the Engineer can survey and reset survey ties.
IX. CONSTRUCTION DETAILS
A. Sidewalk Replacement and Parkway Paving Removal
1. Sidewalk replacement and parkway paving
removal quantities and locations along Corona
del Mar streets are indicated in the attached
schedule, and are field identified by white
paint markings.
2. The approximate linear footage of sawcutting
is shown in the attached schedule. Should the
Contractor damage the sawcut edge during or
after removal, the damaged edge shall be
removed by additional sawcutting and replaced
at the Contractor's sole expense.
3. The Contractor shall grade and form sidewalk
panels per Std.- 180 -L, and shall finish the
panels to match the appearance of adjoining
panels of sidewalk.
4. Sidewalk shall be opened to pedestrian use on
the day following concrete placement.
Pavement subject to vehicle loads shall be
barricaded and not opened to vehicle loads for
at least 5 days following concrete placement.
• SP 5 of 6
5. Parkway paving panels are to be removed
without replacement, except that the
contractor shall fill and level the removal
areas with imported or excess graded clean
soil.
6. The Contractor shall cooperate with City
forces which may elect to prune certain
parkway tree roots while sidewalk panels are
removed.
The Contractor shall allow as much as three
week days after panel removal for City forces
to accomplish such root pruning.
7. The Contractor may anticipate a certain amount
of parkway sprinkler pipe breakage associated
with sidewalk replacement. Such breakage
shall be repaired by the Contractor as an
incidental item of work.
B. Clearing. Grubbing and Excavation
1. The Contractor shall remove Back Bay Drive AC
curb and pavement at full thickness sawcuts.
AC sawcuts shall be located to permit at least
a 12 -inch width of 8 -inch thick AC patchback
adjacent to new gutter construction.
Patchback, asphalt repair work and resurfacing
are to be done by others,
2. The Contractor shall remove Corona del Mar
parkway and sidewalk panels to expansion
joints or to full depth sawcuts along score
lines (where they exist).
3. The Contractor shall remove and dispose of all
AC patches and ramps upon sidewalk panels
adjoining those sidewalk panels which are to
be reconstructed.
4. The Contractor shall dispose of clearing,
grubbing and excavation materials at his sole
expense in a manner and at a location
acceptable to cognizant agencies.
C. Drainage Fabric
Drainage fabric shall be 4� oz. /yd. minimum weight
non -woven polypropylene such as Supac 4k NP by
Philips Fibers Corporation, (800) 437 -6600;
Drainage 4545 by Amoco Construction Fabrics, (404)
956 -9025; Terra Tex SD by Webtec, Inc., (800) 525-
6525; Marafi 140 NS by Marafi, Inc., (714) 859-
8984; or Trevira Spunbond 1115 By Hoechst Fibers
Industries, (800) 845 -7597.
D.
E
• 0 SP 6 of 6
Fabric shall be installed and gravel shall be
backfilled in strict conformance with the fabric
manufacturer's written instructions. The
Contractor shall submit at least 2 copies of such
instructions to the Engineer for approval at least
2 weeks prior to placement of fabric.
Subdrain Pipe
Subdrain pipe materials shall be perforated 1) SDR
35 PVC or Schedule 40 PVC conforming to the
requirements of ASTM D -1785, or 2) perforated HDPE
with minimum stiffness of 35 PSI at 5% deflection
conforming to the requirements of ASTM F -667.
Perforations shall be 3 at 1200 configuration,
slotted or circular, with 1.75 sq. in. minimum
inlet area per foot of pipe.
Pipe shall be installed in strict conformance with
pipe manufacturer's written instructions. The
Contractor shall submit at least 2 copies of such
instructions to the Engineer for approval at least
2 weeks prior to placement of pipe.
Gravel Backfill
Gravel backfill shall be No.
gradation per §200 -1.4
Specifications and shall be
density.
F. Existina 18" RCP
2 Concrete Aggregate
of the Standard
compacted to maximum
The existing 18" RCP to be removed for curb inlet
usually contains a continuous volume of drainage
flow from adjacent property. The Contractor shall
divert this flow during construction and cure of
the curb inlet invert. The Contractor's method of
diversion shall be approved by the Engineer prior
to excavating for the curb inlet.
S*ALK REPLACEMENT & PARKWAY REMO* SCHEDULE Page 1
LOC.
NO.
STREET NAME & NO.
SIDEWALK
SQ. FT.
PARKWAY
SQ. FT.
SAW
CUTTING
xuvl'
PRUNING
S S FIA2EL DtZ��lE
Zit
8
Z
sot
z
8
3
52I
48
t t�
5
503
12-
9
(s
4• F. 5o0
24
427
48
4
As.
ao
4
°I
ISIS P.G..
72-
Izo
Ife,S
to
412
72
$
11
L4so
IS(.
49
I(o,S
q9S
12
$
gib
22.5
I (o
t s
32
$
4
t4
t5
Sqo
60
8
?
Ib
sso
49
g
t'1
3 5Z
2q$
4
e 5
19
-9W
qz.
Io
19
Sot
58
�}
20
3o(e
$o
2t
2Sb
$o
?2
2r
110
23
240
No
2-4
S,3(.
113
4
2-5
2-18
2.4
1 18
12.•S
TOTALS
I<:SDS
261
Igi3.S
E
SIDEWALK REPLACEMENT & PARKWAY REMOVAL SCHEDULE Page 2
LOC.
NO.
STREET NAME & NO.
SIDEWALK
SQ. FT.
PARKWAY I
SQ. FT.
b"lvv
CUTTING
m l
PRUNING
1 L
1
-711
4
-log
�g
-7o-7
-701
----- ------
61`t
(o r7
I 4b
----------
— �-4_ —�
10
(Ott
-77,
12.
kel-
13
(ovS
l6
z.l
?z
17.
7.4
lq
51S
3(l
foe,
2-4
q2-7
IS7
142-C
(00
E3
2-lo
4L�
TOTALS
1 —t
I
Ze
52�
SALK REPLACEMENT & PARKWAY REMOVACHEDULE Page 3
LOC.
NO.
STREET NAME & NO.
SIDEWALK
SQ. FT.
PARKWAY
SQ. FT,
5Aw
CUTTING
xuvi
PRUNING
— — -
y
y1S
Zvi
t3
-3
'�
S
b
3ZSd .G
2t
21`1
ZZ
108
L4
7 2
2.4
8
t L
R
_
i
20
_
—/7
8
�0
l y
13
'32.1
L 'fb bt rE
' /-
32
! z
Z z
8
!
Zo
%$
!Y
314P
Ba
Ib
14)
d3m
20
3o4
3L
Ito
_
�yy -- -._... — ..._..__._..... ...
j___3_.__..
--
4
i ..... - - - -
--
TOTALS
SID K REPLACEMENT & PARKWAY REMOVAOCHEDULE Page 4
LOC.
NO.
STREET NAME & NO.
SIDEWALK
SQ. FT.
PARKWAY
SQ. FT.
SAW
CUTTING
Kwi•
PRUNING
-712.
3
?!b
S_
f
709
--
G
10%.
-
z4
9
- _3 --__ - - - - --
1
lv
600
!
76
I
ye's _
i 13
'o
_
48
_
ES
l
Slo
2�
ES
l4
SOS
3l°
Es
17
,sod
z�
YES
�y
S02,
!q
-
gig
-�8
17-S,
t
,
lip
z
- -j
-
—
Syr
st3
1
27
/Z
yEs
TOTALS
/3
33/•�
��•J
SIALK REPLACEMENT & PARKWAY REMOVOCHEDULE Page 5
IOC.
NO.
STREET NAME & NO.
SIDEWALK
SQ. FT.
PARKWAY
SQ. FT.
SAW
CUTTING
Rcxr1'
PRUNING
y4nr
03
/yo
yes
y
kc
N
7,7
cS
S
b01
S�
4/
bay
/ail
Lo 1
Zq
-703
48
S
to
'7o S
q6
y�
it
09
0
41
q
��
�ls
s
zo
yEf
70
3(
is
IV
48
G
l3 1a5µi&1e AVE.
7z
7
X11
bo
!P
707
! z
�i
!r/4
042
4vJ7
q6
93
LOOS - - - - --
—S�
!�
Ge1
6
Ar
szi
8P
¢�
Si3
24
9
�fES
TOTALS
118o4
14'7
q y
SID&K REPLACEMENT & PARKWAY REMOVA KCT EDULE Page 6
LOC.
NO.
STREET NAME & NO.
SIDEWALK
SQ. FT.
PARKWAY
SQ. FT.
SAW
CUTTING
RUV1'
PRUNING
f
Sdf -m sm;Aje Avs .
/00
8
Y
e4 a1
2q
yEr
A-F 90z
241
41
s
�3
T
ID
Igo
s
sk,
7
y
4
O6
'7b
Sl
?
6rb
Z�
8
$
41z
9
614
141
to
1011:
7(e
11
620
64
lY
70
4a
f
ES
13
71 $
Z
1�
?zo
19
�!
it
AvE .
34
7111
$4
r �r
70 f
lot
4f
YET
ya
4,eT
�'�
Sly -------- - - - - --
- - -Sy
--
� 3
7,4141 404A. --U 's
(
y
2-1
2
fit'
GIq
311-
8
-7or
b4
TOTALS
�Ao
10
` SIDAK REPLACEMENT & PARKWAY REMOVA•CHEDULE Page 7
LOC.
NO.
STREET NAME & NO.
SIDEWALK
SQ. FP.
PARKWAY
SQ. FT.
SAW
CUTTING
Rare
PRUNING
l
-2 S69 AVE,
v
►3
L
7 141
Z5F
�f
S
zz (,�alcon vE.
�
8
�
? ►Z
US
p
6�
7y
9
?03
lc
►1
3 b
[r
►
36
TOTALS
/
'��
SIDF4lALK REPLACEMENT & PARKWAY REMO* SCHEDULE Page 8
LAC.
NO.
STREET NAME 6 NO.
SIDEWALK
SQ. FT.
PARKWAY
SQ. FT.
SAW
CUTTING
HOOT
PRUNING
Rocf
8
Z
L
4
o Rc.N•
/2
�/
S
y
S s
3b
/�
36
3
y.9
fo
6
S�
Is'
41.r
12
7
107
le. c
EI
M
3
it B / s; cfr JAI
ZI 2 � rn vti(C 4g,
2-q
TOTALS
$O /p
/n S
SIg&K REPLACEMENT & PARKWAY REMOV0CHEDULE Page 9
IOC.
NO.
STREET NAME & NO.
SIDEWALK
SQ. FT.
PARKWAY
SQ. FT.
yew
CUTTING
Mvi•
PRUNING
!
8
y
goo
/v
j
3
30�
?or
i,
ES
S
3ro
,r6
56
:•s
6
3/7
Sf!
44
'107
izj
/ L
e�S
1
307
/0
301
!f%
��
zq
I6
Iy
L$
5�8
8
yES
/3
2z3
3z
?
{4
/S
7,01
Ef
/
o L9 01W fird eA",&
411
�
E•f
17
00 41&j. /i m;d9
1-2-
/ I
3zo 1.4zkr1&x Ate•
Yd
Sjr
Z• s'
Et
316
�-►
3/o
6
L�
yEs
309
9
300
/2
q
c'
7,y7
S8
/ 6
�6
3/0
/ L
�S
TOTALS
/37y
/
i SID&K REPLACEMENT & PARKWAY REMOV_ P CHED_ULE Page 10
LOC.
NO.
STREET NAME & NO.
SIDEWALK
SQ. FT.
PARKWAY
SQ. FT.
SAW
CUTTING
hLur
PRUNING
313 4F�ks(li.c ,¢vE ,
/ Vo
`f
6-j-
34(
f
Fs
3
3 r7
311
9z-
E1
TOTALS
' SID SK REPLACEMENT & PARKWAY REMOVALAECHEDULE Page 11
LOC.
NO.
STREET NAME & NO.
SIDEWALK
SQ. FT.
PARKWAY
SO. FT.
SAW
CUTTING
ROOT
PRUNING
Zo bo /dv oa AvE.
9b
y�f
yo
I6
y
76
/2
ofiv,
12.
/z
8
y
74
9
�%4
to
4I ! .ir
N9
((
1-
►y
fir
P
8
n
)Is
{ /
16
/
TOTALS
'26
' Sl VLK REPLACEMENT & PARKWAY REMOVP"CHEDULE Page 12
LOC.
NO.
STREET NAME & NO.
SIDEWALK
SQ. FT.
PARKWAY
SQ. FT.
_lAw
CUPPING
Mir
PRUNING
3
500 TASAdAA95 AVe.
7,40
rSh•S
/2.s"
yES
301 TAS/Lin16 A05.
Z
S
oo xa; S Avg •
6
3cx> C- oi-MA14on AVE.
31 (Cl
yas
or Scavi;r✓ qpr.
,Z2
ye.r
�(
23? ';rI2%S AvE.
//2
/6
�
231 L,aak.SPue �+�E•
35F
8
2? Mk46u6-Co' li l CfE.
42
: Aw
is
kocq iffv
7*
TOTALS
�3d
�S7 S
92.5
•
TO:
Low
FROM:
2
SUBJECT:
•
FEB I 1 1991
City Council
Public Works Department
February 11, 1991
CITY COUNCIL AGENDA
ITEM NO. F -3(d)
BACK BAY DRIVE DRAINAGE CONTAINMENT NEAR EASTBLUFF DRIVE,
AND CORONA DEL MAR SIDEWALK REPLACEMENT (C -2779)
RECOMMENDATION:
Award Contract No. 2779 to Guild Construction, Inc. for
the Total Bid Price of $79,939.24 and authorize the Mayor
and City Clerk to execute the contract.
DISCUSSION:
At 11:00 A.M. on February 1, 1991, the City Clerk opened
and read the following bids for the project:
Total Bid Price
$79,939.24
81,382.70
83,427.60
88,888.00
96,054.50
97,969.00
Inc. 109,872.50
111,111.11
112,000.00
112,946.31
129,659.20
131,946.31
The low total bid prices is 31% below the Engineer's
Estimate of $105,000.
The low bidder, Guild Construction, Inc. is a well
qualified general engineering contractor who possesses a Class A
contractor's license. Guild has not performed previous contract
work for the City; however, a check with their experience
references and the State Contractor's License Board has shown that
Guild has successfully completed previous contracts for the Cities
of Santa Ana and San Clemente and has no pending actions
detrimental to their contractor's license, respectively.
This project provides for construction of curb, gutter
and drainage facilities along Back Bay Drive near Eastbluff Drive
and for the replacement of certain panels of sidewalk in old Corona
del Mar (see attached exhibits).
The Back Bay Drive improvements are needed to intercept
ground water flows which deteriorate and weaken the pavement, and
Ov
Bidder
Low
Guild Construction, Inc.
2
Nobest Incorporated
3
Gillespie Construction, Inc.
4
Clayton Engineering, Inc.
5
J.D.C. General Engineering
6
Excel Paving Company
7
William Murray Gen. Eng. Cont
8
Gateway Construction, Inc.
9
F.A.V. Engineering
10
Damon Construction Co.
11
C.J. Lumsdaine Co.
12
Wakeham- Baker, Inc.
Total Bid Price
$79,939.24
81,382.70
83,427.60
88,888.00
96,054.50
97,969.00
Inc. 109,872.50
111,111.11
112,000.00
112,946.31
129,659.20
131,946.31
The low total bid prices is 31% below the Engineer's
Estimate of $105,000.
The low bidder, Guild Construction, Inc. is a well
qualified general engineering contractor who possesses a Class A
contractor's license. Guild has not performed previous contract
work for the City; however, a check with their experience
references and the State Contractor's License Board has shown that
Guild has successfully completed previous contracts for the Cities
of Santa Ana and San Clemente and has no pending actions
detrimental to their contractor's license, respectively.
This project provides for construction of curb, gutter
and drainage facilities along Back Bay Drive near Eastbluff Drive
and for the replacement of certain panels of sidewalk in old Corona
del Mar (see attached exhibits).
The Back Bay Drive improvements are needed to intercept
ground water flows which deteriorate and weaken the pavement, and
Ov
0
0
Subject: Back Bay Drive Drainage Containment near Eastbluff Drive,
and Corona del Mar Sidewalk Replacement (C -2779)
February 11, 1991
Page 2
to channel surface water flows so that the roadbed is maintained
dry except during precipitation. The Corona del Mar replacements
are needed to correct panels of sidewalk which have been uplifted
and displaced by growth of street tree roots.
Staff proposes that funds for award be encumbered from
the following accounts:
Account No. Description
Amount
02- 3390 -015 Street Resurfacing & Reconstruction Prog. $ 7,670.99
02- 3397 -183 Sidewalk, Curb & Gutter Replacement Prog. 72,268.25
Plans and specifications for the project were prepared by
staff. All work is to be competed at each site by May 10, 1991.
Benjamin B. Nolan
Public Works Director
LD:so
•
I
•
•
•
PROJECT LOCATION
Ki
F
IS L
I o+ i rl tI 1`J CL.R
a.
a
1, 7-7:: T_V_; (127. 4
APPROVED
comme mo. DOW A
\jt
V
1, 7-7:: T_V_; (127. 4
APPROVED
comme mo. DOW A
0
•
•
L �iu
U; 112�3'
:Oe K
""WrA
� JLe
14
- LZZ4
5,1 V
Ir
J r7 "
r7 m, 7
ee
7
Ji r, (j
r7
-----CHA-NNE4. -2-
�\
J4
BFICA CH
VOLIC
PROJECT LOCATM
CITY OF P#EWP2!1
OXXH I
stm le acs w I
OEM;-- 775
ORMNO NO.
is
5,1 V
Ir
J r7 "
r7 m, 7
ee
7
Ji r, (j
r7
-----CHA-NNE4. -2-
�\
J4
BFICA CH
VOLIC
PROJECT LOCATM
CITY OF P#EWP2!1
OXXH I
stm le acs w I
OEM;-- 775
ORMNO NO.
S
TO:
I3:Z07�F
JAN 1 41991
City Council
Public Works Department
January 14, 1991
CITY COUNCIL AGENDA
ITEM NO. F -11
SUBJECT: BACK BAY DRIVE DRAINAGE CONTAINMENT NEAR EASTBLUFF DRIVE,
AND CORONA DEL MAR SIDEWALK REPLACEMENT (C -2779)
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for . bida -to
3a O0. A.Mr. on . Februar*- 1,....1991.. .
This project provides for construction of curb, gutter
• and drainage facilities along Back Bay Drive near Eastbluff Drive
and for sidewalk replacements in old Corona del Mar. See attached
exhibits.
The Back Bay Drive construction includes 1) a 597 foot
long by 4 foot deep subdrain, 2) a 597 foot long curb and gutter,
and 3) a curb inlet catch basin to connect into an existing storm
drain. The subdrain is needed to intercept ground water flows
toward Back Bay Drive which deteriorate and weaken the pavement,
and which may seep onto the pavement and cause a slippery roadbed.
The curb and gutter is needed to contain and to channel surface
water flows to the catch basin so that the roadbed is maintained
dry except during storms.
The Back Bay Drive construction should be completed
within 20 calendar days, during which the Contractor may close the
roadway to through traffic during construction hours in the
interest of public safety.
Subsequent to the contract work, City forces will repave
that section of Back Bay Drive adjacent to the drainage containment
• so that the roadway profile will shed water to the new curb and
gutter profile.
The Corona del Mar sidewalk replacement work includes
1) removing and disposing of approximately 1150 square feet of
parkway pavement, and 2) removing and replacing approximately
13,250 square feet of sidewalk. The parkway pavement and the
Subject: Back Bay Drive Drainage Containment near Eastbluff Drive,
and Corona del Mar Sidewalk Replacement (C -2779)
January 14, 1991
• Page 2
sidewalk to be replaced have been uplifted and displaced to the
extent as to constitute a hazard to pedestrians. Adjacent owners
of the parkway pavement will be advised by letter of our need to
remove the pavement and to prune uplifting street tree roots, and
of their need to obtain Encroachment Permits for the re- pavement of
parkways pursuant to Council policy.
Plans and specifications for the project were prepared by
Public Works Department staff. The Engineer's estimate is $48,000
for work along Back Bay Drive and $57,000 for the Corona del Mar
work. Sufficient funds are available to award these amounts in the
Curb, Gutter and Sidewalk Replacement Program and the Storm Drain
Improvement Program accounts.
All work is to be completed by May 10, 1991.
Benjamin B. Nolan
Public Works Director
LD:so
Attachments
i
•
•
'Raw
7:'."
"IvN •
PROJECT LOCATION
CITY OF
MCKDAY OR DIRMNAGE COWANGIIENT
MAWIMS NO.
DATE
A
on
7:'."
"IvN •
PROJECT LOCATION
CITY OF
MCKDAY OR DIRMNAGE COWANGIIENT
MAWIMS NO.
DATE
A
•
•
It
CEN
x.\\ TE,p = '—z ,�' I oF/ _''� �•^c`c�2 yj/ �� 1
r
4l
.M � - f.wn � r_, v., d x• Jl
cy \`� 4 � � 'I/lr � i t* r� r'v 1 r ), •M1� '.� 'aec
d,
PROJECT LOCATION
CORONA DEL MR SIDEWALK REPLACE1MMT
APPROVED
DRAWt*Q NO.
U
Authorized to Publish Advertisements all kinds including
public notices by Decree of the Superior Court of Orange
County, California, Number A -6214, September 29, 1961, and
A -24831 June 11. 1963
STATE OF CALIFORNIA
County of Orange
I am a Citizen of the United States and �a
resident of the County aforesaid; I am over the
age of eighteen years, and not a party to or
interested in the below entitled matter. I am a
principal clerk of the ORANGE COAST 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 in the Costa Mesa,
Newport Beach, Huntington Beach, Fountain
Valley, Irvine, the South Coast communities and
Laguna Beach issues of said newspaper to wit
the issue(s) of:
January li, 20, 1991
I declare, under penalty of perjury, that the
foregoing is true and correct.
Executed on January 20, 199
at Costa Mesa, California.
*vy--VJ-Q-"-
Signature
•
VXX
PROOF OF PUBLICATION
m�uwt
D�