Loading...
HomeMy WebLinkAboutC-2892 - Hazel Drive Water and Sewer Main Replacement and Street ImprovementTO: Release of Stop Notice City of Newport Beach Attn.: Public Works (Construction Lender, Public Body or party with wheat Stop Notice teas filed) 3300 Newport Blvd.; Newport Beach,CA 92659 -1768 (Address) You are hereby notified that the undersigned claimant releases that certain Stop Notice dated March 8, 1995 —.in the amount of 56,177.34 against City of Newport Beach Construction in connection with the work of improvement known as Hazel St. Reconstruction Hazel St. Corona del Mar OC Map 91 F -3 in the City of Newport Beach County of State of California. Date March 14, 1995 C - z,'y,z 4 Mp,R 21 195 nrl C -ERY. NFNCITY BEACH as owner or public body and as prime contractor Name of Claimant: All American Asphalt (Firm tame) By (signature) Corporate Secretary (Authorized Capacity) VERIFICATION I, the undersigned, state: I am the Corporate Secretary of ("Agent of", g • 'President of", "A Partner of" "Owner of" etc. the claimant named in the foregoing Release; I have read said Release of Stop Notice and know the contents thereof, and I certify that the same is true of my own knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on March 14 State of Cal i forn ia ��- v'p•Y f� 14r 0'An! ''r en ^w rvDir. S & R Dir. n t.NiFi w it =ii Dir tc Chief d. Dir ,ZUriercCCceatu sZ RICA FORM 6 `" (Rev. 2/87) 19 95 at Corona (Signature of Claimant or Authorized Agent) NOTICE TO 1• Stop Notice CALIFORNIA CIVIC CODE SECTION 3103 of Newport Beach Attn.: Public Works (Name of Construction tender. Public Body or RECEIVED MAR 9 1995 (If Private Job — file with responsible officer or person at office or branch of construction lender Sdffl"AWg� the construction funds or with the owner — CIVIL CODE SECTIONS 3156 - 3175) (if Public Job — file with office of controller, auditor, or other public disbursing officer whose duty it is to make payments under provisions of the contract — CIVIL CODE SECTIONS 3179 - 3214) Prime Contractor: Gillespie Construction 245 Fischer Ave B-3• Costa Mesa CA 92626 Sub Contractor (If Any) Mark Co 1629E Edinger Ave • Santa Ana CA 92705 Owner or Public Body: City of Newport Beach Improvement known as or Corona in the City of Newport Beach , County of Orange State of California. All American Asphalt , Claimant, a Corporation (Claimant) /Corporation /Partnerships Sole Proprietorship/ furnished certain labor, service, equipment or materials used in the above described work of improvement. The name of the person or company by whom claimant was employed or to whom claimant furnished labor, service, equipment, or materials is /.Name of Subcontractor:- Comraaor /Owner - Builder) Mark Co. The kind of labor, service, equipment, or materials furnished or agreed to be furnished by claimant was asphaltic concrete in place /Describe in derail/ Total value of labor, service, equipment, or materials agreed to be furnished......... $ 17,346.89 Total value of labor, service, equipment, or materials actually furnished is............ $ 17,346.89 Credit for materials returned, if any ............................... ............................... $ Amount paid on account, if any .................................... ............................... S 11,169.55 Amount due after deducting all just credits and offsets ...... ............................... S 6,177.34 YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project to satisfy claimant's demand in the amount of $6.177.34 and in addition thereto sums sufficient to cover interest, court costs and reasonable costs of litigation, as provided by law. A bond (CIVIL CODE SECTION 3083) is not attached. (Bond required with Stop (islis noel Notice served on constructions lender on private jobs — bond not required on public jobs or on Stop Notice served on owner on private jobs). Date March 8, 1995 Name of Claimant All American (Asphalt " P.O. Box 222yFinn .game) \�' � /Mailing Address) l ~ a ` _i5V Corona, CA 91719 -2229 , Qj E n u re n? - 4 B 1,Y)Ill w„ a .— �j S lr,:) . -. "/ Y C.,y .Y3 t' oft' l� y (Signature) U1 =7 Corporate Secretary (Official Capacity) ID t 0, ; 0 a C 1� v VERIFICATION 1, the undersigned, state: I am the r'ornorarP SP�rPt acv of r' genes t o%" 'Pre 59 FA Partner If: "Owner af'; ea.) the claimant named in the foregoing Stop Notice; 1 have rend said claim of Stop Notice and know the contents thereof, and I certify that the same is true of my own knowledge. 1 certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on March 8 19 95 at Corona State of California l ��• –_ -� ✓ (Signature of Claimant or Authorized Agent/ REQUEST FOR NOTICE OF ELECTION (Private Works Only) If an election is made not to withhold funds pursuant to this stop notice by reason of a payment bond having been recorded in accordance with Sections 3235 or 3162, please send notice of such election and a copy of the bond within 30 days of such election in the enclosed preaddressed stamped envelope to the address of the claimant shown above. This information must be provided by you under Civil Code Sections 3159, 3161 or 3162. Signed: lClurmunt muss enclose self addressed stamped envelope/ 6 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 February 28, 1995 (714) 644 -3005 Gillespie Construction, Inc. 245 Fischer Avenue, B -3 Costa Mesa, CA 92626 Subject: Surety: Developers Insurance Company Bond No.: 145164P Contract No.: C -2892 Project: Hazel Drive Sewer & Water Main Replacement and Street Improvement Project The City Council of Newport Beach on January 23, 1995, accepted the works 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 February 8, 1995, Reference No. 95- 0053256. Sincerely, /.^�Wanda E. Raggio City Clerk WER:pm cc: Utilities Department 3300 Newport Boulevard, Newport Beach DOC # 95- 0053256 RECORDING REQUESTED BY AND 1 08--FEB -1995 09 =49 AM WHEN RECORDED RETURN TO: Recorded in Official Records n: of Orange Ceur,tY, California City Clerk %�`f )"r" " Gary L. Grarwille, Clerk- Recorder City of Newpdr Beach \' a Pais i of i lees: 1 0.00 3300 Newpo4r Boulevard n�WpCRZe� °N Tax: i 0.00 Newport Beach, CA 92663 "Exempt from recording fees ppursuant to Government Code Section b103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Gillespie Construction. Inc., 245 Fischer Avenue, B -3, Costa Mesa, CA 92626 as Contractor, entered into a Contract on March 15, 1994 Said Contract set forth certain improvements, as follows: Hazel Drive Sewer & Water Main Replacement and Street Improvement Project (C -2892) - located in the City of Newport Beach, County of Orange Work on said Contract was completed on .3^, VAaj13"r0 1995 and was found to be acceptable on January 23, 1995 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Developers Insurance Company, 1425 W. Foothill Blvd., Ste. 120, Upland, CA 91786 I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on Newport Beach, California. BY City Clerk YU at k n y BY ThL t,: : . JAN 2 31995 January 23`d, 1995 CITY COUNCIL AGENDA ITEM NO, id TO: Mayor & Members of the City Council FROM: Utilities Department SUBJECT: HAZEL DRIVE WATER, SEWER & STREET IMPROVEMENT PROJECT CONTRACT ACCEPTANCE (CONTRACT No. 2892) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion for Contract No. C -2892 on behalf of the City. 3. Authorize the City Clerk to release the bonds, 35 days after the Notice of Completion has been filed and recorded in accord with the applicable provisions of the California Civil Code. DISCUSSION: The contract for construction of the subject project has been completed to the satisfaction of the City's Utilities and Public Works Departments. The contract was performed by Gillespie Construction Inc., of Costa Mesa, California. Total Bid Price $ 477,683.00 Change Order No. 1 $14,990.00 Change Order No. 2 $ 7,074.49 Change Order No. 3 $ 915.00 Total of Authorized Change Orders $ 22,979.49 Total Contract Cost $ 497,271.24 Three change orders were issued in the amount of $22,979.49. A summary of the work items provided under each of the three change orders follows on the next page: E Change Order No. 1: $14,990.00 n Li Page 2 Hazel Drive Water & Sewer Project Contract Acceptance January 23` , 1995 Provided for bid quantity increases to items related to paving and resurfacing the street; and for an additional 31 linear feet of 6 -inch sewer force main pipe to accommodate a tie -in to the existing line in Poppy Avenue. Change Order No. 2: $7,074.49 Provided for repair of a broken sewer force main not shown correctly on the plans, additional labor to construct sewer laterals in difficult working space, installation of a temporary water by -pass system and additional pavement repair in Coast Highway. Change Order No. 3: $915.00 A share of the costs for removal and replacement of a concrete driveway located at 214 Poppy Drive. This contract provided for construction and replacement of water and sewer mains in Hazel Drive from Coast Highway southerly toward Ocean Boulevard; provided for replacement of a section of 18 -inch water transmission pipeline in Coast Highway from Hazel Drive to Poppy Avenue and in Poppy Avenue southerly of Coast Highway; provided for replacement of a section of the 6 -inch sewer force main from the Buck Gully Sewer Pump Station and provided for paving and resurfacing Hazel Drive southerly of Coast Highway. Funds for the project were provided from account numbers 7503 - 98500227;7503- 98500222;7533- 98530209 ;7533- 98530001; 7013- 98301001; 7503 - 98500038;7503- 98500035;7501- P500225A and 7013- P301020A. All work under the contract has been satisfactorily completed by the contractor. Staff recommends approval and acceptance of the work. Respectfully submitted, JEFF ! 'TANEART Jeff Staneart, P.E. Utilities Director jS: sdi • 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: March 16, 1994 (714) 644 -3005 SUBJECT: Contract No. C -2892 .3 -m -N Description of Contract Hazel Drive Sewer & Water Main Replacement and Street Improvement Project Effective date of Contract March 15, 1994 Authorized by Minute Action, approved on February 28 1994 Contract with Gillespie Construction Inc. Address 245 Fischer Avenue B -3 Costa Mesa CA 92626 Amount of Contract $477,686.00.._.. "X� S Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach • v NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92659 -1768 until 11:15 o'clock a.m. on 16th clay of February . 1994, at which tiane such bids shall be opened and read for HAZEL DRIVE SEWER & WATER MAIN REPLACEMENT AND STREET IMPROVEMENT PROJECT Title of Project C-2892 Contract No. $ 494,200 Engineer's Estimate tiW PO O FO Rt/ Approved by the City Council this 24th clay of January, 1994 A4k f 47;0 Wanda E. Raggio City Clerk Prospective bidders may obtain one set of bid documents at no cast at the office of the Public Works Department, 3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92659 -1768 For further information, call Jeff Staneart at 644 -3011. Project manager 1. RECEIVED* FEB 15 1994 GILLESPIE CONSTRUCTION. INC City of Newport Beach Utilities Department Bid Addenda No. 1 for the project titled: City of Newport Beach UfRt}ta Dopo t ent Hazel Drive Sewer & Water Main Replacement and Street Improvement Project Contract No. C -2892 Bid Documents Addenda No. 1: Bidders shall propose to complete Contract No. C -2892 in accord with the "PROPOSAL" as modified by this addendum. This is the first addenda to this contract. It consists of four (4) pages; this page and three (3) others as attachments. The attachments are provided as additions, deletions and clarifications to the plans and specifications. Bidders are required to include this page and the attachments when submitting their bid proposal.i Bids will be opened by the City Clerk of the City of Newport Beach in the Clerk's Office at 3300 Newport Boulevard at 11:15 a.m. Wednesday, February 16, 1994. Warning! Bids submitted without all pages of this addenda signed, dated and attached to the bid proposal shall be rejected as "non- responsive." �- `�'tAraEAT�T Jeff Staneart, P.E. Utilities Director & Project Manager JS: dsg Addendum received by: r ., i e Date:( -!6 / / �ct�/ Page 1 of ;f Addenda Number 1 (Sent Febru ry 10, 1994) 0 0 CITY OF NEWPORT BEACH UTILITIES DEPARTMENT HAZEL DRIVE SEWER AND WATER REPLACEMENT AND STREET IMPROVEMENT PROJECT CONTRACT NO. C -2892 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 except that material supplied by the City and shall perform all work required to complete Contract No. C -2892 in accord with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: NOTE: All applicable sales taxes, State and /or Federal, and any other special taxes, patent rights or royalties shall be included in the prices quoted in this proposal. ITEM APPROXIMATE NO. QUANTITY SCHEDULE OF WORK ITEMS DESCRIPTION UNIT TOTAL PRICE AMOUNT ALTERNATE "A" - BID ITEMS 1 -25 190 L.F. Install 6 -inch Yelomine PVC Certa -Lok, restrained joint pipe Class 160 including excavation, bedding, backfill, compaction, fittings, thrust blocks, disposal of excess excavation materials and any appurtenant work for the unit price of Thi No per Linear Foot P -1 Dollars and Cents $ 32.00 $ 6,080.00 0 0 ITEM APPROXIMATE NO. QUANTITY 2. 3. El 61 SCHEDULE OF WORK ITEMS DESCRIPTION 1,203 L.F. Install 8 -inch PVC gravity sewer pipe (SDR 35) including: excavation, bedding, backfill, compaction, temporary sewer bypass, disposal of excess excavation materials and any appurtenant work for the unit price of UNIT TOTAL PRICE AMOUNT Fifty Eight Dollars and Seventy -One Cents $ 58.71 $70,631.00 per Linear Foot 8 EA. Install 60 -inch sewer manhole and any appurtenant work for the unit price of Two Thousand Two Dollars Hundred i teen and No Cents $ 2,215.00 $17,720.00 per Each 5 EA. Abandon existing sewer manhole in place, backfill with one sack cement sand slurry and any appurtenant work for the unit price of Five Hundred Eighty -Five Dollars and No Cents $ 585.00 $ 2,925.00 per Each 1,388 L.F. Install 6 -inch PVC AWWA C900 pipe Class 200 including: excavation, bedding, backfill, compaction, ductile iron fittings, thrust blocks, disposal of excess excavation materials and any appurtenant work for the unit price of Thirty Dollars and No Cents $ 30.00 $ 41,640.00 per Linear Foot laa 0 ITEM APPROXIMATE NO. QUANTITY SCHEDULE OF WORK ITEMS DESCRIPTION 6. 5 EA. Install 6 -inch butterfly valve and any appurtenant work for the unit price of UNIT TOTAL PRICE AMOUNT One Thousand Eighty Dollars ree and No Cents $ 1,083.00 $ 5,415.00 per Each 7. 4 EA. Install 6 -inch wet barrel fire hydrant assembly and any appurtenant work for the unit price of Two Thousand Nine Dollars Hundred and No Cents $ 2,900.00 $ 11,600.00 per Each 8. Lump Sum Abandon Existing 6 -inch water valves in place and any appurtenant work for the lump sum price of Two Thousand Two Dollars Hundred and No Cents $ 2 ,200.00 $ 2,200.00 Lump Sum 9. 349 L.F. Install 18 -inch DIP Class 52 including: excavation, bedding, backfill, compaction, asphalt concrete resurfacing, fittings, thrust blocks, disposal of excess excavation materials and any appurtenant work for the unit price of One Hundred Ninety per Linear Foot P -3 Dollars and Cents $ 197.00 $ 68,753.00 SCHEDULE OF WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 10. 1 EA. Install 2 -inch air and vacuum release valve assembly and any appurtenant work for the unit price of Two Thousand Three Dollars Hundred and No Cents $ 2,300.00 $ 2,300.00 per Each 11. Lump Sum Install buried concrete valves vault including any appurtenant work (City wilt provide 18 -inch butterfly valve with worm gear operator) for the lump sum price of Eighteen Thousand Two Dollars Hundred and No Cents $ 18,200.00 $ 18,200.00 Lump Sum 12. Lump Sum Pressure test, disinfect and flush all pipelines for the lump sum price of Fifteen Hundred Fiftv Dollars and No Cents $ 1,550.00 $ 1,550.00 Lump Sum 13. Lump Sum Traffic Control in East Coast Highway including: striping. restriping and any appurtenant work for the lump sum price of Five Thousand Three Dollars Seventy -Five and No Cents $ 5,375.00 $ 5,375.00 Lump Sum ME] w 9 SCHEDULE OF WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 14. 1 EA. Install sewer chimney type lateral including any appurtenant work for the unit price of One Thousand Dollars and No Cents $1, 000.00 $ 1,000-00 per Each 15. 48 EA. Install sewer laterals including any appurtenant work for the unit price of One Thousand Five Dollars Hundred ig y and No Cents $ 1,580.00 $ 75,840.00 per Each 16. Lump Sum Install retaining wall for fire hydrant including any appurtenant work for the lump sum price of Two Thousand Three Dollars Hundred and No Cents $ 2,300.00 $ 2,300.00 Lump Sum 17. 37 EA. Install 1 -inch water service from new main to old main and connect to existing 3/4 -inch water service and any appurtenant work for the unit price of Eight Hundred Dollars and No Cents $ 800.00 $ 29,600.00 per Each P -5 SCHEDULE OF WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 18. 1 EA. Reconnect 2 -inch water service to new main and any appurtenant work for the unit price of Nine Hundred Twenty Dollars and No Cents $ 920.00 $ 920.00 per Each 19. 15 EA. Reconnect 1 -inch water service to the new main including any appurtenant work for the unit price of Seven Hundred Five Dollars and No Cents $ 705.00 $ 10,575.00 per Each 20. 1 EA. Abandon Existing 1 1/2 -inch water service and install 2 -inch water service to the new main and any appurtenant work for the unit price of Fourteen Hundred No per Each Dollars and Cents $ 1,400.00 $ 1,400.00 21. 700 S.F. Replace portland concrete cement (PCC) roadway to depth matching the existing roadway within Poppy Avenue and Alley and any appurtenant work for the unit price of Five Dollars and Eighty Cents $ 5.80 $ 4,060.00 per Square Foot P -6 0 0 SCHEDULE OF WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 22. 6 EA. Replace traffic loops damaged by construction including any appurtenant work for the unit price of Three Hundred Fifty Dollars and No Cents $ 350.00 $ 2,100.00 per Each 23. Lump Sum Excavation safety measures including adequate sheeting, shoring and bracing or equivalent methods for the protection of life or limb, which shall comply to applicable safety orders for the lump sum price of Twenty One Thousand Dollars and No Cents $ 21, 000.00 $21,000.00 Lump Sum 23A. 100 C.Y. Removal and disposal of existing unclassified rock for the unit price of Sixty Three Dollars and No Cents $ 63.00 $ 6,300.00 per Cubic Yard 24. 3,400 S.F. Install permanent asphalt concrete (AC) trench resurfacing including any appurtenant work for the unit price of Four Dollars and Eighty Cents $ 4.80 $ 16,320.00 per Square Foot P -7 0 0 SCHEDULE OF WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 33. 337 Tons Remove and dispose of existing portland concrete cement (PCC) roadway, curb and gutter, local depression and cross gutter including any appurtenant work for the unit price of Seventeen Ir;C per Ton Dollars and Cents $ 17.00 $ 5,729.00 34. 900 Tons Remove and dispose of existing base asphalt concrete pavement and aggregate base including any appurtenant work for the unit price of Eight Dollars and Fifty Cents $8.50 $ 7,650.00 per Ton 34A. 200 S.F. Removal and replacement portland of existing FCC. sidewalk per of City of Newport Beach STD- 180 -L for the unit price of Five Dollars and No Cents $ 5.00 $ 1,000.00 per Square Foot 35. 4,180 S.F. Install temporary asphalt concrete (AC) trench resurfacing including any appurtenant work for the unit price of No Thirty Five per Square Foot P -10 Dollars and Cents $ 0.35 $ 1,463.00 0 0 A. Subtotal Alternate "B" Bid $ 68,202.00 (Bid Items 26 -35) B. Total Alternate "A" Bid $ 429 704.00 (Bid Items 1 -25, Page P -8) C. Subtract Bid Item 24 $ <16,320.00 > (Page P -7) D. Subtract Bid Item 25 $ < 3,900.00 > (Page P -8) TOTAL ALTERNATE "B" BID $ 477,686.00 (A +B -C -D) TOTAL PRICE IN WRITTEN WORDS (Alternate 'A" Bid Items 1 -25) Four Hundred Twenty Nine Thousand Dollars Seven Hundred Four and No Cents TOTAL PRICE IN WRITTEN WORDS (Alternate "B" Bid Items 1 -35, Minus Bid Items 24 and 25)) Four Hundred Seventy Seven Thou sancbollars 1x un re ighty Six and No Cents $ 429,704.00 Total Price $ 477,686.00 Total Price NOTE: This contract awarded based upon bid alternate "B ". Bid items no. 24 and 25 are not a part of this contract award. I declare under penalty of perjury that all representation made above are true and correct.* "Effective January 1, 1990, Business and Professional Code Section 702.8.15 provides that any bid not containing the above requested information, or a bid containing information which is subsequently proven false, shall be considered non - responsive and shall be rejected. Bidder's Name Gillespie Construction, Inc. Bidder's Address 245 Fischer Avenue, B -3 Costa Mesa. California 92626 Bidder's Telephone Number ( 714) 957 -0233 Contractor's License No. & Classification 447025 9/20/95 Expiration Date 1/28/94 Date Adffiorized Signature & Title P -11 Floyd Bennett Secretary /Treasurer 0 0 The following changes, additions, deletions or clarifications shall be made to the contract documents; all others conditions shall remain the same. BID ITEM NO. 22 OF Alternate "A" Substitute the approximate quantity for Bid Item No. 22 from 5 EACH to 6 EACH. BID ITEM NO. 23A of Alternate "A" Addition - Add the following Bid Item to Bid Items 1 - 25 - Alternate "A" Item Unit No Quantity Unit Description Price Total 23A. 100 CY Removal and Disposal of existing unclassified rock for the unit price of / re' e ollars and No Cents per Cubic Yard BID ITEM NO. 27 of Alternate "B" O Delete "over 4 -inch crushed aggregate base" from Bid Item No. 27 of Alternate "B ". This Bid Item refers to the 3 -inch asphalt concrete only. BID ITEM NO. 33 OF Alternate "B" Substitute the approximate quantity for Bid Item No. 33 from 150 TONS to 337 TONS. BID ITEM NO. 34 OF Alternate "B" Substitute the approximate quantity for Bid Item No. 34 from 450 TONS to 900 TONS. BID ITEM NO. 34A of Alternate "B" Addition - Add the following Bid Item to Bid Items 26-35 - Alternate "B" Item Unit No Quantity unit Description Price Total 34A. 200 SF Removal and replacement of existing P.C.C. sidewalk per City of Newport Beach STD -180 -L for the unit price of 1—ire Dollars and NO Cents per Square Foot Addendum received by: Bidder. OU 60 $s L — 5,z"` Date: �y (�ennPri� JecrPrqf-, iirztt:�sUrer Page 2 o 4 for Addenda Number 1 (Sent February 10, 1994) 0 0 SECTION 1, PARAGRAPH 3.2 - Alternate "A" Scope of Work Delete - "and street improvements; adjusting existing City-owned utility frames and covers to grade;' from the sentence beginning with "Me work to be done under this contract consists of constructing new sewer mains, water mains... ; and other incidental items of work." SECTION 1, PARAGRAPH 4.1 - Completion Schedule Substitute - Substitute the following paragraph beginning with "The Contractor shall complete..." with: The Contractor shall complete all Sewer 8c Water Main installation (Alternate "A ") under the Contract within one hundred twenty (120) consecutive calendar days from the date of award of contract by the City Council, but no later than June 28, 1994. The Contractor shall complete all street improvement work thirty (30) consecutive calendar days thereafter, but no later than July 27, 1994. The Contractor shall complete all work in East Coast Highway by April 15, 1994. SECTION 1, PARAGRAPH 4.4.2 - Street Improvement Substitute - substitute the first paragraph with the following three paragraphs: The Contractor shall phase the street improvement construction in such a manner that no more than one- third (1J3) of the street length is under construction at one time. In addition, the Contractor will not be allowed to reconstruct an area of street pavement greater than can be excavated and have subgrade placed with edges flush with the existing pavement within the same working day. The Contractor shall sawcut, remove and replace the sidewalk, curb and gutter prior to removing the street portion. After completing the construction of the curb, gutter and sidewalk, the Contractor may remove the street pavement, excavate, place untreated base material and asphalt base course and open the street to the public. The contractor shall place the 1 -inch of asphalt as the final phase of the project. The contractor shall replace the roadway with new base and base course of asphalt prior to starting work on another section of roadway. The Contractor shall complete all work on each length of street segment within ten (10) consecutive calendar days after beginning work on that street segment. The term "work" as used herein shall include all removals, adjustments and replacements and construction of street pavement, base course, curb and gutters, cross - gutters, sidewalks, local depressions, utility adjustment to grade and access ramps. Substitute - In the second paragraph with the sentence beginning with "In summary, this means ... delete the following : "within thirty (30) consecutive calendar days..." add the following: "within ten (10) consecutive calendar days ...:. Substitute - In the third paragraph with the sentence beginning with "The Contractor will be ..." delete the following : " liquidated damages for each day in excess of the thirty (30) consecutive calendar days..." add the following: "liquidated damages for each day in excess of the ten (10) consecutive calendar days ...... Addendum received by: Bidder. Gill -Date: _Xl -941 Signatu e: _ /o C�e�rnf� 5ec� � /T�Gsur�°r Page 3 0 f for Addenda Number 1 (Sent February 10, 1994) SECTION 1, PARAGRAPH 4.4.1.1- General Addition - add the following paragraph: "The Contractor shall tunnel underneath and protect in place the existing cross gutter at the intersection of Hazel Drive and East Coast Highway and at Poppy Avenue and East Coast Highway. If the Contractor chooses to remove and replace the existing cross gutter, the Contractor shall remove to the nearest joint and replace per City of Newport Beach STD- 185 -L. No additional allowance will be therefor." SECTION 1, PARAGRAPH 25 - Traffic Control and Access Addition - Add the following paragraph The Contractor shall maintain access to all driveways and residences during the installation of all sewer and water mains. At the end of each working day, the Contractor shall install steel plate over all open trenches within Hazel Drive and Poppy Avenue. In addition, the Contractor shall A.C. patch around the edge of each steel plate. SECTION 1, PARAGRAPH 31 - Unclassified Rock Addition - Add the following paragraph to the special provisions. During excavation in East Coast Highway and Hazel Drive, the Contractor may encounter unclassified rock. If the Contractor encounters unclassified rock, he must demonstrate that the unclassified material can not be removed with an excavator or backhoe. If unclassified rock is encountered, the Contractor shall contact the City Inspector. The Contractor shall include a unit price per cubic yard within the Bid Proposal for possible payment of removal and disposal of unclassified rock. Unclassified rock shall be defined as any material that can not be removed with an excavator or backhoe SECTION 2, PARAGRAPH 2 - Bedding and Backfill Materials Substitute - In the second paragraph with the sentence beginning with " Backfill of all pipe trench above the bedding shall be placed in layers not more than 8- inches in thickness, " delete the following: " shall be compacted to 95% of maximum density," Add the following: "shall be compacted to 90% of maximum density from the top of pipe bedding to within two (2) feet of the street subgrade and compacted to 95% of maximum density from two (2) feet below the street subgrade up to the street subgrade." SECTION 3, PARAGRAPH 11 - Temporary Resurfacing Substitute the following paragraph beginning with "The cost of furnishing, ...... with "Temporary resurfacing shall be 2- inches in thickness and is required over all excavated area. This paragraph refers to Alternate "B" only." Addendum received by: } T Bidder. 6� //F - &'/IS// V /CA -Z;' Date: a /r✓ -%y signa0.i t Page 4 of or Addenda Number 1 (Sent Febru 10, 1994) INSTRUCTIONS TO BIDDERS Page 2 The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS. L PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10 %, of total bid price) 5. NON - COLLUSION AFFIDAVIT 6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10'1 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 -7981 inclusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 447025 -A Gillespie Construction, Inc. Cuntr's Lic. No. & Classification Bidder 1 -2$-94 Date Auth zed Si •nature /Title Floyd Bennet, Secretary /Treasurer • • Page 3 DESIGNATION OF SUBCONTRACTOR((Sl 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. Traffic Loops Superior Signal Bell Gardens 2. Concrete R.C. Cement Anaheim 7 1 11 12 Gillespie Construction, Inc. Bidder Auth prized Signature/Title Floyd Bennett, Secretary /Treasurer Page 4 i BIDDFR'S BOND BOND NUMBER 50337- 96 KNOW ALL MEN BY THgSE PRESENTS, r That we, G i LLESPIE CONSTRUCTION, INC. as bidder, . and DEVELOPERS INSURANCE COMPANY as Surety, are held and firmly bound; to the City of Newport Beach,. California, in the sum of TEN PERCENT OF THE AMOUNT OF THE BID Dollars ($ .LO of AMT. BI>) lawful honey of the United States for the payment of which sum well and truly to be r�ade, we bind ourselves, jointly and severally, firmly by these presents. ti THE CONDITION OF THEI FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of HAZEL DRIVE SEWER & WATER MAIN REPLACEMENT & STREET IMPROVEMENT PROJECT Title of Project Contract No, a $9 o in the City of Newport IWO, 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 exe0te and deliver to said City the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) after the date of the mailing of Notice of Award to the above bounded bidder by and from said City, then this obligation shall become null and void; otherwise it shall be forfeited to the said City. In the event that!any bidder above named executed this bond as an individual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations I under this bond. IN WITNESS WHEI}EOF, we hereunto set our hands and seals this 31st day of JANUARY 19 94 (Attach acknowledgement Attorney -in -Fact) Notar blic MYcoea4 RECEIVED FEB 0 2 1994 GIIIESPiE CONSTRI CT!ON. wC GILLESPIE CONSTRUCTION, INC. Bidder Auth zed Sil;nature /Tit1eF%c��3e�rye� �IL°itty/ CCJ&4,�, • POWER OF ATTORNEY OF • INDEMNITY COMPANY OF CALIFORNIA AND DEVELOPERS INSURANCE COMPANY N2 160598 P.O. BOX 19725, IRVINE, CA 92713 • (714) 263 -3300 NOTICE: 1. All power and authority herein granted shall in any event terminate on the 31st day of March, 1996. 2. This Power of Attorney is void if altered or if any portion is erased. 3. This Power of Attorney is void unless the seal is readable, the text is in brown ink, the signatures are in blue ink and this notice is in red ink. 4. This Power of Attorney should not be returned to the Attorney(s) -In -Fact, but should remain a permanent part of the obligee's records. •- KNOW ALL MEN BY THESE PRESENTS, that, except as expressly limited, INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY, do each severally, but not jointly, hereby make, constitute and appoint ** *MICHAEL D. STONG * ** the true and lawful Attorney(s) -In -Fact, to make, execute, deliver and acknowledge, for and on behalf of each of said corporations as sureties, bonds, undertakings and contracts of suretyship in an amount not exceeding Two Million Five Hundred Thousand Dollars ($2,500,000) in any single undertaking; giving and granting unto said Attorney(s) -In -Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation; and all of the acts of said Attorney(s) -In -Fact, pursuant to these presents, are hereby ratified and confirmed. The authority and powers conferred by this Power of Attorney do not extend to any of the following bonds, undertakings or contracts of suretyship: Bank depository bonds, mortgage deficiency bonds, mortgage guarantee bonds, guarantees of installment paper, note guarantee bonds, bonds on financial institutions, lease bonds, insurance company qualifying bonds, sell- insurer's bonds, fidelity bonds or bail bonds. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY, effective as of September 24, 1986: RESOLVED, that the Chairman of the Board, the President and any Vice President of the corporation be, and that each of them hereby is, authorized to execute Powers of Attorney, qualifying the ahorney(s) named in the Powers of Attorney to execute, on behalf of the corporation, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assis- tant Secretary of the corporation be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF, INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY have severally caused these presents to be signed by their respec- tive Presidents and attested by their respective Secretaries this Tat day of April, 1993. INDEMNITY COMPANY OF CALIFORNIA By L Da F. Vincenti, Jr. President o pv Oq !c9 +row ATTEST � // � 01961• n By Walter Crowell Secretary STATE OF CALIFORNIA) ) SS. COUNTY OF ORANGE ) DEVELOPERS INSURANCE COMPANY By Dan F� r ncenti, Jr. President S tN 5 Uqq oP`Q0.f tl R�ra'O MAO 21, ATTEST Ig16 � a By Walter Crowell Secretary On April 1, 1993, before me, Tiresa Taafua, personally appeared Dame F. Vincent, Jr. and Walter Crowell, personally known to me (or provided to me on the basis of satisfactory evidence) to be the persons) 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 signatures) on the instrument the persona), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. n OFFICIAL SEAL /" �`—c�� _ TIRESATAAFUA Signature NOTARY PUBLIC - CALIFORNIA PRINCIPAL OFFICE IN ORANGE COUNTY ---- ---- -- EIIp. Aug. t. 1995 CERTIFICATE ~~�~ The undersigned, as Senior Vice President Of INDEMNITY COMPANY OF CALIFORNIA, and Senior Vice President of DEVELOPERS INSURANCE COMPANY, does hereby certify that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney, are in force as of the date of this Certificate. This Certificate is executed in the City of Irvine, California, this 31 B t day of __ JANUARY 199 4 INDEMNITY COMPANY OF CALIFORNIA opF Aqy of DEVELOPERS INSURANCE COMPANY B y / Kv--7 By' \ 1/�— � L.C. Fiebiger L.C. Fiebiger — W Senior Vice President Senior Vice President Albowledgment of Principal • ROSEfdARY STANOL p .. COAMG&% 9967459 = • (pl s9 Notary PlAfie- C100M..N �. lC1 Acknowledgment of Surety (Attorney- in -Factg , RwERsfoe CouNty v r MY ComrRadert Exp'sec JUkE 7. 106 STATE OF CALIFORNIA County of RIVERSIDE �so On JANUARY 31, 1994 before me, ROSEMARY STAND!_EY (here insert name and title of the officer), personally appeared personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose names) isiare 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 offic�l -se�l. f A Sienature -- �c�°)'QC l''-),Lot L• - L (Seal) L71\111VL1C1 /1V1195G SLV GI ;0111 QItlll A � Vl',A III R I R� State County of f c-r/ q c On —1� - 5v before me, DATE personally appeared 'v LtJ personally known to me - OR ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and ac- knowledged to me that he /she /they executed the same in his /her /their authorized OFFICIAL SEAL capacity(ies), and that by his /her /their MARGARET MARY FORD NOTARY PDRLIC•CALiORNIA w signature(s) on the instrument the person(s), COMMISSION M 978374 ` or the entity upon behalf of which the ORANGE COUNTY erson s acted, executed the instrument. My COMM. E Nov. 2X 2, 1898 E P ( ) THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. WITNESS my hand and official seal. SIGNATURE OF I OPTIONAL S TITLE OR TYPE OF DOCUMENT OPTIONAL SECTION � CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. ❑ INDIVIDUAL ❑ PARTNER(Sr ❑ LIMITED GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSONIS) OR ENTITYIIES) NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ©1993 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 91309 -7184 Page 5 NON - COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrangement or agreement - with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be suggested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomsoever to pay, deliver to, or share with an other person in any way or manner, any of the proceeds of the contracts sought by this bid. Bidder Authori d Signature /Title � /OyJ �enne)Vl- ���%re4Sv�r Subscribed and sworn to before me this _3V4 day of """" RGARET L SEAL 197 ARY PUBT MARY FORD NOTARY PUSUC CALEORNIA �^ COMMISSION R 978374 ` ORANGE COUNTY MY Comm. Epp, Nov. 22. 1996 My Commission Expires: Notary lic State of ' L/n h 1-n1 -nj L County of__�133�7/� On a before me, DATE N M TITLE OF OFFICER - .G. JANE DOE, NQFf1RY PUBLIC- ... ppe. rrssonally appeared _/—, R personally known to me OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and ac- knowledged to me that he /she /they executed the same in his /her /their authorized �ET capacity(ies), and that by his/her/their NOTARY PU&.MrCALEMNIA signature(s) on the instrument the person(s), QOOPANGECOUNTY or the entity upon behalf of which the MvCwm [w 11"d person(s) acted, executed the instrument. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Though the data requested here Is not required by law, it could prevent fraudulent reattachment of this form. WITNESS my hand and official seal. OPTIONAL SECTION TITLE OR TYPE OF DOCUMENT, NUMBER OF No. 5193 iiiNniiiin OPTIONAL SECTION � CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. ❑ IN91VIDUAL ❑ PARTNER(S) ❑ LIMITED [:]GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 31993 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 913097184 0 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 Completed For Whom Performed (Detail) Person to Contact Telephone No. S E E A T T A C H E D J O B L I S T Gillespie Construction, Inc. Bidder Autho zed Signature /Title Floyd Bennett, Secretary /Treasurer 0 GILLESPIE CONSTRUCTION, INC. COMPLETED PROJECTS AS OF NOVEMBER 30, 1993 CUSTOMER NAME & ADDRESS CITY OF NEWPORT BEACH 3300 Newport Blvd. Newport Beach, CA 92663 (714) 640 -2281 STATE OF CALIFORNIA DEPT. OF PARKS AND RECREATION 2422 Arden Way, Ste. A -1 Sacramento, CA (916) 920 -6819 CITY OF ANAHEIM 200 S. Anaheim Blvd. Anaheim, CA (714) 999 -5126 LOS ALISOS WATER DISTRICT P.O. Box 699 E1 Toro, CA 92630 COUNTY OF LOS ANGELES, ROAD DEPARTMENT 1540 Alcazar Street Los Angeles, CA 90033 (213) 226 -8111 CITY OF SAN JUAN CAPISTRANO 32400 Paseo Delanto San Juan Capistrano, CA 92675 (714) 493 -1171 JOB LOCATION C -101 Old Newport Blvd. C -128 Oasis Park & 5th St. Improvement C -131 1983 -84 Storm Drain Improvement C -194 Ticket Booth Const. C -311 Hospital Road Widening C -306 Backbay Trail CONTRACT AMOUNT $ 90,000 $ 242,000 $ 218,000 $ 58,000 $ 275,157 $1,063,334 C -108 E1 Pescador State Park $ 63,000 C -112 Tonanga State Park $ 1 =,400 C-108 Lakeview /LaPalma Storm C -109 Walnut Creek Sewer and Storm Drain $ 52,000 C -156 Patrick Henry Storm Drain $ 441,000 C -376 Vintage Lane Soundwall $ 120,458 C -409 Residential Lots $ 12,233 C -110 Grading & Site Improvements $ 95,000 C -111 Rambla Pacifico $ 36,555 C -115 Sunhollow Improvements $ 184,000 C -120 Alipaz & Del Obispo St. Improvements $ 93,000 C -302 Del Obispo St. Widening $ 209,000 C -328 Drainage Improvements $ 64,000 C -332 Del Obispo Storm Drain $ 234,000 1 of 9 pages GILLESPIE CONSTRUCTION, INC. COMPLETED PROJECTS AS OF NOVEMBER 30, 1993 CUSTOMER NAME & ADDRESS JOB LOCATION -------------------------- -------- -- ----- ----- -- - - - -- CONTRACT AMOUNT CITY OF LONG BEACH 333 W. Ocean Blvd. C -135 Landscape Modification $ 148,000 Long Beach, CA 90802 C -136 Gabion Slope Repair $ 168,000 (213) 590 -6383 KNOTT'S BERRY FARM 8039 Beach Blvd. C -119 Various Grading & Buena Park, CA 90620 Improvements $ 734,000 (714) 738 -6845 C -121 Various Grading & Improvements C -129 various Grading & Improvements C -144 Storm Drain Imorov. C -161 Parking Improvements C -185 Dolphin Park Improv. C -315 Landscape Maint. $ 45,591 Grading C -389 Grand Ave. Parking Lot $ 373,490 C -407 Spirit Lodge $ 293,855 CITY OF FULLERTON 303 W. Commonwealth C -122 Emery Park Phase III $ 64,000 Fullerton, CA 92632 C -123 Malvern -Brea Creek (714) 738 -6845 Tie -In $ 120,000 C -198 Drainage Improvements $ 97,000 C -304 Harbor Bastanchury $ 210,870 Road Widening C -308 Lions Park $ 94,048 Storm Drain C -309 Brea Blvd. Widening $ 68,657 C -319 Berkeley /Harbor Storm $ 106,694 Drain C -321 Bike Trail $ 55,536 C -322 Highland Ave. Widening 5 118,865 DANA STRAND BEACH CLUB 34001 Dana Strand Road C -133 Rock Slope Protection $ 260,000 Dana Point, CA 92632 (714) 496 -5735 2 of 9 pages CUSTOMER NAME & ADDRESS • GILLESPIE CONSTRUCTION, INC. COMPLETED PROJECTS AS OF NOVEMBER 30, 1993 JOB LOCATION CONTRACT AMOUNT - ---- ----- ------- - - - - -- CITY OF BREA 471 Civic Center Circle C -146 Laurel Ave. Street Brea, CA 92621 Improvements $ 146,000 (714) 990 -7600 C -152 Lambert Rd. Street Improvements $ 15,000 C -172 Firestation AT 3 $ 330,000 C -176 Sewer Relocation $ 44,640 CITY OF INDUSTRY 15651 E. Stafford Street C -403 Commuter Rail Station $1,154,971 City of Industry, CA 91744 Parking Lot Improvements (Grading & Storm Drain Imn.) THE IRVINE COMPANY 550 Newport Center Dr. C -139 Big Canyon Grading $ 120,000 Newport Beach, CA 92660 C -141 Entryway Improvements $ 165,000 (714) 720 -2000 C -145 Grading & Improvements $ 600,000 C -147 Site Improvements $ 480,000 C -149 Back Bay Erosion Control$ 120,000 C -157 Flagstone Park $ 143,693 C -158 Big Canyon Landscape $ 700,000 C -310 Mac Arthur Blvd. $ 552,411 Widening C -178 Center Dr. Realignment $ 135,000 C -179 Monroe Street Improv. $ 91,000 C -182 R.C. Box Structure $ 56,242 C -187 Jamboree Road Widening $ 458,479 C -189 Big Canyon Slope Repair $ 66,000 C -190 Post Office Parking Lot $ 158,214 C -317 Sewer Cleanout $ 4,300 C -163 Back Bay Sewer $ 45,000 C -174 Los Trancos Parking Lot $ 140,000 C -333 Peters Canyon Grading $ 382,000 C -338 Jamboree Rd. Widening $ 566,000 C -360 Pelican Hill Syahcn $ 414,000 C -361 Pelican Hill Road $ 35,000 C -378 Rock Shelter $ 27,729 C -392 Newport Coast $ 28,a0a C -397 Pelican Hills Golf $ 126,687 Course 3 of 9 pages CUSTOMER NAME & ADDRESS COUNTY OF ORANGE 400 Civic Center Drive Santa Ana, CA 92651 (714) 834 -3473 CITY OF LAGUNA BEACH 505 Forest Avenue Laguna Beach, CA 92651 (714) 497 -3311 • GILLESPIE CONSTRUCTION, INC. COMPLETED PROJECTS AS OF NOVEMBER 30, 1993 JOB LOCATION ---------- ---------- -- - - - - -- C -148 Stonehill C -160 EMA Palm Ave. Street and Storm Drain C -197 Stonehill Drainage Improvements C -155 Heisler Park S1 Reconstruction C -370 Wastewater Purr Improvements C -405 Storm Damaae C -415 Animal Shelter CONTRACT AMOUNT $ 316,120 $ 268,864 $ 29,000 :pe $ Staticn $ Y $ UNION OIL & GAS DIVISION Western Region C -177 Kraemer Access Road 9645 S. Santa Fe Springs Santa Fe Springs, CA 90670 CITY OF COSTA MESA 77 Fair Drive Costa Mesa, CA 92626 (714) 754 -5291 COTO DE CAZA DEVELOPMENT P.O. BOX 438 Trabuco Canyon, CA 92678 (714) 858 -0241 C -196 Arlington Drive Storm Drain and Street Improvements C -316 Fire Station C -410 Iowa St. Storm Drain C -169 Gabion Drop Structures C -180 Rip Rap Slope Protection C -181 Storm Drain Improv. C -184 Gabion Slope Repair C -186 Gabion Slope Repair C -188 Low Flow Crossing C -192 Corrective Work 4 of 9 pages 230,000 239,418 40,076 18,673 $ 67,500 S 185,000 $ 325,179 $ 50,494 $ 630,000 $ 260,062 $ 159,693 $ 16,285 $ 140,513 $ 39,606 $ 240,642 0 9 GILLESPIE CONSTRUCTION, INC. COMPLETED PROJECTS AS OF NOVEMBER 30, 1993 CUSTOMER NAME & ADDRESS ----------------- - - - - -- REGENTS OF THE UNIVERSITY OF CALIFORNIA AT IRVINE Irvine, CA 92717 (714) 856 -6512 CITY OF TUSTIN 300 Centennial Way Tustin, CA 92680 (714) 544 -8890 REAL ESTATE DEVELOPMENT 18302 Irvine Blvd. Ste., i 360 Tustin, CA 92680 (714) 544 -2234 CITY OF ORANGE 300 E. Chapman Ave. Orange, CA 92666 TRI -STAR CONSTRUCTION RESEARCH ENTERPRISES CITY OF GARDEN GROVE LAIDLAW GAS RECOVERY SYSTEMS 39899 BALENTINE DR., STE 275 NEWARK, CA 94560 (415) 656 -8327 JOB LOCATION C -199 UCI Parking Lot No. C -303 UCI Parking Lot No. C -313 Lot 6 & 80 Modifications C -318 Unit 5 Site Grading C -384 UCI Grading, Storm Drain C -417 Erosion Control CONTRACT AMOUNT 14 $ 145,000 18C $ 110,000 $ 118,963 $ 252,567 $ 258,312 $ 18,803 C -195 Bell Avenue Storm Drain $ C -183 Grading -Tract 11356, Lot 6 C -303 Point Del Mar C -305 Tustin St. Street Improvements C -314 Luau Area and Gold Rush Camp C -323 Research Enterprises S 96,673 29,758 70,000 $ 216,620 $ 116,591 $ 2,500 C -320 Street, Storm Drain Improvements $ 190,052 C -324 Grading Improvements $ 449,532 C -329 Sewer & Water $ 857,000 C -334 Methane Gas Header $ 238,000 C -336 Landscaping $ 71,000 C -346 Re- alignemnt of Sewer, $ 161,189 Water & Gas Line C -352 Pump Station $ 95,083 C -391 $ 44,805 5 of 9 pages GILLESPIE CONSTRUCTION, INC. COMPLETED PROJECTS AS OF NOVEMBER 30, 1993 CUSTOMER NAME & ADDRESS JOB LOCATION ----------------------------------------------- - - - - -- STANDARD PACIFIC 1565 W. MAC ARTHUR BLVD. COSTA MESA, CA 92626 (714) 546 -1161 HON DEVELOPMENT 25200 LA PAZ RD., =210 LAGUNA HILLS, CA 92653 (714) 586 -4400 PULTE HOME CORPORATION 270 NEWPORT CENTER DR. NEWPORT BEACH, CA 92660 (714) 721 -0622 LAGUNA BEACH COUNT`! WATER DISTRICT 306 3RD STREET LAGUNA. BEACH, CA (714) 494 -1041 ORANGE COUNTY EMA PUBLIC WORKS DEPT P.O. BOX 4048 SANTA ANA, CA 92702 -4048 WESTERN INDUSTRIAL 3325 PICO BLVD FERGJSON PARTNERS 4199 CAMPUS DRIVE, 11000 IRVINE, CA 92715 LOS ALISOS WATER DISTRICT 22312 MUIRLANDS BLVD EL TORO, CA 92630 C -327 Bike Way Drains C -349 Retaining Wall CONTRACT AMOUNT -------- - - - - -- $ 13,500 $ 122,699 C -335 Storm Drain, Stairway $ 755,420 C -337 Grading & Storm Drain I- mprovenents $1,110,298 C -345 Retain-inc Wall $ 33,731 C -339 Grading & St--= $ 392,000 Drain Improvements C -340 Ali-so Beach Front $ 297,203 Improvements C -344 OCEMA (Pelican Hill) 4 "04,705 C -347 Bee Canyon Landfill 165,992 C -351 Portola Parkway Storm 113,000 Drain C -359 Santiago Canyon 507,089 Landfill C -342 Raymer Avenue Street $ 136,008 Improvements Fullerton Same As Above C -343 Rough Grading $ 817,434 6 of 9 pages 0 9 GILLESPIE CONSTRUCTION, INC. COMPLETED PROJECTS AS OF NOVEMBER 30, 1993 CONTRACT CUSTOMER NAME & ADDRESS JOB LOCATION AMOUNT -------------------------------------------------------------------- AMERICAN GOLF CORPORATION C -348 E1 Toro Golf Course $ 235,461 1633 26th Street C -355 Cherry Ave. /Jeromino $ 228,629 Santa Monica, CA 90404 Street Improvements C -362 Rancho San Joacruin $ 18,182 Storm Drain CARLSON LANDSCAPING 9050 Blackbird Ave. Fountain Valley, CA 92708 THE BREN COMPANY 5 Civic Plaza, Ste. 100 Newport Beach, CA 92660 CITY OF WHITTIER 13230 E. Penn Street Whittier, CA CALTRANS DEPT. OF TRANSP. 1120 "N" Street Room 39 Sacramento, CA 95814 COUNTY OF ORANGE -EMA P.O. Box 4048 Santa Ana, CA 92702 -4048 LAKE ELSINORE UNIFT_ED SCHOOL DISTRICT 545 Chaney Street Lake Elsinore, CA 92330 LOS ANGELES COUNTY DEPT_. OF PUBLIC WORKS, MISC. DEPT. 900 S. Fremont Ave. Alhambra, CA 91803 C -350 County of Orange C -354 Pelican Hill Pump Station C -353 Savage Canyon Landfill C -374 Savage Canyon Landfill C -375 Gas Distribution Wells 15, 17 & 18 C -393 Savage Canyon Landfill C -356 Norco Fousing C -367 Missions Planned Community Road Closures C -369 Temescal Canyon High School C -371 Eaton Wash Spreading Grounds C -373 Schabarum Regional Park C -398 San Dimas Reservoir C -406 Kenneth Hahn Park C -408 Santa Anita Debris Basin 7 of 9 pages $ 54,045 $ 621,945 $1,224,745 $ 170,720 $ 36,362 $ 117,161 $1,129,326 $ 42,604 $ 309,223 $ 893,734 $ 790,116 $ 797,640 $ 379,546 $ 261,343 GILLESPIE CONSTRUCTION, INC. COMPLETED PROJECTS AS OF NOVEMBER 30, 1993 CUSTOMER NAME & ADDRESS JOB LOCATION --------------- ----------- ----- --- -- --- - - - - - -- RANCHO SANTIAGO COKMUNITY COLLEGE 17th Street at Bristol Santa Ana, CA 92706 ORANGE COUNTY WATER DIST. 10500 Ellis Avenue Fountain Valley, CA 92708 C -372 Parking Improvements C -380 Santiago Basin Revegetation C -402 Alamitos Barrrier Injection Well RANCHO SANTA MARGARITA C -381 Antonio Par:adav 30211 Avenida de Las Banderas Ste. 200 Rancho Santa Margarita, CA 92688 EASTERN MUNICIPAL WATER C -382 Grant Ave. and Corwin DISTRICT Pumping Plants CONTRACT AMOUNT $1,606,214 $ 178,080 $ 142,567 $ 166,196 $ 054,453 CITY OF HUNTINGTON BEACH C -383 Huntington Lake $ 305,555 Public Works Department Storm Drain 2000 Main Street C -414 Inlet Drive $ 177,345 Huntington Beach, C? 92648 CALVARY CHAPEL C -377 Green Valley Tank Site $ 104,089 3800 S. Fairview Road Santa Ana, CA CITY OF COVINA 125 E. College Covina, CA CITY OF DANA POINT 33282 Golden Lantern Dana Point, CA THREE VALLEYS MUNICIPAL WATER DISTRRCT 3300 Padua Avenue Claremont, CA 91711 C -396 5,000 Gallon Reservoir $ 537,593 and Pumps C -385 Street Widening - $1,075,571 Stonehill & Selva C-386 Miramar Reservoir $1,587,000 8 of 9 pages CUSTOMER NAME & ADDRESS IRVINE RANCH WATER DISTRICT CITY OF YORBA LINDA P.O. Box 7487 Yorba Linda, CA 92686 GENTRY GOLF 14893 E. Ball Road Anaheim, CA GILLESPIE CONSTRUCTION, INC. COMPLETED PROJECTS AS OF NOVEMBER 30, 1993 CONTRACT JOB LOCATION AMOUNT -------------------------------------- C -387 Pump Station $ 575,795 C -390 Street /Storm Drain $ 111,896 C -404 Remove & Replace AC $ 145,900 C -413 Island Golf Center $ 195,619 9 of 9 pages i NOTICE 9 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 be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Insurance Companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Kei Rating Guide: Property - Casualty, except as modified by the Special Provisions. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction. except as modified by the Special Provisions. 1. 0 EXECUTED IN FOUR PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That Page 8 BOND NUMBER 145164P PREMIUM: INCLUDED WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted February 28, 1994 has awarded to Gillespie Construction, Inc. hereinafter designated as the "Principal ", a contract for Hazel Drive Sewer & Water Main Replacement and Street Improvement Project, C -2892 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 GILLESPIE CONSTRUCTION, INC. as Principal, and DEVELOPERS INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of FOUR HUNDRED SEVENTY -SEVEN THOUSAND SIX HUNDRED Dollars($477,686.00 1, EIGHTY -SIX AND N01100 said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, or other supplies, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. {' Page 9 The bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this bond as required by the provisions of Section 3247 et seq. of the Civil Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or 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 4th day of MARCH 1994 Gillespie Construction, Inc. Name of Pal) Authofized Signature and Title Floyd Bennet, Secretary /Treasurer Authorized Signature and Title DEVELOPERS INSURANCE COMPANY Name of Surety (Seal) ,Seal) 1421 W. FOOTHIL BLV ., STE. 120, UPLAND, CA 91786 Addr t o ure Signs u t re and Tit f uthorized Age MIC AEL D. STON ATTORNEY —FACT STON INSURANCE AGENCY Address of Agent 6833 INDIANA AVE., STE 205, RIVERSIDE, CA. 92506 (909) 682 -0660 Telephone Number of Agent , 1 Acknowledgment of Principal ROSEMARY STANDLEY Ce4Mr4 Acknowledgment of Surety (Attorney -in -Fact) y ; RSM �NTY ►9 Ca Naar�ipra� STATE OF CALIFORNIA County of RIVERSIDE ae On MARCH 4, 1994 before me, ROSEMARY STANDLEY (here insert name and title of the officer), personally appeared MICHAEL D. STONG 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-apd official seal. (Seal) State of County of g _ On, before me,'/ DATE MA .TIRE OF OFFICER - E.G., "JANE DOE, NOTARY PUBLIC personally appeared NAME( ) O SIGNER(s) Mpersonally known to me • OR - proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and ac- knowledged to me that he /she /they executed ^� the same in his /her /their authorized oFpGALSEAL [ capacity(ies), and that by his /her /their MARGAREI MARY FORD t„ signature(s) on the instrument the person(s), 5 NOTARY PUBLIC-CALIFORNIA E a COMMISSION ne�a or the entity upon behalf of which the ORANGE COUNTY person(s) acted, executed the instrument. My Comm. Up. Nov. 22. 1996 THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. WITNESS my hand and official seal. OPTIONAL SECTION TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES SIGNER(S) OTHER THAN NAMED No. 5193 OPTIONAL SECTION CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. ❑ INL)IVIDUAL ❑ PARTNER(S) ❑ LIMITED n GENERAL ATTORNEY -IN -FACT ❑ TRUSTEE(S) GUARDIAN /CONSERVATOR OTHER: SIGNER IS REPRESENTING: NAME OF PERSONS) OR ENTITY(IES) DATE OF DOCUMENT 01993 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave., P.O. BOX 7184 • Canoga Park, CA 91309 -7184 • EXECUTED IN FOUR • Page 10 FAITHFUL PERFORMANCE BOND BOND NUMBER 145164P PREMIUM: $8,165.00 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted February 28, 1994 has awarded to Gillespie Construction, Inc. hereinafter designated as the 'Principal ", a contract for Hazel Drive Sewer and Water Main Replacement and Street Improvement Project, C -2892 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, GILLESPIE CONSTRUCTION, INC. as PIincipal DEVELOPERS INSURANCE COMPANY as Surety, are held and firmly found unto the City of Newport Beach, in the sum of FOUR HUNDRED SEVENTY -SEVEN THOUSAND SIX HUNDRED EIGHTY -SIX AND NO 1100 nnllnrc (!5477,686.00 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 made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in 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. Page 11 And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 4th day of MARCH 1994 . Gillespie Construction, Inc. .(Seal) Name of Contractor (Principal) Authorized Signature and Title Floyd Bennett, Secretary /Treasurer Authorized Signature and Title DEVELOPERS INSURANCE COMPANY (Seal) Name of Suretv 1425 W. FOOTHILL BLVD., STE. 120, UPLAND, CA 91786 Addreso of Suret INSURANCE AGENCY Address of At,gent 6833 INDIANA AVE., STE 205, RIVERSIDE, CA 92506 (909) 682 -0660 Telephone Number of Agent 4vi Acknowledgment of Principal Y s Acknowledgment of Surety (Attorney -in -Fac o STATE OF CALIFORNIA j County of NVERSIDE j as On before me, MARCH 4, 1994 ) ROSEMARY STANDLEY (here insert name and title of the officer), personally appeared MICHAEL D. STONG personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/am 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 hia/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 aad- ogIcial seal. ` Si¢ nature / �, / ]- (Seal) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No. 5193 State County of % Oe 1 before me, DATE NAME perso Ily appeared L;perso NAMEIS)OF SGNE (S) personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and ac- knowledged to me that he /she /they executed the same in his /her /their authorized Its MARGARET MARV FORD �apacity(ies), and that by his /her /their �� pignature(s) on the instrument the person(s), N nRetuocmwn for the entity upon behalf of which the MyCWO.ENLNotr.22.lm erson(s) acted, executed the instrument THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. WITNESS my hand and official seal. SIGNATURE OF NOTARY OPTIONAL SECTION TITLE OR TYPE OF DOCUMENT OPTIONAL SECTION CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill In the data below, doing so may prove invaluable to persons relying on the document. ❑ IN'r IVIDUAL ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE ®1993 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 91309 -7184 APOWER OF ATTORNEY OF MNITY COMPANY OF CALIFOIQA AND DEVELOPERS INSURANCE COMPANY N2 160637 P.O. BOX 19725, IRVINE, CA 92713 A (714) 263 -3300 NOTICE: 1. All power and authority herein granted shall in any event terminate on the 31st day of March, 1996. 2. This Power of Attorney is void if altered or if any portion is erased. 3. This Power of Attorney Is void unless the seal is readable, the text is in brown ink, the signatures are in blue ink and this notice is in red ink. 4. This Power of Attorney should not be returned to the Attorney(s)-in-Fact, but should remain a permanent part of the obligee's records. KNOW ALL MEN BY THESE PRESENTS, that, except as expressly limited, INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY, do each severally, but not jointly, hereby make, constitute and appoint ** *MICHAEL D. STONG * ** the true and lawful Attorney(s) -In -Fact, to make, execute, deliver and acknowledge, for and on behalf of each of said corporations as sureties, bonds, undertakings and contracts of suretyship in an amount not exceeding Two Million Five Hundred Thousand Dollars ($2,500,000) in any single undertaking; giving and granting unto said Attorney(s) -In -Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation; and all of the acts of said Attorneylsl -In -Fact, pursuant to these presents, are hereby ratified and confirmed. The authority and powers conferred by this Power of Attorney do not extend to any of the following bonds, undertakings or contracts of suretyship: Bank depository bonds, mortgage deficiency bonds, mortgage guarantee bonds, guarantees of installment paper, note guarantee bonds, bonds on financial institutions, lease bonds, insurance company qualifying bonds, self- insurer's bonds. fidelity bonds or bail bonds. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY, effective as of September 24,1986: RESOLVED, that the Chairman of the Board, the President and any Vice President of the corporation be, and that each of them hereby is, authorized to execute Powers of Attorney, qualifying the attorneys) named in the Powers of Attorney to execute, on behalf of the corporation, bontls, undertakings and contracts of suretyship; and that the Secretary or any Assis- tant Secretary of the corporation be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and In the future with respect to any bond, undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF. INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY have severally caused these presents to be signed by their respec- tive Presidents and attested by their respective Secretaries this 1st day of April, 1993. INDEMNITY COMPANY OF CALIFORNIA I n 10 By l t. r Der a F. Vincenti, Jr. President ATTEST By !/ V Welter Crowell Secretary STATE OF CALIFORNIA) ) SS. COUNTY OF ORANGE ) DEVELOPERS INSURANCE COMPANY By 04 wP AMY Dan F. Vincenti, Jr. p0 pF9N 0,,, Presitlent of a 0960. ATTEST W By Walter Crowell Secretary On April 1, 1993, before me, Tiresa Taafua, personally appeared Dante F. Vincenti, Jr. and Walter Crowell, personally known to me (or provided 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 signatures) 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. f Signature OFFICIAL SEAL TIRES UA �@ NOTARY PUBLIC - CALIFORNIA PRINCIPAL OFFICE IN ORANGE COUNTY My Corminum EV. Aug. 41 19115 z ♦z CERTIFICATENN�MeNMAMN�NM�M� The undersigned, as Senior Vice President of INDEMNITY COMPANY OF CALIFORNIA, and Senior Vice President of DEVELOPERS INSURANCE COMPANY, does hereby certify that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney, are in force as of the date of this Certificate. This Certificate is executed in the City of Irvine, California, this 4th day of MARCH , 799 4 INDEMNITY COMPANY OF CALIFORNIA y,P ANY By L.C. Fiebiger Senior Vice President ID -370 REV. 4/93 DEVELOPERS INSURANCE COMPANY S1N6Uq� !� w�P`PPPOR�t�o O i fOD YAR. 27, o By L.C. Fiebiger — W n taiB Senior Vice President i I i.l is I�. i !i h: 4' 3I I9 6b:OL 06, 80 i CERMCAn OF INSUR - q-y PRO0U98R CpFIPANt69 �FFORprNGCOVERaGE . BRYAN D. SELTZER INSURANCE SERVICES 2922 E. CHAPMAN AVE #107 CLErrER YA CIG�IA PROPERTY & CASUALTY It! ORANGE, CA 92669 COMPANY B FREMONT INSURANCE �LEi' R L\°SURED COMPANY C GILLESPIE CONSTRUCTION, INC LETTER. 245 FISCHER AVE, STE. #B -3 COMPANYp ! COSTA MESA, CA 9262.6 LETCER ! � LEITER COMPANY p CO'/E[tAGES TY9IS TO CERTIFY THAT POt=S$ OF WSURANOEUSTSO BELOW MAVE OWN ISSUED TO THE NSIIRBDIiWISED A60vE FOR THE PODGY PERIOO NOICATED. NOTWMWANDNO ANY REOLBRPIADIr. TERM OR CONDITION OF ANY CONTRACT OR OTHEq DOCUMENTVMTI ReSPECTTD VM9CH THIS 06E1nFlCATE MAY SE ISSUED OR MAY PERTAIN, THE INSURANCE APPDROW 13Y THE POL LIES DESCWBED"MINIS SURACTTO ALL THE. TERNS, EXCLUSIONS. MID CONImmo S OF EU, CM POLICIES ANO IS NOT AMENDED. EXTENDED OR ALTERED 6Y THIS CmwwIrATr- ` TYPBOFINSURANCB I POLICY �. EPFBCTTVE'� NUMBER DATE F3PIATE bATE ALLUMn'SINTHOUSANDSf �613`�E�N£"RALLIABBITY SacA.vRENCEDAM ONLY) I tIJF1ffMLAOGIIECiATE {g I ;&EiiiCii �',COWMERCIAL A i.COM►REMeNSrvH ILRAC>nRS MFCD498 110/21/9 10/21/94 AGGREWS $ , 1 iR]NTRAG7T/AL SPROFIC 228 WORT p�iSON/y, ; $ dY+.16000TSl +LEE i� eD OPERATm 1 OCR i 5 1,000,001 �XGU LwzAno9 � 1 i EDAMA04 CmROAO FORM PROPlm a DAMAO! !BEVERA9NTY OF1NTc�"I. EST CLAISS 1 I VO 1. Yt1TH F_MPLOY� EX4.TISLON 'HAEDICAL 4B'!NSE9 .:S %(ANY OKPOWCF) REMOVED ,,`.,UAPNE i ! . '. '�APrIOMOBILELlA$ILITY i IiiELWIr 13 �yJ Ni yNJ'TO 1,000, �.. .s w Lp� R 13 A! l',ML OWNED AMOS MFCD498 �10/21/9� 10/21/94 5al�laEO AUTOS 228 L fl�lOILY INAAT'/ ! IHmr;o AUTOS I I 3 6WOMIEDAUro3 EXCESS LIA9a AGDARGATE �{IMBfl®.L.APOAY i I aTX llllHCe . . OTHER THAN aM�iB.TAFORM A W!DRKERS COMPEi45ATTON I Y srATLRDAY I B� SMPLOYERSL LAD ILt7'Y WP3568 ;9/1/93 9/1/94 1 $ IDLsEASa4cucyLmm 44901 Is i,uuul i CIBSASi-EACNEMPLOYff I � j �ts 1 DESCRIPTION OF OPERAnONS aOCATIONBNEMIMJ RfST=TU4SPPECIAL ITWS:ALL OPEM716NO PERMftM6 FDA TNC CITY OF NEWPORTEEACM8YORCNW4ALFOFT74ENAMRON4URCOIN YRTI, BUT NOT UMJfED TO THE FOI.I.OWNO CONTRACT. .. Hazel Drive Sewer - and Water Main Replacement arld Street ImerCVement Project PQ AND GONTIIACT HCTABIX CSRTWCATE HOLDER I CANCELLATION CITY Or NEWPORTB"ai SMOIAAANYOF IHEAEOWDESCRL0Q,11P0lICPS89MWIS EWED.CN0g1E0OR P.O. HOX 1968 X 1769TBOVLfiVARD COVERAGE R@OUCED BEFORE THE �71ON DATE" CO&WANY AFFORDING I 9 COvmQ0&W'L AROWDESO GAYS ADVANCE NDTLCETOTHECm OF N@AOOIRLRGd/RYtaRSrCtaSB C� .%%YA =BEACi.CALIFORNIA 9XS"913 �� ATTENTION: d ' AUTmA= PpMEsarri L m0,%TTi 3I I9 6b:OL 06, 80 i A Pi 0 Page 13 Crr'V 13F NPXM= 13PACH AWMMOTIVE LIADIL ijX IN sligANcr ENWE5EMENT It 6 agreed that: 1. With respect to such insurance as is afforded by the policy (tiq Automobile Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with r espec t to liability tv fur 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 desigrtsted below. The insurance extended by this endorsement to said additional insured. dues not apply t9 bodily injury or property damage arising out of automobiles (1) owned-by or registired in the name pi an additional insured. or (2) leased or rented by an additional Insured, or (3) operated by an additionhl insured. The insurancis #10F44d.- bald additional insured(s) shall apply as piimary insurance and nii tither insurance rnkinhfiiitd by the• City, of Newport Beach shall be called upon to contribute with instionce provided by this policy. 2. The policy includes th ei following provision: 'The insurance afforded by the policy applies separately to eadh insured who is seeking coverage it it brnugh t Wi+ respect to the limits of liability of or agairvit whom a claim is made or 5u t. except the company affording coverage. 3. The limits of liability under this endorsement for the additional. insureds named in Paragraph 1. of this endorsement "I be the limits indicated below for-either Militiple Limits or Single Limit: I. Multiple Limits Bodily Iniury Liability person Bodily Injury Liability S. per accident - Property Wmige Liability S' Combined Single Limit Bodily Iniury Liability S— 1A00'000 and Property Damage Liability' The limits of liability as stated in this endorsement shall ticit1l, increase the total liability of the company affording coverage, for all damages as the result of any:ii:ne accident or occurrence in excess of the limits of liability stated in the policy as applicable it) Automobile Liability Imurance. Should the policy be non - renewed, cancelled or coverage reduced 1before the expiration date thereof, I the Issuing Company shall provide 30 days advance notice to the dtv of Newluirt Beach by registered mail, Attention: Pubfic Works Department. 5, Designated Gmtract-9 This endorsement is effective rjIky.N1,.MFCD 4 9 8 2 2 8 i 6/9'd 3/9/94 W�TIYA (Pmlv" Title and 0,131M.1 N" ) CIGNA PROPERTY & Wunirmny Ailwdwg 0 ION, INC L-4.1 12-01 A.M. And forms part of :TY INSURANCE 31ds3-ni9 6th 6I K, so i d s + It is agreed that 4- 0 Page 14 With re pect to such insurance as is afforded by the policy for G�neral Liability, the City of Newport [leach, its officer, and employees are additional insureds but only with respect to liability arising tttn of operations performed by or tin behalf of the named insureds in connection with the contract designated below or acts and nmLssions of the additional insureds in connectiot5 with its general si sevisiou of , uctL7. operations. The insurance afforded said b 1ditichal'imured(s) shall appiy 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 The policy incluties the htilowing provision; "The insurance afforded by the fk,licy app Iles ft amtely to eaach insurW agalnst whom ci Lim u made or suit it brcwillit. except with rurpect «. the Wilts of the liability of the amlplitw affording cuveiage." . The insurance afforded by the p i nlicv for Contractual Liability lmur,nce (subject to the terms, conditions and exclusions applicable to such im urance) Includes liability a_ssu r6ud by the named insured under the indemnification or hold harmless provision contained in the writtenjcontrnct designated below, between the named insured and the City of Newport Beach. With respect to such.inaumnce as i9 afforded b_y this policy, the txclusiom, if any, pertaining to the explimon hazard, enllapse hazard and underground property haz*d (commonly referred to as "XCL" hazards, are deteted. 'a- The limits of liability under this endorsement for the additional innyred(s) named in paragraph f td this endorsement shall be the limits indicated below written an an "0au6enee "'ba:cis: I Y1 Comtnerdal Od Ct>mvrehensive General Liability 5, 1,000,0 O,.C� eachExcurrenca y 1,000,00p each uccurrence. The applicable limit of the Contractual" Liability for the company affording ctwerage shall tie reduced by any amount paid as damages under this endorsement in behalf of the ddditionai insured(s), The limits of liability as stated in this endorsement shall nut increase the total liability gi for nimpany affording coverage iorall damages a% tNr liesult of any'iine necurrkMe in excess of the limits of liability stated in the polity as applicable to General Liability Insurance: 6. . Shontld the policy be iton- renewed, camlled or coverage reduced hoftcrr the expiration date thereof, the 6ruing Ctrmpanv shall provide 30 days advance nutiat to the City 4' Newpetrt Beach by reltistered mail, Attention,: Pttblle Works Department C-2892 ' ' % 7. De.�aitudCnntraccHa�pl Dr Sawar B Water Main ReplaC @�tt &Street Irtotwmt Proi I I's sivo T:tk enri ti This endursament b effewve, 3/9/94 i at 12 S11 A yt. and form, a part ofpt>CcyNt MFCD498228 of CIGNA PROPERTY & CASIjALTY INSURANCE L tCte11 +•1 AfforGa4e Ctn^rafcery GILLESPIE CONSTRUCTION, 1NL' Irtsotttd Endcxsec,*OINn. _.. - -- i'nr<ltrcer tARila N:2eJ itrltr a.atNe1 .i i 6/L'd 15N0� 3IdS3 -nI5 OS:OT V6. 80 aM Page 13 It is agreed that: 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. 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 Bodily Injury Liability Property Damage Liability [ ] Combined Single Limit Bodily Injury Liability and Property Damage Liability person accident 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. -t. 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. C -2892 i. Designated Contract: Haul nr_ CPwar R Water Main Replacemt. & Street Imprvmt. Proj. (Project Title and Contract No ) This endorsement is effective at 12:01 A.M. and forms part of Policy Nu. ((:un(r:inc Aflordulg CoXrrage( Insured Endorsement No. Issuing Company By (Authorized Representative? .r r • It is agreed that: Page 14 With respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. The insurance afforded said additional insured(s) shall apply as primary insurance and 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: '-Me insurance afforded by the Policy applies separately hr each insured against whom claim is made or suit is brought, except with respect to the Limits of the liability of the company affording coverage." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision contained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU" hazards) are deleted. The limits of liability under this endorsement for the additional insured(s) named in paragraph I of this endorsement shall be the limits indicated below written on an "Occurrence" basis: I ) Commercial [ ] Comprehensive General Liability occurrence OCCUrrence The applicable limit of the Contractual Liability for the company affording coverage shall be reduced by any amount paid as damages tinder 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 fur 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. b. Should the policy be nun - 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 C -2892 7. Designated Contract: Hazel Dr. Sewer & Water Main Realacemt. & Street Imorvmt. Proi. ( Prole, i Tu!r .und Con m, i \(,. ) This endorsement is of Policy No. of 12:01 A.M. and forms a part (Comp:inv Aftordin�4 Cirrrry Kr) tAuthor Zed Rrprr,rnritivrl 0 0 Page 15 CONTRACT THIS AGREEMENT, entered into this 15th day of March .19 94 by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Gillespie Construction, Inc. hereinafter "Contractor," is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: Hazel Drive Sewer & Water Main Replacement and Street Improvement Project C -2892 Title of Project Contract No. (b) Contractor has been determined by City to be the lowest responsible bidder on said public work, and Contractors 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: Hazel Drive Sewer & Water Main Replacement and Street Improvement Project C -2892 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 Four Hundred Seventy -Seven Thousand Six Hundred Eighty Six Dollars & 00 /100 ($ 477,686.00 ) This compensation includes (1) any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and Endorsements(s) ;> Page 16 (f) Plans and Special Provisions for Hazel Drive Sewer & Water Main Replace- ment and Ctreet Tmprnvement Prn,jert C -2892 Tilly of Prop t C(,ntra, i Nu (g) This Contract. 4. Contractor shall assume the defense of, and indemnifv and hold harmless, Citv and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. CITY OF NEWPORT BEACH a municipal corporation B: Mayor ATTEST: APPROVED AS TO FORM: CONTRACTOR: Gillespie Construction, Inc. Citv tomey Name of Contractor (Principal) �t)riize:L� Si Ta. ture and Title Floyd Bennett Secretary /Treasurer Authorized Sikmature and Title cirf ev FIN ? February 28, 1994 CITY COUNCIL AGENDA FEB r' ITEM NO. r! PROVED TO: Mayor & Members of the City Council FROM: Utilities Department SUBJECT: HAZEL DRIVE WATER & SEWER REPLACEMENT PROJECT HAZEL DRIVE STREET IMPROVEMENT PROJECT (CONTRACT NO. 2892) RECOMMENDATIONS: 1. Find that the lowest bidder, Gillespie Construction, Inc., can meet the requirements for completing the proposed contract work and declare him the "low bidder ". 2. Award Contract No. 2892 to Gillespie Construction, Inc. in the amount of $477,683. 3. Authorize the Mayor and the City Clerk to execute the contract on behalf of the City. DISCUSSION: At 11:15 a.m. on February 16th, 1994, the City Clerk opened and read bids for the subject project. A summary of the results are listed below and a more detailed itemized bid summary is attached as Exhibit "A ": Rank Contractor /Bidder Total Bid Price low Gillespie Construction, Inc. $ 477,683 2 Ken Thompson, Inc. $ 482,246 3 Colich & Sons $ 585,528 4 Channel Constructors, Inc. $ 615,384 Four bids were received. The low bid was 3.5% below the Engineer's Estimate of $494,200. The low bidder, Gillespie Construction Company, Inc. is a qualified general contractor licensed to do business in California. This company has successfully completed some pipeline construction projects for the City of Newport Beach and for other reputable agencies in Southern California. Gillespie Construction Company, Inc. recently completed the Cameo Shores Wastewater Lift Station Reconstruction Project for the City of Newport Beach. This company is also under contract to install storm drains on Harbor Island Drive and Kings Road. The company has a solid reputation in the construction industry and brings a great deal of experience to the project. Page 2 • Hazel Drive Water, Sewer & Street Improvement Project Award of Contract February 28, 1994 PHASED CONSTRUCTION PROGRAM: This project will provide for the replacement of the water main and the sewer main on Hazel Drive, south of Coast Highway. The project will also include a complete street surface replacement for Hazel Drive. The project includes relocating the existing 18 -inch cast iron water main just southerly of the Five Crowns Restaurant. The existing water line runs between Hazel Drive and Poppy Avenue in a narrow easement. This portion of water main will be reconstructed in Coast Highway and will be extended from the left -turn pocket at Hazel Drive to Poppy Avenue. A multi - phased traffic control plan for the work on Coast Highway has been prepared. The traffic control and phased construction plan covering the work on Coast Highway attempts to minimize construction traffic and parking disruption. The first phase of traffic control will provide for re- striping the westbound traffic lanes while the new water valve vault is installed in the left - turn pocket at Hazel Drive. This work will be done during the daytime and should take one to two weeks. The second phase of traffic control will provide for nighttime construction while the pipe in the center of the highway is installed. This phase of work should take one to two weeks also. It will allow one lane of traffic to be open in each direction of travel during construction hours. Traffic will be restored to normal operation during daytime hours. The third phase of traffic control will provide for completion of the portion of work which will cross the southerly travel lanes of Coast Highway. This phase of traffic control will allow both lanes to be open in the westbound direction and will provide for one lane of travel in the easterly direction. This third phase of traffic control should also take approximately one week and will be constructed during nighttime hours. The project includes reconstruction of approximately 1,200 feet of 8 -inch sewer main, 1,400 feet of 6 -inch water main, 350 feet of 18 -inch water main, 200 feet of 6 -inch sewer force main, reconstruction of 47 sewer laterals, 58 water services and numerous utility appurtenances. The project construction will be performed by a private pipeline contractor. The project has been broken into three Coast Highway traffic control phases. This phased work will facilitate continuity of service to existing water and sewer customers and will minimize impacts on the surrounding business establishments and parking areas. The Hazel Drive portion of the project has also been broken into three pavement construction phases. This phasing will also provide a more confined operation than if the 1,200 foot long project were implemented in a single operation. This phased operation should also minimize impacts to local residents and their ability to have access to driveways and parking spaces. • • Page 3 Hazel Drive Water, Sewer & Street Improvement Project Award of Contract February 28, 1994 PROJECT FUNDING & COMPLETION SCHEDULE: Funds for the work are available from the following accounts: water related costs: account no. 7503 - 98500227 $180,000 account no. 7503 - 98500222 50,683 sub -total $230,683 sewer related costs: account no. 7533 - 98530209 $ 95,000 account no. 7533- 98530001 83,800 sub -total $ 178,800 street improvement related costs: account no. 7013 - 98301001 $ 68,200 sub -total $ 68,200 total project costa: $ 477,683 The estimated time of completion for the project is 120 calendar days. The City has established a schedule requirement for the improvements on Coast Highway to be completed first. The City proposes for the contractor to commence construction on Coast Highway as soon as the Southern California Gas Company has installed their 16 -inch gas main. Gas main work is scheduled for completion March 25, 1994. The contract specifications for this project requires that the work on Coast Highway be complete before May 27, 1994. The work on Hazel Drive and Poppy Avenue will proceed after work on Coast Highway is complete. RECOMMENDED ACTION: The Utilities Committee reviewed the proposed project with staff at their meeting on January 14th, 1994 and forwarded a recommendation to Council for approval. Staff recommends award of the contract to the successful bidder, Gillespie Construction, Inc. of Costa Mesa, California. Respectfully submitted, Jeff Staneart, P.E. Utilities Director Attachment: Exhibit "A ": Bid Summary y 7 f SIC Y ul U Z O F OF u aw � OJ � F W a a 0 Lj 3 z� w aF Q F F., U� w F `w 3 � W M 6 O d F N ui�Z¢ a 0 U O tr -�u�a U 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 KZ r O O O O O O O O 0 O O O 00000 O O O O O O O O O f H� C O O O O O O P O P O O O O 010 P O O O O O O O O O O O O O O O O O O O C O O t W pM mO OHM m^Nw OH Pmw �O Op 0 mw 0p 0NM 0/DO ^vomVloomoi NNH O Om OmN 0wV,S 0N • 0mw! (M^w 0 y �W P•w N-O wNO HpNH Vi Nt/, O O O t ZQ O O - N^ 0 0 0 0 0 0 0 m .- w� H Hn� ^ w•� HP HN O O � 0 H w H w�H wN U ^mwHl N 0000000000M 0 0 0 O 0 0 0 0 0 O h W 000 o 000000000000000000g000000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Z ZtN Q Z O N OO 00th OWOOONOO 000Ki00000000 O m O O OOOO 0101 i OMOOOHV,0021= . . nOOOPV. M z w^ I� W O O O N O O O O m N O M N m W M O N NH U HHNpI HNH ^MH p HIO VIM O ^ ^II)H ^H� wV1H ut Mm VIOO w NH . NmmwOOO IIIw �HNw H H vPmHm� ^pwH H H p H N m H N M p 00000000000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0( p OOOOt1jO '0000000000000000000( O O O O O O O O O O M 00000 w ZQ� J N O -mNNNO O M m N 0 O P lggNOO m m 0 0 low Oww N N mWmWmPOOm O N O O O O O N< of 0M0)O pw MNO<O ^PMMNm "N ^W ^m 00000 00000 a N N H N r VI m H H H W w H w ;ONNOWVit H w N w N^ w H as N h m N •� � h N w H N ^HN wry H w .2 H w 0°0 0 p 00 0 0 0 0 0 t U OIn00'�NON y0j try V1N ��mNm�N 8vO on'v gnry SO S SS ^mo$ -0 qqq mO "'°15 1S B$00 SE - umdc n 0 - U f m 000 P aSSOm G O O 0 O N O C W V Z V Om mCHWtO 0 OO N� ho oO o w-N H �NH act2 VI NO O NOPONWW PO- ¢ <u3uUEE ^w HN ^Hm0N�n��• rin "vB -H�w w^H r �i Fi mmc`7i Ai rm H w w m w H N H w N M N w w U 0 0 0 0 0 0 0 0 0 0 0 O 0 00 0 0 0 0 0 0 0 0 1 Z r 0 0 0 0 -00 0 0 0 0 0 0 0 0 0 0 0 0 0..... .1 2to�0o- v o WOW 000-00p o P 0 0 0 0 tD 0000ai00000p O m N O m w o O v dc6m• O O h W l pz poW �NONmWmMNt�Pr`tpNwnmP N m o m 000 v- oulmmMVmWOlnom. ^G�nN - mmP� w ap Vi Nl N Pw�Hm Nw^ Pw�H ^wwH• -H ^w� �Q._W� Hww H w H N H H N w H O t 2 r o0000000000000000000000ONO W Y00 OIV00000000000000OOO O OWW ,ZWONOMmmOmOOmOmmOwoNO r,vil�0oni00otvo OOo00 Oo0000oaiOOi ^moWHH �wH NNw M1NOZ�OVIWWmPMtOW VIH m•-w N H w w O w H w w N w^ H H N w H w oMOCOOOCOOO 00000000000000 pro Z6,6 ^o000OOOOOg0o0000o0 o OOgOq• u, M m N OVi N N o m P O O 0 0 m 0' m O 00 O w m 00000(/10600000• N O v O O N M1 O tO 0 0 0 N 0 J 0 O tDN mtOYWNnmNVfm ONmWmmYO ^OMm ml Vi�NmNWVI�utN OIHO�QN ^tO tOm� ,2'�tDON Z wH w H H w w H M w u O O O O O O O O O O O O o oO oO 0O 0O 0O 0O 0m 0 00 oN oW oo o m oO o o Ww o m I U�mmOSmOOVN O 00 t O00m00 O 0 mPO OWHZMV Ho O m N � N M N N w N W M H w H H N ° ° ° °soossssossossssoo r Z oo0oo00 O O C C O 0 0 O O O O O Mp O 0 S O 0 0 O 0-- 0 N O N W ^ ^ONNM1ON• O N W O a-- 00001 -Ct O C; O O O Om m NtnMOI000^ N O �m NlD I�iMN ^w ONO��mPNHPHn�vfmOM aHM1Nwmw� vwm�wPw� w wwp�H H p H w H w p w p t-00 0 0 g O 0 0 0 010 Oa. ON0Ova O 0 O 0 00 0 OOON�00, �m P m m m V1 ^O ^ m M1 m m N �mv w H w H w w w M w w H w w w w H H w zMo m t'nm tiHtn <m H2 ^ EE Ir m n ^mN Em r J N N N V a J U Y Q > I li'i Zyy c F� Ic �._ o > O W W ¢ °✓I1 >�« mC3�Vt J`,x y'L> `w d3 10gq a`�m >^10E;;3- �pNV`m �y -aU CEy C 0 c3 380« dm c3 oy,a >vr v mcg r �, `� ^I�i o ;; garp�ca �� v v v v <ic io Eo too io iOQ�rvVa`rv, tnamrv��¢¢u)iaa¢ t 1 s i J 9 J i D 4 rT M A R Q H E 0 00000000000 f Oq.Oggggqqqt NOOONOOtmoov O PmA W V,QMOmP ^NO• -� H� f�mpmW� ww pwHHt p w t 0000000000w O O O O O O O O O O N ^vomVloomoi too ^vv1NHOONwHp HpNH VImH N p p O O O O O O O O O O O t 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O vit O v m M M N 0 0 O N 0 0 O M1 m O P 0 O m 0 ^< w�H ^wH N ^mwHl N 0000000000M 0 0 0 O 0 0 0 0 0 O h OMViOW0000ut0 NPPNHOOPPww NHpN VIN N Hp p O o 0 0 0 0 0 0 0 O O O O m O O N 0 0101 i 000 00 ' Nm N N V1m W^ VI t 0^ VtW V I N Nmmm; N W 1 m WtON ^NNMm� NH HHNpI N p 0000000000 ut Mm VIOO W mtOP . NmmwOOO Nml4o vPmHm� ^pwH H H p H N m N M p 00000000000 00000000000 0 0 0 0 0 0 O O o W O N V) N w 0 W ONNPNWtO O N N V N N<pO V� p p O O O O O O O O O O M 00000 ooMOm Oi in tnO VN"VOnCCi v v N w P O w w H w pw mWw N N 00000 00000 000goo�v000 000 N V I m mO�n�00 O N h m P O N' P P m N h m N •� � h N N 0' prvw ^HN wry H w H w 0°0 0 p 00 0 0 0 0 0 0 00 OIn00'�NON y0j try V1N ��mNm�N on'v gnry m m�m4�N t2 ^mo$ MmNd. "'°15 1S SE d umdc n mNlay Ec5vxL ac\��� 2L t � o V 014 V u yyV ULm- a O N� L 'rvtaaAaQa act2 °MoAa ¢ <u3uUEE —E rin "vB UUw¢cr `Rin r �i Fi mmc`7i Ai rm I i ) ) t ) l I i J 9 i J R v r E Q .'9 0 n • • 0 • January 24, 1994 CITY COUNCIL AGENDA ITEM TO: Mayor & Members of the City Council FROM: Utilities Department SUBJECT: HAZEL DRIVE WATER & SEWER REPLACEMENT PROJECT HAZEL DRIVE STREET IMPROVEMENT PROJECT (CONTRACT NO. 2892) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids for construction of the project. a. Bids to be opened at 11:15 a.m., on the morning of Wednesday, February 16th, 1994, at the office of the City Clerk. BACKGROUND & DISCUSSION: This project will provide for the replacement of the water main and the sewer main on Hazel Drive, south of Coast Highway. The project will also include a complete street surface replacement for Hazel Drive. The project includes relocating the existing 1.8 -inch cast iron water main just southerly of the Five Crowns Restaurant. The existing water line runs between Hazel Drive and Poppy Avenue in a narrow easement. This portion of water main will be reconstructed in Coast Highway and will be extended from the left -turn pocket at Hazel Drive to Poppy Avenue. A multi - phased traffic control plan for the work on Coast Highway has been prepared. The traffic control and phased construction plan covering the work on Coast Highway attempts to minimize construction traffic and parking disruption. •The first phase of traffic control will provide for re- striping the westbound traffic lanes while the new water valve vault is installed in the left - turn pocket at Hazel Drive. This work will be done during the daytime and should take about one week. The second phase of traffic control will provide for nighttime construction while the pipe in the center of the highway is installed. This phase of work should take about one week also. It will allow one lane of traffic to be open in each direction of travel during construction hours. Traffic will be restored to normal operation during daytime hours. • Page 2 Hazel Drive Water, Sewer & Soet Improvement Project Authorization to Advertise Bids January 24, 1994 The third phase of traffic control will provide for completion of the portion of work which will cross the southerly travel lanes of Coast • Highway. This phase of traffic control will allow both lanes to be open in the westbound direction and will provide for one lane of travel in the easterly direction. This third phase of traffic control should also take approximately one week and will be constructed during nighttime hours. The project includes reconstruction of approximately 1,200 feet of 8 -inch sewer main, 1,400 feet of 6 -inch water main, 350 feet of 18 -inch water main, 200 feet of 6 -inch sewer force main, reconstruction of 47 sewer laterals, 58 water services and numerous utility appurtenances. The proposed project construction will be performed by a private contractor, The Engineers' Estimate for the project cost is $494,200. The estimate for the water construction costs is $214,400. The estimate for the sewer construction costs is $179,600. The estimate for the street improvement and paving costs is $101,200. The distribution of estimated costs are indicated in the table below. Engineers' Cost Estimate • Item Amount Install 190 feet of 6 -inch sewer force main Install 1200 feet of 8 -inch sewer main Install 8 each, sewer manholes Install 47 each, sewer laterals Install 1 each, sewer chimney Provide excavation shoring Install 350 feet of 18 -inch water main Install 18 -inch water valve and valve vault Install 1400 feet of 6 -inch water main Install 3 each, 6 -inch water valves Install 4 each, fire hydrants Install 2 -inch air & vacuum release valve Install 51 each, 1 -inch water services Install 4 each, 2 -inch water see rites Pressurf: test and disinfect water pipelines Remove & replace 370 feet of curb & gutter Remove & replace PCC cross- gutter Remove & replace traffic loops Remove & replace handicap ramps Remove & replace 600 tons of 4" aggregate base Remove & replace 450 tons of 3" asphalt concrete pavement Remove & replace 150 tons of 1" asphalt concrete finish course Remove & replace 700 ft.z of PCC roadway $10,500 84,200 31,750 47,000 1,200 4,950 45,000 30,000 90,200 2,700 12,000 2,500 29,450 2,000 2,500 2,950 1,950 1,500 1,700 30,000 45,000 15,000 2,100 Total Estimated Cost $494,200 • • • Page 3 Hazel Drive Water, Sewer & Street Improvement Project Authorization to Advertise Bids January 24, 1994 sub -total $ 78,700 The estimated time of completion for the project is 120 calendar days. The City has established a schedule requirement for the improvements on Coast Highway to be completed first. The City proposes for the contractor to commence construction on Coast Highway as soon as the Southern California Gas Company has installed their 16 -inch gas main, which is scheduled for completion March 25, 1994. The contract specifications require that the work on Coast Highway be complete before May 27, 1994. Work on Hazel Drive and Poppy Avenue will proceed after the work. oil Coast Highway is complete. If the gas company stays on sclleiiu.'. <,; the City's contractor could commence. ?work the last week of March 1994. Staff reviewed the proposed project with the Utilities Committee at their meeting on January 14th, 1994 and recommends approval. Respectfully submitted, • -Jef-F STRNEA.(LT- Jeff Staneart, P.E. Utilities Director JS: sdi Funds for the work are available from the following accounts: • water related costs: account no. 7503- 98500227 $180,000 account no. 7503- 98500222 55,900 sub -total $235,900 sewer related costs: account no. 7533 - 98530209 $ 95,000 account no. 7533-98530001 84,600 sub -total $ 179,600 street improvement related costs: account no. 7013 - 98301001 $ 78,700 sub -total $ 78,700 The estimated time of completion for the project is 120 calendar days. The City has established a schedule requirement for the improvements on Coast Highway to be completed first. The City proposes for the contractor to commence construction on Coast Highway as soon as the Southern California Gas Company has installed their 16 -inch gas main, which is scheduled for completion March 25, 1994. The contract specifications require that the work on Coast Highway be complete before May 27, 1994. Work on Hazel Drive and Poppy Avenue will proceed after the work. oil Coast Highway is complete. If the gas company stays on sclleiiu.'. <,; the City's contractor could commence. ?work the last week of March 1994. Staff reviewed the proposed project with the Utilities Committee at their meeting on January 14th, 1994 and recommends approval. Respectfully submitted, • -Jef-F STRNEA.(LT- Jeff Staneart, P.E. Utilities Director JS: sdi i O ' 7.. 1 fl Authorized to Publish Advertisements of 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. PROOF OF PUBLICATION STATE OF CALIFORNIA) ) SS. County of Orange ) I am a Citizen of the United States and a resident of the County aforesaid; I am over . the age of eighteen years, and not a party to or interested in the below entitled matter. I am a principal clerk of the NEWPORT P PuEI.ICNOTICE BEACH -COSTA MESA DAILY PILOT, a N NOTICE. newspaper of general circulation, printed and S INVITING BIDS published in the City of Costa Mesa, County c caved i lerk, 33 0"Nmp�orta Boulevard, Post O of Orange, State of California, and that 1 Office Box attached Notice is a true and complete copy 1 11:15 o'clock a.m. on 16th; day of February, 1994, a as was printed and published on the b at' Which time such bids shall fOIIOWIng dates: M HAZEL DRIVE SEWER 6 MENTR AND I ' A ContraO04O:;G2B82; Engi- neer's Estimate $494,200. Approved by the City Coundl this 24th day of January, 1994 Wanda E. Reggio, City Clerk Prospective, bidders may obtain one set of bid docu- January 27, 1994 f ments at.no cost at the of- February 1, 1994 B Department, 3390 Newport 1768, Newport Beach, Call- ' forma 92699.1768 For further information,: call Jeff Stanean, Prof Manager at 6443o11. Published 'Newport Beach -Costa Mese DaOy Pilot January 27, February 1, 1994. 1 declare, under penalty of perjury, that the T ThT3w foregoing is true and correct. Executed on February 1 , 1994 at Costa Mesa, California. v v Signature 7.. 1 fl