Loading...
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