HomeMy WebLinkAboutC-3029 - Corona del Mar Water Main & Alley Replacement - Alley Nos. 32-A, 32-B, 33-A, 34-A, 35-A, 44-D & 44-EOCT -22 -96 TUE 1119 1 FAX N0. C'.', j 09.I
rte^
N"OOTTICE OF INTENT TO FILE A LIEN, STOP NOTICE OR BOND CLAIM
Cert. e: gv O� 1__• Return Receipt Requested
TO: OWNER OR PUBLIC ENTITY 10e LENDER, SURETY OR BONDING COMPANY
CITY OF NEWPORT BEACH NONE REPORTEO
3300 NEWPORT BLVD
NEWPORT BEACH CA 92658
The undersigned claimant, AMERICAN 1*MO /CONCRETE CUTTING,INC., intends to'
file a claim of lien against the building, erection or improvement
described as CORONA DEL MAR WATER LINE (444) project, located at SEAVIEW
& FERNLEAF AVE, NEWPORT BEACH CA.
The specif.ic contract intormation is for Our Job /Invoice IKS -427.
The claimant furnished the following kinds of tabor, ,arvices, equipment
or materials: CONCRETE CUTTING AND /OR DEMOLITION: at the request of RF
PAULUS, INC., 2871 E CORONADO ST, ANAHEIM CA 92806.
The amount due is $27,671.85, including service charges or interest at
the rate of 7.000% per annum.
P. 01/01
THIS NOTICE IS BEING SENT AS A MATTER OF COURTESY AND REFLECTS
INFORMATION TRUE AS OF THIS DATE, IF THIS CLAIM HAS ALREADY BEEN PAID,
PLEASE DISREGARD THIS NOTICE.
Unless we receive payment by 10/24/y6 a claim may be Filed. Date
Copt Sent it
Dated 10/22/96 for AMERICAN DEMOJCONCRETE CUTTING.INC. ❑ Mayor
620 POINSETTIA STREET ❑ Cound Membet
SANTA ANA CA 92701 O Manager
(714) 547-71.81 / Fax: (714) 541 -0584
4L.4,
(/ :.r`'f�-_WOr' �g/ fMSFr ' � ,�<.
Sandi Lockwood, Credit Manager
PROOF OF SERVICE BY MAIL AFFIDAVIT 13 �^
I declare that I served a copy of the above document, and any related
documents, by (as required by law) first-class, certified or registered
mail, postage prepaid, addressed to the ,above named parties, at the
addresses listed above, on 10/22/96. 1 declare under penalty of perjury
that the foregoing is true and correct. Executed at SANTA ANA,
California on 10/22/96.
\,� 4
Print Name /Title
��
rn
N
_Q
Z
cr
0
LL
Cl) OQ
ZIU
�co
mmW
00>
ir ac •
f1 �Y
a
a
m
u�
N
p
Is your RETURN ADDRESS completed on the reverse side?
Thank you for using Return Receipt Service.
i
i
1
6 a
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
November 1, 1996
(714) 6443005
Gillespie Construction, Inc.
245 Fischer Ave., Suite B -3
Costa Mesa, CA 92626
Subject: Surety: United Pacific
Bond No.: U1857644
Contract No.: C -3029
Project: Corona del Mar
Replacement
Insurance Company
Water Main & Alley
On September 9, 1996, the City Council of Newport Beach accepted
the work of the subject project and authorized the City Clerk to
file a Notice of Completion and to release the bonds 35 days
after the Notice of Completion has been recorded in accordance
with applicable portions of the Civil Code.
The Notice was recorded by the Orange County
September 18, 1996, Reference No. 19960475329.
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
LH:ib
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
Recorder on
y
in the
4
against
Ll
as owner or public body and —
Wease of Stop Notice q
You are hereby notified that the undersigned claimant releases that certain Stop Notice dated
as prime contractorip connection with the work of improvement known as
/y//1 W
in the City of A'A Cif / , County of
State of California.
Date
NameofClaimant Robertson's Ready Mix, Inc.
Ll cL /iLlil_
cafe � -7 B y
CDDies Ste' t Tot Ag e n t
Q Mayes (Official Capacity)
❑ Councd Member
/ ❑yr Mranaga VERIFICATION
Attv"�
❑ t �- - ���, state: 1 am the Agent
❑ I "Agent of' "President of' "A Parinerof' "Ownerof'. etc.)
ttgclaimant named in the foregoing Release; I have read saiciReleaseof Stop Notice and know the contents thereof,
PEP certt y t at a 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 161A6 19 667
California.
at
Riverside
(Signature of Claimant or Authorized Agent)
0 40
�1, I
k, r
0
value of labor,service,material to be furnished ......
$ 11,881.88
Total
value of labor,service,materials actually furnished..$
11,881.88
Credit
for materials returned, if any ......................$
STOP NOTICE
Amount
paid on account, if any .............................$
E
Amount
due after deducting all just credits and offsets ....
$ 11,881.88
(California Civil Code Section 3103)
c
'-
X
-
d
NOTICE TO CITY OF NEWPORT BEACH
d
3300 NEWPORT BLVD NEWPORT BEACCA
o
8
a O
0_�Tt3�m
a
s
(If Private Job -file with responsible officer or person at office or
branch of construction lender administering 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 C" -3C�c�
Sub Contractor (If Any):SALEM CONSTRUCTION
Owner or Public Body: CITY OF NEWPORT BEACH
Improvement known as SEAVIEW E/O MARGUERITE /CO
County of ORANGE
State of California.
Robertson's, Claimant, a Partnership, furnished certain
labor service, equipment or materials used in the above described
work of improvement. The name of the person or company to whom
claimant furnished service, equipment, or materials is
SALEM CONSTRUCTION
The kind of materials furnished or agreed to be furnished by claimant
was ready mix concrete, rock and /or sand materials.
Total
value of labor,service,material to be furnished ......
$ 11,881.88
Total
value of labor,service,materials actually furnished..$
11,881.88
Credit
for materials returned, if any ......................$
0.00
Amount
paid on account, if any .............................$
0.00
Amount
due after deducting all just credits and offsets ....
$ 11,881.88
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
$ 11,881.88 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 Notice served on construction lenders on private jobs -bond not
required on public jobs or on Stop Notice served on owner on private jobs)
Dated 10/10/96 Name and address of
Claimant ROBERTSON'S
P.O. Box 33140
Riverside, Calif. 92223
909 - 685 -28g200
By `1.t lA�(/ULY�ViI \ 1D U(V ETC
Authori ed Agent
VERIFICATION
I, the undersigned, state: I am the agent of the claimant named in the
foregoing Stop Notice; I have read said claim of Stop Notice and know
the contents thereof, and I certify that the same is true of my 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 10/10/96 at Riverside, State
of, California.
Signature of claimant /Agent t 4�
RECORDING REQUEST A6 AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newwpport Beach
3300 NewEoir Boulevard
Newport BB CA 92663
Of
Recorded in the County of Orange, California
Gary L. Granville, Clerk /Recorder
111111 !�IIIIIII�IIIIIIII� "llllillll IIII11111111111!IIllilll!III No Fee
19960475329 W 53am 09/18/96
005 18001814 18 49
N12 1 7.00 0.00 0.00 0.00 0.00 0.00
"Exempt from recording fees pursuant
to Government Code Section 6103"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport
Boulevard, Newport Beach, California, 92663, as Owner, and
Gillespie Construction, Inc. as
Contractor, entered into a Contract on April 8, 1996
Said Contract set forth certain improvements, as follows:
Corona del Mar Water Main and Alleys Replacement, Contract No. 3029
Work on said Contract was completed on July 29, 1996
and was found to be acceptable on September 9, 1996
by the City Council. Title to said property is vested in the
Owner, and the Surety for said Contract is United Pacific Insurance
Company
BY � V C 1 ( ,V
Public Works Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and
correct to the best of my knowledge.
Executed on
Newport Beach, California.
1
BY M,
City Clerk
, at
spp Li
;i
0
•
0
September 9, 1996
CITY COUNCIL AGENDA
ITEM NO. 7
TO: MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: PUBLIC WORKS DEPARTMENT
SUBJECT: COMPLETION AND ACCEPTANCE OF THE CORONA DEL MAR WATER
MAIN AND ALLEYS REPLACEMENT, CONTRACT NO. 3029.
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days after the Notice of
Completion has been recorded in accordance with applicable portions of the Civil
Code.
DISCUSSION:
The contract provided for the removal and replacement of water mains in several alleys
and the reconstruction of these alley with concrete. The construction of the project has
been completed to the satisfaction of the Public Works Department. The contractor was
Gillespie Construction, Inc. of Costa Mesa, California.
The bid price was $350,985.00
The amount of unit items constructed 347,859.93
Amount of change orders 5,343.43
Total contract cost $353,203.36
Four (4) change orders were issued to complete the project. They were as follows:
1. A change order in the amount of $150.00 provided for addition and /or deletion of
water valves and fire hydrants.
2. A change order in the amount of $921.80 provided for the extension of a sewer
lateral.
3. A change order in the amount of $2,777.63 provided for the extension of several fl-
inch sewer laterals.
SUBJECT: COMPLETION AND ACCEPTANCE OF THE CORONA DEL MAR WATER MAIN AND ALLEYS
REPLACEMENT, CONTRACT NO. 3029.
September 9, 1996
Page 2
4. A change order in the amount of $1,494.00 provided for the construction of a guard
rail at the alley end between Larkspur Avenue and Jasmine Avenue.
Expenditures for the project were budgeted in the following account numbers:
Description Account Number Amount
General Fund (Alley Repair Program.) 7013- C5100277 $74,722.68
Water Fund (CDM Water Main Replacement) 7501- C5500286 278.480.68
TOTAL $353,203.36
Unexpended budgeted funds in the amount of $30,220.32 and $2,659.33 for this project
will be returned to the FY 1996 -97 Alley Replacement Program and CDM Water Main
Replacement accounts, respectively.
The project was completed on July 29, 1996; one week ahead of the August 6, 1996
scheduled completion date.
Respectfully submitted,
PUBLIC WORKS DEPARTMENT
Don Webb, Director
By
Horst Hlawaty
Construction Engineer
Attachment: Location Map
0
2
A
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768
TO: FINANCE DIRECTOR
FROM: CITY CLERK
DATE: April 9, 1996
SUBJECT: Contract No. 3029
(714) 644 -3005
Description of Contract: Corona del Mar Water Main and
Alley Replacement: Alley Nos. 32 -A, 32 -13, 33 -A, 34 -A, 35 -A,
44 -D & 44 -E
Effective date of Contract: April 8, 1996
Authorized by Minute Action, approved on: March 11, 1996
Contract with: Gillespie Construction, Inc.
245 Fischer Avenue, Suite B -3
Costa Mesa, CA 92626
Amount of Contract: (See Agreement)
LaVonne M. Harkless, CMC /AAE
City Clerk
lm
Attachment
3300 Newport Boulevard, Newport Beach
•
TO: Mayor and Members of City Council
FROM: Public Works Department
r
March 11, 1996
CITY COUNCIL AGENDA
ITEM NO. 12
BY THE CITY COUNCIL
CITY OF NEWPORT BEACH
MAR I I
SUBJECT: CORONA DEL MAR WATER MAW AND ALLEYREPEAC
ALLEY NO.S., 32-A, 32 -13, 33 -A, 34 -A, 35-A, 44 -D & 44 -E
CONTRACT NO. 3029
RECOMMENDATIONS
1. Affirm the Categorical Exemption.
2. Approve the plans and specifications.
3. Award Contract No. 3029 to Gillespie Construction, Inc. for the Total Bid Price of
$350,985.00, and authorize the Mayor and the City Clerk to execute the contract.
4. Establish a 10% construction contingency in the amount of $35,098.00.
DISCUSSION:
At 2:00 P.M. on February 28, 1996, the City Clerk opened and read the following bids
for this project:
*Corrected Total Bid Price is $377,715.19.
* *Corrected Total Bid Price is $426,635.00.
Bidder
Total Bid Price
Low
Gillespie Construction Inc.
$350,985.00
2
A.R.A. Engineering Contractor
$364,650.00
3
Metro Builders & Engineers Group Ltd.
$377,701.09*
4
John T. Malloy, Inc.
$386,080.00
5
S.J. Burkhardt, Inc.
$404,444.00
6
Terra -Cal Construction, Inc.
$406,635.00'*
7
Vido Samarzich, Inc.
$425,550.00
8
SRD Construction
$435,670.00
9
Los Angeles Engineering, Inc.
$461,628.00
10
Steve Casada Construction Co.
$463,075.00
11
Highland Engineering
$524,925.00
12
Atlas Allied, Inc.
$533,043.00
13
Savala Construction Co.
$534,918.00
14
Mladen Buntich Construction Co., Inc.
$587,700.00
*Corrected Total Bid Price is $377,715.19.
* *Corrected Total Bid Price is $426,635.00.
SUBJECT: CORONA DEL MAR WATER MAIN AND ALLEY REPLACEMENT; ALLEY NO.S., 32-A, 32 -B, 33-
A,34-A,35-A,44-D&44-E. (0-3029)
March 11, 1996
Paget •
The low bidder is 26% below the Engineer's estimate of $475,000. The low bidder,
Gillespie Construction Company, is a well - qualified general engineering contractor who
has successfully completed previous contracts for the City.
This project provides for the replacement of 3,050 lineal feet of water main and the
reconstruction of alley improvements, as shown on the attached exhibit "A ". The
replacement of water mains will improve domestic water service and provide increased
pressure and reliability for fire protection. The water main replacement is part of the.
continuing program to replace existing deteriorated mains in the City. The
reconstruction of the alley improvements will facilitate drainage and provide a smooth
driving surface. Prior to the alley replacement, sewer connection clean -outs will be
installed by City forces to provide for future maintenance of laterals to adjacent houses.
Funds to award the contract, plus a 10% contingency amount for un
are available in the following appropriations:
Description Account No.
Alley Replacement Program 7013- C5100277
Water Main Replacement Program (CDM) 7501- C5500286
Total
anticipated work,
Amount
$104,981.00
$281.102.00
$386,083.00
A Categorical Exemption of Environmental Impact has been prepared by Staff and
approved by the Environmental Affairs Committee. Upon affirmation, the exemption will
be filed with the County Clerk.
The plans and specifications were prepared by the Public Works Department. All work
is anticipated to be completed by October 1, 1996.
Respectfully submitted,
0�
PUBLIC WORKS DEPARTMENT
Don Webb, Director
By: — A—. /t
Steve Luy
Project Engineer
Attachment
Authorized to Publish Advertisements of all klnl6cluding public notices by
Decree of the Superior Court of Orange County, California. Number A -6214,
September 29, 1961, and A -74831 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
•
PUSLICNOTICE
or interested in the below entitled matter. !
—
NOTICE
INW TINO BIDS
am a principal clerk of the NEWPORT
Sealed bids may be re-
ceived al ma office or the
BEACH -COSTA MESA DAILY PILOT, a
City Clerk, 3300 Newport.
aovtevard, Post Ofte x
newspaper of general circulation, printed and
176& Newport Beach; Cali-
1768, Newport until ali-
published in the City of Costa Mesa County
pm. ar the 6,th day of
February. 1998, at which
bids be
of Orange, State of California, and that
time such shall
openetl dreaaw:
attached Notice is a true and complete copy
AINA AND MAIN AND ALLEYS
as was rinted and published on the
P P
REPLACEMENT ALLEY
NOS.,.32 32.8,
following dates:
-A, .
33-A, &44-E
644E
44.8, ,
Title of Project -
0.30"
Contract No.
February 9, 13, 1996
$473,000
Engineer's Estimate
Approved by the Pubic
Works - Department this 6th
day of February, 1996.
Michael J. Sinacorl,
(Acting) Utilities Man.
agar '
Prospective., bidders- may
obtain a set of contract
documents at no' cost at
the office of the Public
Works Department, 3300
j Newporl Boulevard, Post
ofilca Bw 76k— Newport
Beach, .California 92658 -I
8915.
For further information,
call' Stephen Luy, Project
1 declare, under penalty of perjury, that the
Manager, at (714) 644-
33P30.
foregoing is true and correct.
iiaheq Newport
Beach -Costa Mesa 'Dally
Pilot February 9, 13.19F099&
4
Executed on February 13 6
1199
at Costa Mesa, California'.
Signature
KT
CITY CLERK
Y.
NOTICE INMING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, Post office Box 1768, Newport Beach, California 92658 -8915
until 2 -o0 o'clock n m on 28th day of Februare 1996,
at which time such bids shall be opened and read for:
I
CORONA DEL MAR WATER MAIN AND ALLEYS REPLACEMENT
ALLEY NOS 52-A. 32-B. 33 -A. 34-A. 35 -A. 44-D & 44-E
Title of Project
C -3029
Contract No.
000
Engineer's Estimate
For further information, can Stepehn Jay at 644 -3330.
Project Manager
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
CORONA DEL MAR WATER MAIN AND ALLEY REPLACEMENT
(ALLEY NOS, 32 -A, 32 -B, 33 -A9 34 -A, 33 -B, 35 -A, 44 -D & 44-E)
CONTRACT NO. 3029
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. 3029 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:
ITEM QUANTITY ITEM DESCRIPTION AND UNIT
NO. AND UNIT PRICE WRITTEN IN WORDS
1. Lump Sum Mobilization and Traffic Control
Eighteen Thousand Eight Hundred
Eighty -Five Dollars
No and
Cents
per Lump Sum
2. 3,050 L.F. Remove Existing Water Main
and Install New 6 -Inch P.V.C.
C -900 Water Main
Tvienty
No
per Linear Foot
P•1
UNIT TOTAL
PRICE PRICE
Lump Sum
Dollars
and
Cents $ 20.00
$ 61,000.00
P -2
ITEM
QUANTITY
ITEM DESCRIPTION AND UNIT
UNIT
TOTAL
NO.
AND UNIT
PRICE WRITTEN IN WORDS
PRICE
PRICE
3.
17 Each
Install 6 -Inch Gate Valve Including
Valve Box and Cover.
Four Hundred Dollars
and
No Cents
$400.00
$6,800.00
per Each
4.
70 Each
Remove Existing and Install New
1 -Inch Water Service Including
Meter Box and Cover.
Three Hundred Fifty Dollars
and
No Cents
$ 350.00
$24,500.00
per Each
5.
70 Each
Remove Existing and Install New
1 -Inch Water Service, Long Side,
Including Meter Box and Cover.
Four Hundred Seventy Dollars
and
•
No Cents
$ 470.00
$ 32,900.00
per Each
6.
2 Each
Remove Existing and Install New
2 -Inch Water Service.
One Thousand
Three Hundred Dollars
and
p1n Cents
$ 1,300.00
$ 2,600.O
per Each
7.
3 Each
Remove Existing and Install New
Fire Hydrant Assembly With
Trench Resurfacing
Three Thousand Dollars
and
No Cents
$1000-00
$ 9,000-00
per Each
P -2
ITEM QUANTITY
NO. AND UNIT
8. 2,100 S.F.
9. 38,000 SY
10. 5,500 S.F.
ITEM DESCRIPTION AND UNIT UNIT
PRICE WRITTEN IN WORDS PRICE
Remove Existing and Construct
6 -Inch Thick P.C.C. Alley Approach
Four Dollars
and
No Cents $ 4.00
per Square Foot
Remove Existing and Construct
6 -Inch Thick P.C.C. Alley
TOTAL
PRICE
$ 8,400.00
Three Dollars
and
Fifty Cents $ 3.50 $ 133,000.00
per Square Foot
Remove Existing and Construct
P.C.C. Patchback
Three Dollars
and
No Cents $ 3.00 $16,500.00
per Square Foot
11. 700 S.F. Remove Existing and Construct
A.C. Patchback
Fi ve Dollars
and
No Cents $5.00 $ 3,500.00
per Square Foot
12. 75 S.F. Remove Brick Paving and Construct
Brick Patchback
Eighteen Dollars
and
No Cents $ 10.00 $1,350.00
per Square Foot
P -3
P -4
ITEM
TOTAL
QUANTITY
ITEM DESCRIPTION AND UNIT
UNIT
NO.
AND UNIT
PRICE WRITTEN IN WORDS
PRICE
PRICE
13.
Lump Sum
Provide and Install Temporary
Water Main Bypass
T;gelve Thousand
Five Hundred Dollars
and
No Cents
Lump Sum
$ 12.500.00
per Lump Sum
14.
1,500 S.F.
Remove Existing and Construct
8- Inch Thick P.C.C. Roadway
Four Dollars
and
Fifty Cents
$ 4.50
$ 6,750.00
per Square Foot
15.
1 Each
Parkway Culver Type "A ".
One Thousand
Eight Hundred Dollars
and
No Cents
$ 1,800.00
$1,800.00
per Each
16.
6 Each
Remove Existing Sewer Cleanout
and Construct Sewer Manhole
per CNB Std.401 -L, height
approximately 4 -Feet.
One Thousand
Five Hundred Dollars
and
No Cents
$1,500.00
$9,000.00
per Each
17.
Lump Sum
Pressure Test, Disinfect and Flush
Water Main.
Tero Thousand
Five Hundred Dollars
and
No Cents
Lump Sum
$ 2.500.00
per Lump Sum
P -4
0 0
TOTAL PRICE IN WRITTEN WORDS
Three Hundred Fifty Thousand
Wine Hundred Eighty -Five Dollars
and
No Cents
g 350,985.00
Total Price
Bidder's Name Gillespie Construction, Inc.
Bidder's Address 245 Fischer Avenue, B -3, Costa Mesa, CA 92626
Bidder's Telephone Number ( 714) 957 -0233
Contractor's License No. & Classification
2 -26 -96
Date
447025, A
Expiration Date
S /Floyd Bennett, Secretary /Treasurer
Authorized Signature & Title
P -5
Page 2
The following documents shall be completed, executed and received by the City
Clerk in accord with the "NOTICE INVITING BIDS ".
1. PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTOR(S)
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON - COLLUSION AFFIDAVIT
6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of the total bid
price) may be received in lieu of the Bidder's Bond. The title of the project and the
words "SEALED BID" shall be clearly marked on the outside of the envelope containing
the documents.
The City of Newport Beach will not permit a substitute format for the documents
listed above. Bidders are advised to review their content with bonding and legal agents
prior to submission of bid.
BIDDER'S BOND shall be issued by an insurance organization or surety (1)
currently authorized by the Insurance Commissioner to transact business of insurance
in the State of California, and (2) listed as an acceptable surety in the latest revision of
the Federal Register Circular 570.
The estimated quantities indicated in the PROPOSAL are approximate, and are
given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of
discrepancy between wording and figures, bid wording shall prevail over bid figures.
In the event of error in the multiplication of estimated quantity by unit price, the correct
multiplication will be computed and the bids will be compared with correctly
multiplied totals. The City shall not be held responsible for bidder errors and omissions
in the PROPOSAL.
The City of Newport Beach reserves the right to reject any or all bids and to
waive any minor irregularity or informailty in such bids. Pursuant to Public Contract
Code Section 22300, at the request and expense of the Contractor, securities shall be
permitted in substition of money withheld by the City to ensure performance under the
contract. The securities shall be deposited in a state or federal chartered bank in
California, as the escrow agent.
In accord with the California Labor Code (Sections 1770 et seq.), the Director of
Industrial Relations has ascertained the general prevailing rate of per diem wages in the
locality in which the work is to be performed for each craft, classification, or type of
workman or mechanic needed to execute the contract. A copy of said determination is
available in the office of the City Clerk. All parties to the contract shall be governed by
all provisions of the California Labor Code relating to prevailing wage rates (Sections
1770 -7981 inclusive). The Contractor shall be responsible for insuring compliance with
provisions of Section 1777.5 of the California Labor Code Apprenticeship requirements
and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting
Fair Practices Act."
e>
ii
Page 2A
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
Contr's Uc. No. & Classification
2 -26 -96
Date
t
Q2�
I
Gillespie Construction, Inc.
Bidder
S /Floyd Sennett, Secretary /Treasurer
Authorized Signature /Title
Page 3
State law requires the listing of all subcontractors who will perform work in an
amount in excess of one -half of one percent of the Contractor's total bid. If a
subcontractor is not listed, the Contractor will be responsible for performing that
portion of the work. Substitution of subcontractors shall be made only in accord
with State law and /or the Standard Specifications for Public Works Construction, as
applicable.
The Bidder, by signing this designation certifies that bids from the following
subcontractors have been used in formulating the bid for the project and that these
subcontractors will be used subject to the approval of the Engineer and in accord
with State law. No changes may be made in these subcontractors except with prior
written approval of the City of Newport Beach.
Subcontractor Address Subcontract Work
1 C +A Concrete Diamond Bar Concrete
7
10
11
I
Gillespie Construction, Inc.
Bidder
S /Floyd Bennett, Secretary /Treasurer
Authorized Signature /Title
0
Page 4
KNOW ALL MEN BY THESE PRESENTS,
That we, Gillespie Construction, Inc. as bidder,
and United Pacific Insurance Compan;, as Surety,
are held and firmly bound unto the City of Newport Beach, California, in the sum of
Ten Percent of the Amount Bid Dollars ($ 10% of bid lawful money of the
United States for the payment of which sum well and truly to be made, we bind
ourselves, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden bidder for the construction of
CORONA DEL MAR WATER MAINAND ALLEYS REPLACEMENT C -3029
Title of Project Contract No.
in the City of Newport Beach, is accepted by the City Council of said City, and if the
above bounden bidder shall duly enter into and execute a contract for such
construction and shall execute and deliver to said City the "Payment" and "Faithful
Performance" contract bonds described in the Specifications within ten (10) days (not
including Saturday, Sunday, and Federal holidays) after the date of the mailing of
Notice of Award to the above bounded bidder by and from said City, then this
obligation shall become null and void; otherwise it shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an
individual, it is agreed that the death of any such bidder shall not exonerate the
Surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 26t$ay of
February .1996.
(Attach acknowledgement of
Attorney -in -Fact)
Rosemary Standley
Notary Public
June 7, 1996
Commission Expires
I
Gillespie Construction. Inc.
Bidder
S /Floyd Bennett, Secretary /Treasurer
Authorized Signature /Title
United Pacific Insurance Company
Surety
By. S /Michael D. Stong
Title: Attorney -In -Fact
11
Page 5
NON - COLLUSION AFFIDAVIT
The bidder, by its officers and agents or representatives present at the time of filing
this bid, being duly sworn on their oaths, say that neither they nor any of them
have, in any way, directly or indirectly, entered into any arrangement or agreement
with any other bidder, or with any public officer of such CITY OF NEWPORT
BEACH whereby such affiant or affiants or either of them, has paid or is to pay to
such bidder or public officer any sum of money, or has given or is to give to such
other bidder or public officer anything of value whatever; or such affiant or affiants
or either of them has not directly or indirectly, entered into any arrangement or
agreement with any other bidder or bidders, which tends to or does lessen or destroy
free competition in the letting of the contract sought for by the attached bids; that no
bid has been accepted from any subcontractor or materialman through any bid
depository, the bylaws, rules or regulations of which prohibit or prevent the bidder
from considering any bid from any subcontractor or materialman which is not
processed through said bid depository, or which prevent any subcontractor or
materialman from submitting bids to a bidder who does not use the facilities of or
accept bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be suggested,
offered, paid or delivered to any person whomsoever to influence the acceptance of
said bid or awarding of the contract; nor has the bidder any agreement or
understanding of any kind whatsoever with any person whomsoever to pay, deliver
to or share with another person in any way or manner, any of the proceeds of the
contracts sought by this bid.
Subscribed and sworn to before me
this 26th day of February
1996.
My Commission Expires:
11 -22 -96
Gillespie Construction, Inc.
Bidder
S /Floyd Bennett, Secretary /Treasurer
Authorized Signature /Title
Margaret M. Ford
Notary Public
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 Completcd For Whom Performed (Detail) Person to Contact Telephone No.
*Please See Attached Job List*
Gillespie Construction, Inc.
Bidder
S /Floyd Bennett, Secretary /Treasurer
Authorized Signature /Title
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
STATE OF CALIFORNIA MISC.
1111 Howe Ave., Ste. 650
Sacramento, CA 95825 -8541
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
rRUCTI0N4 INC..
"PROJECTS
Y:11;1995
1TION
CONTRACT
AMOUNT
---- ------ ---- --
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
C -418 Misc Storm Drain Const.
C -428 Hazel Drive
C -425 Channel Drive
$ 90,000
$ 242,000
$ 218,000
$ 58,000
$ 275,157
$1,063,334
$ 382,319
$ 494,747
$ 51,365
C -108 E1 Pescador State Park $ 63,000
C -112 Topanga State Park $ 14,400
C -429 Pavement /Drainage $ 149,800
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
1540 Alcazar Street C -111 Rambla Pacifico $ 36,555
Los Angeles, CA 90033
(213) 226 -8111
1 of 9 pages
_
_' ;w GILLES �F1 CON; TRUCTIONj INC `
COMPLETED;:;PROJECTS,
A3 OF JULY 1, 1995 _
tx 4� CONTRACT
DMER_.NAME„ &- AbDRESS ;_.;JOB.. LOCATION.,`' AMOUNT ,
32400 Paseo Delanto
C -115 Sunhollow Improvements
$
184,000
San Juan Capistrano, CA
C -120 Alipaz & Del Obispo St.
92675 (714) 493 -1171
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
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 Improv.
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
C -426 Steak House
$
62,986
C -431 Fiber Optics Phase IIA
$
565,061
C -442 Farmwide Communications
$
171,361
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
2 of 9 pages
CITY OF BREA
#1 Civic Center Circle
Brea, CA 92621
(714) 990-7600
CITY OF INDUSTRY
15651 E. Stafford Street
City of Industry, CA 91744
THE IRVINE COMPANY
550 Newport Center Dr.
Newport Beach, CA 92660
(714) 720 -2000
C -321 Bike Trail $ 55,536
C -322 Highland Ave. Widening $ 118,865
C -133 Rock Slope Protection $ 260,000
C -146 Laurel Ave. Street
Improvements $ 146,000
C -152 Lambert Rd. Street
Improvements $ 15,000
C -172 Firestation # 3 $ 330,000
C -176 Sewer Relocation $ 44,640
C -403 Commuter Rail Station $1,154,971
$ greri3bi M-.
$
Parking Lot Improvements
(Grading & Storm Drain Imp.)
C -416 Industry Hills Parking
Lot & Roadways
C -139 Big Canyon Grading
C -141 Entryway Improvements
C -145 Grading & Improvements
C -147 Site Improvements
C -149 Back Bay Erosion Control$
C -157 Flagstone Park $
C -158 Big Canyon Landscape $
C -310 Mac Arthur Blvd. $
Widening
C -178 Center Dr. Realignment $
C -179 Monroe Street Improv.
C -182 R.C. Box Structure $
C -187 Jamboree Road Widening
C -189 Big Canyon Slope Repair $
C -190 Post Office Parking Lot $
C -317 Sewer Cleanout $
C -163 Back Bay Sewer
C -174 Los Trancos Parking Lot $
C -333 Peters Canyon Grading $
3 of 9 pages
120,000
$
165,000
$
600,000
$
480,000
120,000
143,693
700,000
552,411
135,000
$
91,000
56,242
$
458,479
66,000
158,214
4,300
$ 45,000
140,000
382,000
r
4Yx' s• s '.� asi.>n: :.. >Y- - a x .t+.ry �. ^a t+ ab: +.$"rac +k - s .x� 4 ve
a t
_ ,..�:_._,__ GILLESPIE.- CONSTRUCTION�,SNC `- _ -
"' COMPLETED:`PROJECTS 'F .
AS OF JULY 1, 1995
_ NTRACT't
CUSTOMER 'NAME &:ADDRESS JOB =LOCATION,, AMOUNT
C -338 Jamboree Rd. Widening $ 566,000
C -360 Pelican Hill Syphon $ 414,000
C -361 Pelican Hill Road $ 35,000
C -378 Rock Shelter $ 27,729
C -392 Newport Coast $ 28,808
C -397 Pelican Hills Golf $ 126,687
Course
COUNTY OF ORANGE
400 Civic Center Drive C -148 Stonehill $ 316,120
Santa Ana, CA 92651 C -160 EMA Palm Ave. Street
(714) 834 -3473 and Storm Drain $ 268,864
C -197 Stonehill Drainage
Improvements $ 29,000
C -435 Delhi Channel $ 603,200
CITY OF LAGUNA BEACH
505 Forest Avenue
C -155 Heisler Park Slope
$
230,000
Laguna Beach, CA 92651
Reconstruction
(714) 497 -3311
C -370 Wastewater Pump Station
$
239,418
Improvements
C -405 Storm Damage
$
40,076
C -415 Animal Shelter
$
18,673
UNION OIL & GAS DIVISION
Western Region
C -177 Kraemer Access Road
$
67,500
9645 S. Santa Fe Springs
Santa Fe Springs, CA 90670
CITY OF COSTA MESA
77 Fair Drive
Costa Mesa, CA 92626
(714) 754 -5291
C -196 Arlington Drive Storm
Drain and Street Improvements
C -316 Fire Station
C -410 Iowa St. Storm Drain
C -427 Street Improvement
Newport & 18th St.
C -432 Indus St. Drainage Imp.
4 of 9 pages
$ 185,000
$ 325,179
$ 50,494
$ 171,450
$ 45,738
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., # 360
Tustin, CA 92680
(714) 544 -2234
CITY OF ORANGE
300 E. Chapman Ave.
Orange, CA 92666
TRI -STAR CONSTRUCTION
C -199 UCI Parking
C -303 UCI Parking
C -313 Lot 6 & 80
Modifications
C -318 Unit 5 Site
C -384 UCI Grading,
Drain
Lot No. 14 $ 145,000
Lot No. 18C $ 110,000
$ 118,963
Grading
Storm
C -417 Erosion Control
C -433 Jamboree Widening
$ 252,567
$ 258,312
$ 18,803
$ 138,900
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
96,673
29,758
70,000
$ 216,620
$ 116,591
RESEARCH ENTERPRISES C -323 Research Enterprises $ 2,500
5 of 9 pages
^GILLESPIE CON$TRIICTION� NC
.T-
.•..:COMPLETED
„PROJEO'TS
CONTRACT '
CIISTOMER NAME?& ADDRES3 .,,-
JOB LOCATION
AMOUNT d_
COTO DE CAZA DEVELOPMENT
P.O. Box 438
C -169 Gabion Drop Structures
$ 630,000
Trabuco Canyon, CA 92678
C -180 Rip Rap Slope
(714) 858-0241
Protection
$ 260,062
C -181 Storm Drain Improv.
$ 159,693
C -184 Gabion Slope Repair
$ 16,285
C -186 Gabion Slope Repair
$ 140,513
C -188 Low Flow Crossing II
$ 39,606
C -192 Corrective Work
$ 240,642
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., # 360
Tustin, CA 92680
(714) 544 -2234
CITY OF ORANGE
300 E. Chapman Ave.
Orange, CA 92666
TRI -STAR CONSTRUCTION
C -199 UCI Parking
C -303 UCI Parking
C -313 Lot 6 & 80
Modifications
C -318 Unit 5 Site
C -384 UCI Grading,
Drain
Lot No. 14 $ 145,000
Lot No. 18C $ 110,000
$ 118,963
Grading
Storm
C -417 Erosion Control
C -433 Jamboree Widening
$ 252,567
$ 258,312
$ 18,803
$ 138,900
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
96,673
29,758
70,000
$ 216,620
$ 116,591
RESEARCH ENTERPRISES C -323 Research Enterprises $ 2,500
5 of 9 pages
Landfill
6 of 9 pages
COMPLETED .PROJECTS .
AS OF JULY 1, 2995
CONTRACT.
CUSTOMER NAME 4 ADDRESS
-----------------------------------------------------------------------------
JOB LOCATION
AMOUNT
CITY OF GARDEN GROVE
C-320
Street, Storm Drain
Improvements
$
190,052
LAIDLAW GAS RECOVERY SYSTEMS
C-324
Grading Improvements
$
449,532
39899 BALENTINE DR., STE 275
C-329
Sewer & Water
$
857,000
NEWARK, CA 94560
C-334
Methane Gas Header
$
238,000
(415) 656-8327
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
STANDARD PACIFIC
C-327
Bike Way Drains
$
13,500
1565 W. MAC ARTHUR BLVD.
C-349
Retaining Wall
$
122,699
COSTA MESA, CA 92626
(714) 546-1161
HON DEVELOPMENT
C-335
Storm Drain, Stairway
$
755,420
25200 LA PAZ RD., 4210
LAGUNA HILLS, CA 92653
(714) 586-4400
PULTE HOME CORPORATION
C-337
Grading & Storm
270 NEWPORT CENTER DR.
Drain
Improvements
$1,110,298
NEWPORT BEACH, CA 92660
C-345
Retaining Wall
$
33,731
(714) 721-0622
C-424
Storm Drain & Street
$
27,286
Repair
LAGUNA BEACH COUNTY
C-339
Grading & Storm
$
392,000
WATER DISTRICT
Drain
Improvements
306 3RD STREET
LAGUNA BEACH, CA
(714) 494-1041
ORANGE COUNTY EMA
C-340
Aliso Beach Front
$
297,203
PUBLIC WORKS DEPT
Improvements
P.O. BOX 4048
C-344
OCEMA (Pelican Hill)
484,785
SANTA ANA, CA 92702-4048
C-347
Bee Canyon Landfill
165,992
C-351
Portola Parkway Storm
113,000
Drain
C-359
Santiago Canyon
507,089
Landfill
6 of 9 pages
CUSTOMER NAME .& ADDRESS
-- -- ---- ----- ----- - ----I
GILLESPIE CONSTRUCTION, INC.
COMPLETED PROJECTS
AS OF JULY 1, 1995
WESTERN INDUSTRIAL
3325 PICO BLVD
FERGUSON PARTNERS
4199 CAMPUS DRIVE, #1000
IRVINE, CA 92715
LOS ALISOS WATER DISTRICT
22312 MUIRLANDS BLVD
EL TORO, CA 92630
AMERICAN GOLF CORPORATION
1633 26th Street
Santa Monica, CA 90404
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 UNIFIED
SCHOOL DISTRICT
545 Chaney Street
Lake Elsinore, CA 92330
CONTRACT
JOB LOCATION AMOUNT
C -342 Raymer Avenue Street $ 136,008
Improvements Fullerton
Same As Above
C -343 Rough Grading $ 817,434
C -348
E1 Toro
Golf Course
$
235,461
C -355
Cherry
Ave. /Jeromino
$
228,629
Street Improvements
C -362
Rancho
San Joaquin
$
18,182
Storm
Drain
C -350
County
of Orange
$
54,045
C -354 Pelican Hill Pump $ 621,945
Station
C -353 Savage Canyon Landfill $1,224,745
C -374 Savage Canyon Landfill $ 170,720
C -375 Gas Distribution Wells $ 36,362
15, 17 & 18
C -393 Savage Canyon Landfill $ 117,161
C -356 Norco Housing $1,129,326
C -429 Orange County $ 147,192
Fairgrounds
C -367 Missions Planned
Community Road Closures
C -369 Temescal Canyon High
School
7 of 9 pages
$ 42,604
$ 309,223
GILLESPIE CONSTRUCTION, INC.
COMPLETED PROJECTS
AS OF JULY 1, 1995
CUSTOMER NAME & ADDRESS
LOS ANGELES COUNTY DEPT.
OF PUBLIC WORKS, MISC. DEPT.
900 S. Fremont Ave.
Alhambra, CA 91803
RANCHO SANTIAGO COMMUNITY
COLLEGE
17th Street at Bristol
Santa Ana, CA 92706
ORANGE COUNTY WATER DIST.
10500 Ellis Avenue
Fountain Valley, CA 92708
JOB LOCATION
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
C -434 Morgan Debris Basin
C -439 Rio Hondo Spreading
Grounds
C -372 Parking Improvements
C -380 Santiago Basin
Revegetation
C -402 Alamitos Barrrier
Injection Well
RANCHO SANTA MARGARITA C -381 Antonio Parkway
30211 Avenida de Las Banderas
Ste. 200
Rancho Santa Margarita, CA
92688
EASTERN MUNICIPAL WATER C -382 Grant Ave. and Corwin
DISTRICT Pumping Plants
CITY OF HUNTINGTON BEACH C -383 Huntington Lake
Public Works Department Storm Drain
2000 Main Street C -414 Inlet Drive
Huntington Beach, CA 92648
CALVARY CHAPEL
3800 S. Fairview Road
Santa Ana, CA
CITY OF COVINA
125 E. College
Covina, CA
CONTRACT
AMOUNT
-- ---- ---- --- ---
$ 893,734
$ 790,116
$ 797,640
$ 379,546
$ 261,343
$ 338,377
$ 913, 201
$1,606,214
$ 178,080
$ 142,567
$ 166,196
$ 854,453
$ 305,555
$ 177,345
C -377 Green Valley Tank Site $ 104,089
C -396 5,000 Gallon Reservoir $ 537,593
and Pumps
C -412 Sewage & Pump Station $ 64,151
8 of 9 pages
•
GILLESPIE CONSTRUCTION, INC.
COMPLETED PROJECTS
AS OF JULY 11 1995
CUSTOMER NAME & ADDRESS JOB LOCATION
CITY OF DANA POINT
33282 Golden Lantern
Dana Point, CA
THREE VALLEYS MUNICIPAL
WATER DISTRRCT
3300 Padua Avenue
Claremont, CA 91711
IRVINE RANCH WATER
DISTRICT
CITY OF YORBA LINDA
P.O. Box 7487
Yorba Linda, CA 92686
GENTRY GOLF
14893 E. Ball Road
Anaheim, CA
CITY OF IRVINE
1 Civic Center Plaza
Irvine, CA 92713
CITY OF LAGUNA NIGUEL
27801 La Paz
Laguna Niguel, CA 92656
SADDLEBACK VALLEY
SCHOOL DISTRICT
CALIFORNIA CORRIDOR
CONSTRUCTORS
P.O. Box 57018
Irvine, CA 92619 -7018
C -385 Street Widening -
Stonehill & Selva
C -386 Miramar Reservoir
C -387 Pump Station
C -390 Street /Storm Drain
C -404 Remove & Replace AC
C -443 Town Center Plaza
C -445 Brooklyn Avenue
C -413 Island Golf Center
C -419 Amalfi Drive
Seepage Mitigation
C -441 Callendar Court
C -430 Saddleback Valley
School District
C -447 San Joaquin Hills
Transportation
9 of 9 pages
CONTRACT
AMOUNT
----------------
$1,075,571
$1,587,000
$ 575,795
$ 111,896
$ 145,900
$ 93,383
$ 69,804
$ 195,619
$ 13,580
$ 211,639
$ 25,050
$ 66,475
r.;
I
0
Page 7
The following contract documents shall be executed and delivered to the
Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays)
after the date of mailing the Notice of Award to the successful bidder:
PAYMENT BOND (pages 8 & 9)
FAITHFUL PERFORMANCE BOND (pages 10 & 11)
CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12,13 &14)
WORKERS' COMPENSATION INSURANCE CERTIFICATION (page 15)
CONTRACT (pages 16 & 17)
The City of Newport Beach will not permit a substitute format for these
contract documents. Bidders are advised to review their content with bonding,
insuring and legal agents prior to submission of bid.
Payment and Faithful Performance Bonds shall be issued by an insurance
organization or surety (1) currently authorized by the Insurance Commissioner to
transact business of insurance in the State of California, and (2) listed as an
acceptable surety in the latest revision of the Federal Register Circular 570. and (3)
meeting the Policyholder's Rating and Financial Size Category criteria in the
paragraph below.
Insurance Companies affording coverage and sureties issuing bonds shall be
(1) currently authorized by the Insurance Commissioner to transact business of
insurance in the State of California, and (2) assigned Policyholders' Rating A (or
higher) and Financial Size Category Class VII (or larger) in accord with the latest
edition of Best's Kev Rating Guide: Property-Casualty Coverages shall be provided
as specified in the Standard Specifications for Public Works Construction except as
modified by the Special Provisions.
The Worker's Compensation Insurance Certification shall be executed and
delivered to the Engineer along with a Certificate of Insurance for Worker's
Compensation prior to the City's execution of the Contract.
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.
BOND NUMBER U18570
�, • PREMIUM: $6,265.0
EXECUTED IN FOUR COUNTERPARTS Page 10
FAITHFUL PERFORMANCE BOND
VVOW ALL MEN BY THESE PRESENTS,
WHEREAS, the City Council of the City of Newport Beach, State of California,
by motion adopted 3/11/96 has awarded to Gillespie Construction, Inc.
. hereinafter designated as the 'Principal', a CORONA DEL
MAR WATER MAIN AND ALLEYS REPLACEMENT CONTRACT NO C -3029
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, all of which are incorporated herein by this reference;
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 Principal
and UNITED PACIFIC INSURANCE COMPANY . as Surety, are held and firmly
found unto the City of Newport Beach, in the Sum THREE HUNDRED FIFTY THOUSAND NINE
HUNDRED EIGHTY -FOUR AND NO /100Dollars($350,98500- - ).
said sum being equal to 100% of the estimated amount of the contract, to be paid to
said City or its certain attorney, its successors and assigns; for which payment well
and truly made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDMON OF THIS OBLIGATION IS SUCH, that if the above
bounden Principal, his or its heirs, executors, administrators, successors or assigns,
shall in all things stand to and abide by, and well and truly keep and perform the
covenants, conditions and agreements in said contract and any alteration thereof
made as therein provided on his or their part, to be kept and performed at the time
and in the manner therein specified, and in all respects according to their true
intent and meaning, and shall indemnify and save harmless the City of Newport
Beach, its officers and agents, as therein stipulated, then this obligation.shall become
null and void; otherwise it shall remain in full force and virtue.
As a part of the obligation secured hereby, and in addition to the fact amount
specified in this Performance Bond, there shall be included costs and reasonable
expenses and fees, including reasonable attorneys fees, incurred by the City, in the
event it is required by bringing any action in law or equity to enforce the obligations
L of this Bond.
r -:
I
STATE OF
COUNTY OF
CALIFORNIA
RIVERSIDE
I SS.
On MAR 18 1996 ,before me, ROSEMARY STANDLEY
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 acknowl-
edged to me that he /she /they executed the same in his/
her /their authorized capacity(ies), and that by his /her/
their signature(s) on the instrument the person(s), or the
entity upon behalf of which the person(s) acted, executed
the instrument.
WITNESS my hand and official seal.
Signature
OPTIONAL
ROSE DL EY-
=
l•� „3 � i w y F a t, Cy �u1 o#96745
9
Na!ary : C fal
DE COUNTY
mmsdan E xW m y O
JiJN -c 7, 1999
This area for Official Notarial Seal
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
❑ CORPORATE OFFICER
MLE(S)
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
❑ ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIAN/CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES)
DESCRIPTION OF ATTACHED DOCUMENT
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
ID -081 Rev.6 /94 ALL - PURPOSE ACKNOWLEDGEMENT
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 to the terms of
the contract or to the work or to the specifications.
This Faithful Performance Bond shall be extended and maintained by the
Principal in full force and effeect for six (6) months following the date of formal
acceptance of the Project by the City.
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 18tday of MARCH
Gillespie Construction, Inc. (Seal)
Name of Contractor (Princi )
Auth Si and Title`
t Secre f�"a�j'"rl°asvre
Authorized Signature and Title
UNITED PACIFIC INSURANCE COMPANY (Seal)
Name of Surety
505 N. BRAND BLVD.. STE 770. GLENDALE. CA 91209
Address of Surety
Signs and Title f Authorized Agent
MICHAEL D: UTONG, ATTORN N -FACT
4850 ARLINGTON AVE., STE B, RIVERSIDE, CA 92504
Address of Agent
=s` (909) 343 -0382
Telephone Number of Agent
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT • No. 5907
State of
County of
On 3 v — _ before me, / / /Ci/
DATE , j /NAME, TITLE OF OFFICEoR - , "JANE DOE m6TARY PUBLIC"
personally appeared /CJ Off/ /ne ,
NAME(S) OF SIGNER(S)
personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is /are
subscribed to the within instrument and ac-
knowledged 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),
K OFFICIAL SEAL
� T
RGARET MARY FORD or the entity upon behalf of which the
MARY ARY PUBLICCAUPOHN: -e
COMMISSION# 9783;4 person(s) acted, executed the instrument.
- ORANGE COUNTY '
My Comm. EXP. Nov. 22,199*
WITNESS my hand and official seal.
SI NATURE OF NOTARY
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT
❑ JN6IVIDUAL
CORPORATE OFFICER
U ��
�G)����l�e TITLE VOR TYPE OFDOCUMENT
TITLES)
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
❑ ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIAN /CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR EN ITY(IES)
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
01993 NATIONAL NOTARY ASSOCIATION - 8236 Remmet Ave., P.O. Box 7184 - Canoga Park, CA 91309 -7184
BOND NUMBER U1857644
PREMIUM INCLUDED IN PERFORM* BOND
EXECUTED IN FOUR COUNTERPARTS Pages
• i VI.0r. : • �i•
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California,
by motion adopted 3111/96 has awarded to Gillespie Construction, Inc.
hereinafter designated as the 'Principal', a contract for CORONA DEL
MAR WATER MAIN AND ALLEYS REPLACEMENT CONTRACT NO C -3029
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, and all of which are incorporated herein by this
reference;
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,
UNITED PACIFIC INSURANCE COMPANY as Surety, are held firmly
bound unto the City of Newport Beach, in the SUM THREE HUNDRED FIFTY THOUSAND NINE
HUNDRED EIGHTY -FIVE NO 1100 Dollars ($350.985.00 - - ),said sum being equal to
100% of the estimated amount payable by the City of Newport Beach under the
terms of the contract; for which payment well and truly made, we bind ourselves,
our heirs, executors and administrators, successors or assigns, jointly and severally,
firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above
#= bounden Principal or his subcontractors, fail to pay for any materials, provisions or
other supplies, used in, upon, for, or about the performance of the work contracted
to be done, or for any other work or labor thereon of any kind or for amounts due
under the Unemployment Insurance Code with respect to such work or labor, or for
. any amounts required to be deducted, withheld and paid over to the Employment
Development Department from the wages of employees of the Principal and
subcontractors pursuant to Section 13020 of the Unemployment Insurance Code
with resoect to such work and labor, that the Surety or Sureties will pay for the
same, in an amount not to 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
Y required by the provisions of Section 3250 of the Civil Code of the State of
California.
STATE OF _
COUNTY OF
CALIFORNIA
RIVERSIDE
I SS.
on MAR 181996 before me, ROSEMARY STANDLEY
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 acknowl-
edged to me that he /she /they executed the same in his/
her /their authorized capacity(ies), and that by his /her/
their signature(s) on the instrument the person(s), or the
entity upon behalf of which the person(s) acted, executed
the instrument.
WITNESS my hand and official seal.
Signature
OPTIONAL
:. R4T 14YARY STANDLEY S
cmilelsslou #967459
Nc,ry Public Calilomla
i
;vag <:. •. "',+.i=
'•. -; >, /'
'a te•^
-
RIVTRSIDE COUNTY
M Commission E im
IM P
p
JUNE 7,
P�IIi
This area for Official Notarial Seal
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
❑ CORPORATE OFFICER
rm E(S)
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
❑ ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIAN/CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSONS) OR EMITY(IES)
DESCRIPTION OF ATTACHED DOCUMENT
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
ID -081 Rev.6 /94 ALL - PURPOSE ACKNOWLEDGEMENT
0
fa
M
I
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 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 18TH day of _ MARCH -192{.
Gillespie Construction, Inc
Seal
Authorized Signature and Title
UNITED PACIFIC INSURANCE COMPANY
Name of Surety
Ln.MZ1
tignatkre and Title of Ai
144ICHAEL D. ST
4850 ARLINGTON AVE
Address of Agent
(909) 343 -0382
Telephone Number of Agent
TE 770
Agent
, ATTORNEY -I
STE S, RIVERS
(Seal)
CA 91209
, CA 92504
CALIFORNIA ALL - PURPOSACKNOWLEDGMENT • No. 5907
State of LqGU /z �
County of �J - rn
On �J cw — C!� before me, U/?�ia/1A � ilil]i�7�
DATE _ , NAME, TITLE OF PFFICER - E.G., 'JAP.49 DOE, NOTARY PUBLIC"
personally appeared / /C7L42� A__)e / / ,
NAMES) OF SIGNER(S)
personally known to me - OFI - proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is /are
subscribed to the within instrument and ac-
knowledged to me that he /she /they executed
the same in his /her /their authorized
capacity(ies), and that by his /her /their
signature(s) on the instrument the person(s),
oFFICIALS4aL or the entity upon behalf of which the
. ...
MARGARET MARY FOn
P person(s) acted, executed the instrument.
S �y WARY PUBLIC- CAL1FOWv
COMMISSION # 97a374
ORANGE COUNTY
My Comm. ESP. Nov.22, 199;;
W- 6 .,. WITNESS my hand and official seal
SIGNATURE OF NOTARY
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
❑�iNDIVIDUAL
�� CORPORATE OFFICER
nnE(S)
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
❑ ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIAN /CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES)
DESCRIPTION OF ATTACHED DOCUMENT
ITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
01993 NATIONAL NOTARY ASSOCIATION - 8236 Remmet Ave., P.O. Box 7184 - Canoga Park. CA 913D9 -7184
RELIANCE SURETY COMPANY
INSURANCE COMPANY
UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY
.. ADMINISTRATIVE OFFICE, PHILADELPHIA, PENNSYLVANIA
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, that RELIANCE SURETY COMPANY is a corporation duly organized under the laws of the State of Del-
aware, and that RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY, are corporations duly organized under the laws
of the Commonwealth of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the laws of
the State of Wisconsin (herein collectively called "the Companies ") and that the Companies by virtue of signature and seals do hereby make,
constitute and appoint Michael D. Stang, of Riverside, California their true and lawful Attorney(s) -in -Fact, to make, execute, seal and deliver for
and on their behalf, and as their act and deed any and all bonds and undertakings of suretyship and to bind the Companies thereby as fully and to
the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the
Companies and sealed and attested by one other of such officers, and hereby ratifies and confirms all that their said Attorney(s) -in -fact may do in
pursuance hereof.
This Power of Attorney is granted under and by the authority of Article VII of the By -Laws of RELIANCE SURETY COMPANY,
RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY which
provisions are now in full force and effect, reading as follows:
ARTICLE VII - EXECUTION OF BONDS AND UNDERTAKINGS
1. The Board of Directors, the President. the Chairman of the Board, any Senior Vim Pregiaant, any Vice President or Assistant Vice Resident or other officer designated by the Baud of
Directors shall have power and authority to (a) appoint Attoney(s)-in -Fact and to authorize them to execute on behalf of the Company, bonds and undertakings, ni cognizances, contracts of indemnity
and other writings obligatory in the nature thereof, and (b) to remove any such Attorneylsf- in-Fact at any time and revoke the power and authority given to them.
2. Attarneylsl-in -Fact shall have power arch authority, sobject to the terms and limitations of the Power of Attomey, issued to them, to execute deliver on barren of the Company, bonds
and undertakings, mcognizances. contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds end undertakings.
recognizances, contracts of indemnity and other writings obligatory in the nature thereof.
3. Attorney(s)-in -Fact mall have power and authority to execute affidavits required to be ansched to bonds, recognizances, contracts of Indemnity or other conditional or obligatory
ondertaklrgs and they shall also have power and authority to cenify the financial statement of the Company it to copies of the By -Laws of tin Company or any snide or section thereof.
This Power of Attorney is signed and sealed by fecsimee Oder and by authority of the following resolution adopted by the Executive and Finance Cornmitten of the Boards, pl Direoos of Reliance
Insurance Company, United Pacific Inatome. Company and Reliance National Indemnity Company by Unanimous Consent dated as of February 28. 1994 and by the Executive and Firendai
Committee of the Board of Wactos of Reliance Surety Company by Unanimous Consent dated as of Math 31, 1994.
- Resdved that the signatures of such directors, and officers and the seat of the Company may be affixed to any such Powar of Attorney or any cunificatea rdattrrg thereto by
fareimilgand any such Power at Attorney or mmlimle bearing such facsimile slgnre[ures or facsimile seal shall be valid and binding upon the Company and any such Pow" so
executed and certified by facsimile signatures and facamile areal shall be valid and binding upon the Company, in the future with respect to any bard or undertaking to which It is
attached.-
IN WITNESS WHEREOF, the Companies have caused these presents to be signed and their corporate seals to be hereto affixed, this October 30,
1996.
RELIANCE SURETY COMPANY
RELIANCE INSURANCE COMPANY
UNITED PACIFIC INSURANCE COMPANY
O i RELLINCE NATIONAL INDEMNITY COMPANY
� sw, emu, ! .,
ate �.sF +:;1• a// In.�_
-6 ^f
STATE OF Washington
COUNTY OF King ) SS,
On this, October 30. 1995, before me, Janet Blankley, personally appeared Lawrence W. Cedstrom, who acknowledged himself to be the Senior
Vice President of the Reliance Surety Company, and the Vice President of Reliance Insurance Company, United Pacific Insurance Company, and
Reliance National Indemnity Company and that as such, being authorized to do so, executed the foregoing instrument for the purpose therein
contained by signing the name of the corporation by himself as its duly authorized officer.
In witness whereof, I hereunto set my hand and official seal.
Not ry Public in and for the State of Washingt
Res ing at Puyallup
I, Robyn Laying, Assistant Secretary of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMP-
ANY, and RELIANCE NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the Power
of Attorney executed by said Companies, which is still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 18thday of MARCH 19 96
G•
Assistant Secretary
I
PRODUCER
COMPANIE ORDING COVERAGE
Bryan D. Seltzer Insurance Services
COMPANYA National Casualty Company
2922 E. Chapman Avenue, Suite 107
LEITER
COMPANY Cal Comp
Orange, CA 92669
(714) 289 -7676
LETTER
INSURED
COMPANY C
Gillesoie Construction, Inc.
LEITER
COMPANY
245 Fischer Avenue, Suite B -3
Costa Mesa, CA 92626
LETTER
COMPANY E
LETTER
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE
TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE.
CO
POLICY
EFFECTIVE
EXPIRATION
.O
TYPE OF INSURANCE
NUMBER
DATE
DATE
ALL LIMITS IN THOUSANDS
GENERAL LIABILITY
( OCCURENCE BASIS ONLY)
GENERAL AGGREGATE
$ 2,000,000
COMMERCIAL
X COMPREHENSIVE
PRODUCTS/COMPLETED
/COMPLETED
$ 2,000,000
X
OPERATIONS
A
OWNERS B CONTRACTORS
PROTECTIVE
CLS270604
4/1/96
4/1/97
PERSONAL INJURY
$ 1,000,000
CONTRACTUAL FOR SPECIFIC
X CONTRACT
PRODUCTS/COMPLETEDOPERATION
EACH OCCURENCE
$ 1,000,000
X XCU HAZARDS
BROAD FORM PROPERTY DAMAGE
X SEVERABILITY OF INTEREST CLAUSE
FIRE DAMAGE
$ 50,000
P. 1. WITH EMPLOYEE EXCLUSION
(ANYONE FIRE)
REMOVED
MEDICAL EXPENSES
$ 5,000
MARINE
(ANY ONE PERSON)
AUTOMOBILE LIABILITY
COMBINED
SINGLE LIMIT
$ 1, 000, 00
ANY AUTO
X ALL OWNED AUTOS
CLS270604
4/1/96
4/1/97
BODILY INJURY
(PER PERSON)
$
SCHEDULED AUTOS
g HIRED AUTOS
BODILY INJURY
(PER ACCIDENT)
$
X NON -OWNED AUTOS
GARAGE LIABILITY
PROPERTY
DAMAGE
$
EXCESS LIABILITY
EACH
AGGREGATE
OOCURENCE
UMBRELLA FORM
OTHER THAN UMBRELLA FORM
$
$
WORKERS' COMPENSATION
sraTUroRv
$
EACH ACCIDENT
&
$
DISEASE - POLICY LIMIT
B
EMPLOYERS'LIABILITY
W95110457
9/1/95
9/1/96
$
DISEASE -EACH EMPLOYEE
OTHER
DESCRIPTION OF OPERATIONS JLOCATIONSNEHICLES /RESTRICT10NSISPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF
NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH, BUT NOT LIMITED TO THE FOLLOWING CONTRACT:
CORONA DEL MAR WATER MAIN AND ALLEYS REPLACEMENT CONTRACT NO C -3029
PROJECT T= AND CONTRACT NUMBER
CITY OF NEWPORT BEACH
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON - RENEWED, CANCELLED OR
• P.O. BOX 1768
COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE COMPANY AFFORDING
3300 NEWPORT BOULEVARD
COVERAGE SHALL PROVIDE 30 DAYSAAINIMUM ADVANCE NOTICE TO THE CITY OF
r
NEWPORT BEACH,
NEWPORT BEACH �Y'�RST CLASS_A/JIL
�s/%�G°�N
CALIFORNIA 92658 -8915
ATTENTION: Stppbpn July
AUTHOR =REPRESFMATIVE ISSUE DATE
I
Page 13
CITY OF NEWPORT BEACH
AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for Automobile Liability, the City of
Newport Beach, its officers and employees are additional insureds, but only with respect to
liability for damages arising out of the ownership, maintenance or use of automobiles (or autos)
used by or on behalf of the named insured in connection with the contract designated below. The
insurance extended by this endorsement to said additional insured does not apply to bodily injury or
property damage arising out of automobiles (1) owned by or registered in the name of an additional
insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured.
The insurance afforded said additional insured(s) shall apply as primary insurance and no other
insurance maintained by the City of Newport Beach shall be called upon to contribute with
insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured who is seeking
coverage or against whom a claim is made or suit is brought, except with respect to the limits of
liability of the company affording coverage."
3. The limits of liability under this endorsement for the additional insureds named in Paragraph 1. of
this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit:
[ ] Multiple Limits
Bodily Injury Liability $ 1,000.000 per person
Bodily Injury Liability $ 1.000.000 per accident
Property Damage Liability $ 1.000.000
[ ] Combined Single Limit
Bodily Injury Liability $ 1,000.000
and
Property Damage Liability
The limits of liability as stated in this endorsement shall not increase the total liability of the
company affording coverage for all damages as the result of any one accident or occurrence in excess
of the limits of liability stated in the policy as applicable to Automobile Liability Insurance.
4. Should the policy be non - renewed, cancelled or coverage reduced before the expiration date
thereof, the Issuing Company shall provide 30 days advance notice to the City of Newport Beach
by registered mail, Attention: Public Works Department.
5. Designated Contract: CORONA DEL MAR WATER MAIN AND ALLEYS REPLACEMENT C -3029
Project Title Contract No.
.o
This endorsement is effective 04/01/96 at 12:01 A.M. and forms part of
Policy No. CLS270604 of National Casualty Company
(Company Affording Coverage)
Insured Gillespie Construction, Inc. Endorsement No. 001
Issuing Company Bryan D. Seltzer Ins. Svc. By
uthorized Represenm ve)
I
•
It is agreed that:
0 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:
'The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is
brought, except with respect to the lunits of the liability of the company affording coverage."
3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions
and exclusions applicable to such insurance) includes liability assumed by the named insured under the
indemnification or hold harmless provision contained in the written contract, designated below, between
the named insured and the City of Newport Beach.
4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the
explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU"
hazards) are deleted.
5. The limits of liability under this endorsement for the additional insured(s) named in paragraph I of this
endorsement shall be the limits indicated below written on an "Occurrence" basis:
[ ] Commercial[ J Comprehensive
General Liability $ 1.000.000 each occurrence
$ 1.000.000 aggregate
The applicable limit of the Contractual Liability for the company affording coverage shall be reduced by
any amount paid as damages under this endorsement in behalf of the additional insured(s).
The limits of liability as stated in this endorsement shall not increase the total liability of the company
affording coverage for all damages as the result of any one occurrence in excess of the limits of liability
stated in the policy as applicable to General Liability Insurance.
6. Should the policy be non - renewed, cancelled or coverage reduced before the expiration date thereof, the
Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail,
Attention: Public Works Department
7. Designated Contract CORONA DEL MAR WATER MAIN AND ALLEYS REPLACEMENT C -3029
Project Title Contract No.
This endorsement is effective 04/01/96 at 12:01 A.M. and forms part of
Policy No. CLS270604 of National Casualty Company
(Company Affording Coverage)
Insured Gillespie Construction, Inc. Endorsement No. 001
Issuing Company Bryan D. Seltzer Ins. Svc. By6w. �r----,
( thorizcd Rcpresentati e)
5 ->
i
Page 15
WORKERS' COMPENSATION INSURANCE CERTIFICATION
"I am aware of the provisions of Section 3700 of the Labor Code which requires
every employer to be insured against liability for workers' compensation or to
undertake self - insurance in accordance with the provisions of that code, and I will
comply with such provisions before commencing the performance of the work of
this contract."
April 1, 1996 Gillespie Construction, Inc.
Date Name of Contractor (Principal)
I �11� '1Yf,< tJ
Authorized5ignature and Title
Bryan D. Seltzer, President
CORONA DEL MAR WATER MAIN AND ALLEYS REPLACEMENT C -3029
Title of Project Contract No.
Page 16
CONTRACT
THIS AGREEMENT, entered into this cblt day of 1996,
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:
CORONA DEL MAR WATER MAIN AND ALLEYS REPLACEMENT C -3029
Title of Project Contract No.
(b) Contractor has been determined by City to be the lowest responsible bidder
on said public work, and Contractor's bid, and the compensation set forth in this
contract, is based upon a careful examination of all plans and specifications by
Contractor,
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall furnish all materials and perform all of the work for
the construction of the following described public work:
CORONA DEL MAR WATER MAIN AND ALLEYS REPLACEMENT C -3029
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 rescribed above, City shall pay to Contractor the cum of Three d Hundr Fifty Thousand Nine
Hundred Eighty -Five Dollars
and no cents. Dollars ( $ 350.985.00 ).
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)
(c)
1' (d)
(e)
A
L
Notice Inviting Bids
Instruction to Bidders and documents referenced therein
Payment Bond
Faithful Performance Bond
Certificate of Insurance and Endorsements(s)
Workers' Compensation Insurance Certification
q
q
Page 17
(f) Plans and Special Provisions CORONA DEL MAR WATER MAIN
AND ALLEYS REPLACEMENT C -3029
Title of Project Contract No.
(g) This Contract.
4. Contractor shall assume the defense of, pay all expenses of defense and
hold harmless, City and its officers, employees and representatives
from all claims, loss or damage, injury and liability of every kind,
nature and description by reason of or arising out of the negligent or
willful conduct of the Contractor, his /her employees, agents and
subcontractors in the performance of the Project, except such loss or
damage caused solely by the active negligence of the 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.
LaVonne M. NwIdess, City Clerk
CITY OF NEWPORT BEACH
a municipal corporation
aJr4 )
John Hedges, Mayor
CONTRACTOR:
Gillespie Construction, Inc.
Name of Contractor (Principal)
2
Authorized Signature and Title
t•
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of
County of
On S —C,(Q 9 " before me,/
DATE ,
perso ally appeared d ✓ ICJ
personally known to me - OR -
TITLE OROFFICER - E.G., "JANE
NAME(S) OF
proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is /are
subscribed to the within instrument and ac-
knowledged to me that he /she /they executed
the same in his /her /their authorized
capacity(ies), and that by his /her /their
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
WITNESS my hand and official seal.
Zo
SIGNATURE OF NOTARY
OPTIONAL
No. 5907
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
DIVIDUAL
CORPORATE OFFICER
TITLEB)
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
❑ ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIAN/CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSONS) OR ENTITY(IES)
DESCRIPTION OF ATTACHED DOCUMENT
a� /7�e//-/-
TITLE OR TYPE OF DOCUMENT
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 9131)9 -7184
ORANGE COUN
Ally Comm. Exp. Noy. 1, ..,.,
WITNESS my hand and official seal.
Zo
SIGNATURE OF NOTARY
OPTIONAL
No. 5907
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
DIVIDUAL
CORPORATE OFFICER
TITLEB)
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
❑ ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIAN/CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSONS) OR ENTITY(IES)
DESCRIPTION OF ATTACHED DOCUMENT
a� /7�e//-/-
TITLE OR TYPE OF DOCUMENT
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 9131)9 -7184
0 0
April 23,1996
ARA Engineering Contractor
6910 Oran Circle
Buena Park, CA 90621
Gentlemen:
Thank you for your courtesy in recently submitting a bid for the Corona Del Mar Water
Main and Alley Replacement project in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
Enclosure
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BID SUMMARY
TITLE
114 g
I I
CONTRACT NO.
LOCATION: City Clerk's Office
2:&� PA-f.
TIME
DATE—
jp�JKpi��,
A "jL,-,jjj1
I -I--
Alf
AMOUNT
42S, S-c
404%, +4-4,00
S33, OV-7,00
•&1'3, U74% Do
S , G7,0 , e,0
S Z Y, 9'2.r, a 4>
S./ 41, ,t,(- e., , 0 0
r6, a 4F Cj , o(-,
S3 y, 47 / e, 00
9 ;, 7,, 70 /, 07
3fo, Fols,00
S,F 7, 7 00 - O.v
406 6gS,,;70