Loading...
HomeMy WebLinkAboutC-3060 - Main Street Interim Improvements0 0 CITY OF NEWPORT BEACH P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 December 11, 1995 Gillespie Construction, Inc. 245 Fischer Ave. B -3 Costa Mesa, CA 92626 Subject: Surety: United Pacific Insurance Co. Bond No.: U1857629 Contract No.: C -3060 Project: Main Street Interim Improvements The City Council of Newport Beach on November 13, 1995 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. The Notice was recorded by the Orange County Recorder on November 22, 1995, Reference No. 19950519731. Sincerely, 1 .L��, Wanda E. Raggio City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk /1�7 ?-e7K- City of Newport Beach NewportwgBeach, CAe92663 Recorded in the Onty of Orange, California IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII Clerk/Recorder 508 14000153 14 23 19950519731 4;19pm 11/22/95 N12 1 0 7.00 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., 245 Fischer Ave. B -3, Costa Mesa, CA 92626 as Contractor, entered into a Contract on September 14, 1995 Said Contract set forth certain improvements, as follows: Mnin qt-rant Tntorim (r_grrr11 - lnro teA ,, ti,e rit,. ..F VT ,,vt Beach, County Work on said Contract was completed on October 7, 1995 and was found to be acceptable on November 13, 1995 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is United Pacific Insurance 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 �%7�G� ° � �2'i �% �y� at Newport Beach, California. t BY C—Ity-CIeric -`, �lr • • • 0 November 13, 1995 CITY COUNCIL AGENDA ITEM NO. 25 TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: ACCEPTANCE OF MAIN STREET INTERIM IMPROVEMENTS CONTRACT NO. 3060 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 for the construction of interim improvements on Main Street between Balboa Boulevard and the Pavilion has been completed to the satisfaction of the Public Works Department. The bid price was $42,470.00 The amount of unit items constructed 42,648.00 Amount of change orders 24,254.07 Total contract cost $66,902.07 Due to a major discrepancy discovered in the sidewalk and curb quantities prior to •award, Council authorized staff to negotiate extra quantities of work with the contractor not to exceed $25,000. Two change orders totaling $24,254.07 were issued which covered all extra quantities and work to complete the project. c3y) 0 • SUBJECT: ACCEPTANCE OF MAIN STREET INTERIM IMPROVEMENTS (C -3060) November 13, 1995 Page 2 Funds for the project were budgeted in the following General Fund accounts: Description Sidewalks (General Services) Sidewalks (Public Works) Street Lights TOTAL Account Number Am un 7013- C3130016 $18,000.00 7013- C5100020 $36,470.00 7014- C5300035 $13.000.00 $67,470.00 The contractor is Gillespie Construction, Inc. of Costa Mesa. The scheduled completion date was October 10, 1995. However, work was completed by October 7, 1995. The contractor is to be commended in his effort for coordinating his work with the merchants and in completing the work ahead of schedule. Respectfully submitted, PUBLIC WORKS DEPARTMENT Don Webb, Director By Horst Hlawaty Acting Field Engineer • • • TO: FROM: DATE: 9 0 CITY OF NEWPORT BEACH P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 C,47d I PURCHASING /ADMINISTRATIVE SERVICES DEPARTMENT CITY CLERK September 15, 1995 SUBJECT: Contract No. C -3060 Description of Contract Main Street Interim Improvements Effective date of Contract September 14 1995 Authorized by Minute Action, approved on September 11, 1995 Contract with Gillespie Construction Inc. Address 245 Fischer Ave. B -3 Costa Mesa. CA Amount of Contract Wanda E. Raggio City Clerk WER:pm Attachment 470.00 3300 Newport Boulevard, Newport Beach e . : CITY CLERK'S COPY NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P. O. Box 1768, Newport Beach, CA 92659 -1768 until 11:00 A.M. on the 31s.t day of August 1995. at which time such bids will be opened and read for: Main Street Interim Improvements Title of Project 3060 Contract No. $ 45,000 Engineer's Estimate PA4W��� \•', Approved by the City Council this 14th day of August 1995 Wanda E. Raggio City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92659 -1768. For further information, please contact Lloyd Dalton at (714) 644 -3328 Project Manager City of Newport Beach Public Works Department Bid Addenda No. 1 for the project titled: Main Street Interim Improvements Contract No. C -3060 Bid Documents Addenda No. 1: CBy of Newpod Beach PUBLIC WORKS DEPARTMENT Bidders shall propose to complete Contract No. C -3060 in accord with the "PROPOSAL" as modified by this addenda. This is the first addenda to this contract. It consists of six (6) pages; this page and five (5) other pages as well as one (1) attachment. This bid addenda is provided as substitutions, additions, deletions and clarifications to the plans and specifications. Bidders are required to include this page and the five (5) other pages when submitting their bid proposal. Bids will be opened by the City Clerk of the City of Newport Beach in the Clerk's Office at 3300 Newport Boulevard at 2:00 p.m. Thursday, August 31, 1995. Bids submitted without all pages of this addenda signed, dated and attached to the bid proposal may be rejected as "non- responsive." dti w� Don Webb, P.E. Public Works Director DW:mjs Addendum received by: Bidder: Gillespie Construction, InCDate: 8 -31 -95 Signature: s /Floyd Bennett, Secretary /Treasurer Page 1 of 6 for Addenda No. 1 (Sent August 19, 1995) , f � The following changes, additions, deletions or clarifications shall be made to the contract documents; all other conditions shall remain the same. PROPOSAL Substitutions - Substitute the Proposal pages PR 1.1 through 1.3 with the following pages PR MR - PR 13R. CONSTRUCTION PLANS Addition - Add Sheet No. 2A. The Contractor shall coordinate these items with the enclosed revised construction plan sheet, as shown with attachment No. 2. Addendum received by: Bidder: Gillespie Construction, Inc. Date: B -31 -95 signature? /Floyd Bennett, Secretary /Treasurer Page 2 of 6 for Addenda No. 9 (Sent August 19, 1995) CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MAIN STREET INTERIM IMPROVEMENTS CONTRACT NO. 3060 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92659 -1768 PR 1.1 R The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all work required to complete Contract No. 3060 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT TOTAL PRICE PRICE 1. Lump Sum Mnbiliz on One Thousand @Three Hundred Dollars and No Cents $1,300.00 Per Lump Sum 2. Lump Sum Traffic Control @Eight Hundred Dollars and No Cents $ Ron 00 Per Lump Sum Addendum received by: Bidder: Gillespie Construction, Inc. Date:8 -31 -95 signature: s /Floyd Bennett, Secretary /Treasurer Page 3 of 6 for Addenda No. 1 (Sent August 19 ", 1995) r i lJ PR 1.2R ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. Lump Sum Street Tree and Root Removal Two Thousand Dollars No Cents $ 2,000.00 Per Lump Sum 4. 4 Roof Drain Extension Ea. Seventy -Five Dollars and No Cents $75.00 $ 300.00 Per Each 5. 210 PCC Type B or D Curb Lin. Ft. Twenty -Four Dollars and Fifty Cents $94 sn $ 145 no Per Linear Foot 6. 215 8" PCC Pavement Sq. Ft. @ Nine Dollars and No Cents $_9.00 $1,935.00 Per Square Foot 7. 150 PCC Alley Approach Sq. Ft. Tan Dollars and 1Vn Cents $44nn $mpg Per Square Foot 8. 9 PCC Curb Access Ramp Ea. @ Five Hundred Dollars No 500.00 4 500.00 Cents $ $ , Per Each Addendum received by: Bidder: Gillespie Construction. Inc. Date: 8 -31 -95 Signature: s/Floyd Bennett, Secretary /Treasurer Page 4 of 6 for Addenda No. 1 (Sent August 19 '", 1995) Bidder: Gillespie Construction, Inc. Date: 8 -31 -95 Signatures /Floyd Bennett, Secretary /Treasurer Page 5 of 6 for Addenda No. 1 (Sent August 19 '", 1995) • i PR 1.3R ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 9. 1200 4" PCC Sidewalk Sq. Ft. Nine Dollars and Forty Cents $ 9.40 $ 11 .280.00 Per Square Foot 10. Lump Sum Curb Painting Five Hundred @ Fifty Dollars and No Cents $_L50-00 Per Lump Sum 11. 13 Furnish and Install Street Light Ea. Pull Box per CNB STD -205 -L Seventy -Five Dollars and. No Cents $ 75.00 $ q75 .00 Per Each 12. 415 Install 1 -1/4 -inch PVC (Sch 40) Street Light Lin. Ft. Conduit with pull rope and Conductors Per Plan Nine Dollars and No Cents $-2.00 $ 3,735.00 Per Linear Foot 13. 7 Install City Furnished Street Pole Ea. and Luminaire including PEC, fusing, conduit and conductors from adjacent pull box to Luminaire Eight Hundred @ Fifty Dollars and No -Cents $ 850.00 $ 5 , 950.00 Per Each 14. Lump Sum Remove Existing Street Lights, Conduits Pull boxes, Anchor Bolts and Conductors One Thousand Dollars No Cents $ 1,000.00 Per Lump Sum Addendum received by: Bidder: Gillespie Construction, Inc. Date: 8 -31 -95 Signatures /Floyd Bennett, Secretary /Treasurer Page 5 of 6 for Addenda No. 1 (Sent August 19 '", 1995) PR 1.4R REM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 15. Lump Sum Remove Existing 5kV Conductors and Ground Cables Eight Hundred Dollars No C and nts $800.00 Per Lump Sum 16. 1 Install Street Light Foundation Ea Four Hundred Dollars and No Cents $ 400.00 $400.00 Per Each 17. 10 Install 1 -inch PVC (Sch 40) Street Light Lin. Ft. Conduit by slant drilling with Conductors Per Plan r@ Thirty Dollars and No Cents $ 30.00 $ 300.00 Per Linear Foot Forty -Two Thousand Four Hundred Seventy Dollars and No Cents $ 42,470.00 TOTAL BID PRICE (WORDS) TOTAL BID PRICE (FIGURES) 8 -31 -95 Gillespie Construction Inc. Date Bidder 714 - 957 -0233 s /Floyd Bennett, Secretary /Treasurer Bidder's Telephone No. Bidder's Signature & Title 447025 -A -' 245 Ficchpr Avp- R -3 Cncta Maca�CA 92626 Bidder's License No. & Classification Bidder's Address Addendum received by: Bidder: Gillespie Construction, Inc. Date: 8 -31 -95 Signature: s /Floyd Bennett, Secretary /Treasurer Page 6 of 6 for Addenda No. 1 (Sent August 19 ", 1995) a Page 2 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: PROPOSAL (Page 1) INSTRUCTIONS TO BIDDERS (Page 2) DESIGNATION OF SUBCONTRACTORS (Page 3) BIDDER'S BOND (Page 4) NON - COLLUSION AFFIDAVIT (Page 5) TECHNICAL ABILITY AND EXPERIENCE REFERENCES (Page 6) 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 total bid prices. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 5/91 a • Page 2A In accordance with the California Labor Code (Sections 1770 et seq.) , the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." 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 Contractor's License No. & Classification Gillespie Construction, Inc. 8 -17 -95 Date 5/91 Flovd Sennett. Secretary Tr Page 3 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Subcontract Work Subcontractor Address 1 Electrical F.J. Johnson Anaheim 2. Concrete M.C.I. Azusa 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Gillespie Construction, Inc. Bidder 5/91 s /Floyd Bennett, Secretary /Treasurer Authorized Signature /Title BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, 0 Page 4 That we, Gillespie Construction, Inc. as bidder, and United Pacific Insurance Comaany , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of the Amount of the 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 Main Street Interim Improvements (Title of Project and 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 Notice of Award to the above bounden 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 obligation under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 17th day of August , 1995. Gillespie Construction Inc. Bidder Shawn Blume Notary Public Commission Expires: April 12, 1999 5/91 s /flood Bennett. Secretary /Treasurer Authorized Signature / T1tle SURETY United Pacific Insurance Company BY :s Rosemary Stand by (Attach Acknowledgment of Attorney -In -Fact) i • NON- COLLUSION AFFIDAVIT State of California Page 5 I ss. County of Orange ) Floyd Bennett being first duly sworn, deposes and says that he or she is Secretary /Treasurer of Gillespie Construction Irtic. the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, south by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoing is true and correct. Gillespie Construction, Inc. s /Floyd Bennett, Secretary /Treasurer Bidder Authorized Signature /Title Subscribed and sworn to before me this 17th day of August , 19 95. [SEAL] s /Margaret M. Ford Notary Public My Commission Expires: Nov. 22, 1996 sisr 0 0 Page 6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year For Whom Person Telephone Completed Performed (Detail) To Contact Number Please see attached Job List Gillespie Construction, Inc. Bidder 5/91 " roasurpr Authorized Signature Title i •. Page 7 NOTICE TO SUCCESSFUL BIDDER The following contract documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of mailing Notice of Award to the successful bidder: PAYMENT BOND (Page 8) FAITHFUL PERFORMANCE BOND (Page 9) CERTIFICATE OF INSURANCE (Page 10) GENERAL LIABILITY INSURANCE ENDORSEMENT (Page 11) AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT (Page 12) WORKERS' COMPENSATION INSURANCE CERTIFICATION (Page 13) CONTRACT (Page 14) The City of Newport Beach will not permit a substitute format for these contract documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Payment and faithful performance bonds shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. The Workers' Compensation Insurance Certification shall be executed and delivered to the Engineer along with a Certificate Of Insurance for workers' compensation prior to City's execution of the Contract. 5/91 • BOND NA&R U1857629 PREMIU $1,062.00 EXECUTED IN FOUR COUNTERPARTS Page 9 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted Seotemhpr 11 1995 has awarded to Gillespie Construction. Inc. hereinafter designated as the "Principal ", a contract for Main Streat Intarim Improvements (Contract No. 1060 ) in the City of Newport Beach, in strict conformity with the Contract, Drawings and Specifications and other contract documents in the office of the City Clerk of the City of Newport Beach, all of which are incorporated herein by this reference; WHEREAS, Principal has executed or is about to execute Contract No. qw and the terms thereof require the furnishing of a bond for the faithful performance of the Contract; NOW, THEREFORE, we, GILLESPIE CONSTRUCTION, INC. as Principal, and UNITED PACIFIC INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the slim of FORTY -TWO THOUSAND FOUR HUNDRED SEVENTY Dollars ($42,470.00 ) , said sum being equal to loot of the estimated amount of the contract, to be paid to the City or its certain attorney, its successors, and assigns; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well keep truly and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. 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 of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its 5191 STATE OF COUNTY OF CALIFORNIA RIVERSIDE I SS. On SEPTEMBER 12, 1995 ,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 <2LVIlN� } ^.Ix/I�LICXY�1 OPTIONAL 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 rITLE(s) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL I ATTORNEY -IN -FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER: SIGNER IS REPRESENTING: NAME OF PERSONIS) OR ENTITVQES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE to-061 Rev. e %va ALL- PURPOSE ACKNOWLEDGEMENT /l L;7 CCf:V °V Z$X;il EXPIRG .'•� JUNE 7, 1986 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 rITLE(s) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL I ATTORNEY -IN -FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER: SIGNER IS REPRESENTING: NAME OF PERSONIS) OR ENTITVQES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE to-061 Rev. e %va ALL- PURPOSE ACKNOWLEDGEMENT U Page 9A obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for six (6) months following the date of formal acceptance of the Project by the City. In the event that the principal executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the , 12th day of SEPTEMBER , 19 95. Gillespie Construction, Inc. Name of Contractor (Principal) UNITED PACIFIC INSURANCE COMPANY Name of Surety 505 N. BRAND BLVD., STE 770 Address of Surety GLENDALE, CA 91209 NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 5/91 CALIFORNIA ALL- PURPOA ACKNOWLEDGMENT State of (I / Q County of On — before me, Date �y � Names) of SignB(s) Ypersonally known to me – OR – ❑ prove o me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by ... his /her /their signature(s) on the instrument the person(s), MARGARETI OFFICIAL or the entity upon behalf of which the person(s) acted, a NARY WSLIC•CALIFORNIA 2 executed the instrument. COMMISSION # 979374 4 � ORANGECOUNTY My Comm. Exp. Nov zz, 1696 i WITNESS my hand and official seal. Signature of Notary Public OPT /O Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ dividuaI Corporate Officer Title(s): • Partner — ❑ Limited C-� • Attorney -in -Fact ❑ Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER NMI Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer Title(s): ❑ Partner — ❑ Limited ❑ Attorney -in -Fact ❑ Trustee ❑ General Guardian or Conservator Other: Signer Is Representing RIGHT THUMBPRINT OF SIGNER 0 1994 National Notary Association • 8236 Remmet Ave., P.O. Box 71414 • Canoga Park, CA 91309 -7164 Prod. No. 5907 Reorder: Call Toll -Free 1- 800 -876 -6827 BOND NUISR U1857629 PREMIUM. CLUDED IN PERFORMANCE BOND EXECUTED IN FOUR COUNTERPARTS Page 8 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, that WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted Sant.amhpr 11, 1495 has awarded to P hereinafter designate as the "Principal ", a contract for Main qtr P1 Interim imprnvamantc (Contract No. �n6n ) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents 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 Contract No. 3060 and the terms thereof require the furnishing of a bond, providing that if Principal or' any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We, GILLESPIE CONSTRUCTION, INC. as Principal, and UNITED PACIFIC INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of FORTY -TWO THOUSAND FOUR HUNDRED SEVEbTcyllars ($42,470.00 ), 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 /her 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 respect to such work and labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 5/91 STATE OF _ COUNTY OF CALIFORNIA RIVERSIDE I SS. On SEPTEMBER 12, 1995 , 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 ICX� OPTIONAL et s 1f a t X r; z5 �'W 0 F s! V �� _a �sr -.7. t..:... �I}> �;iT3T.�C34q 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 TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSONIS) 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 E 0 Page 8A 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 to them or their assigns in any suit brought upon this bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations`on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 12th day of SEPTEMBER , 19 95, Gillespie Construction, Inc. Name of Contractor (Principal) UNITED PACIFIC INSURANCE COMPANY Name of Surety 505 N. BRAND BLVD., STE 770 Address of Surety GLENDALE, CA 91209 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 5/91 vI?9�- I CALIFORNIA ALL -PURPA ACKNOWLEDGMENT State of 024 / / I/ZM/10 County of 0(12 `7� On — — before me, ��C(/2i1, Date _�.� 1 r-, jliame and Title of Officer (e.g., "Jane Doe, per so Ily appeared CMG/ Name(s) of Sigal personally known to me – O – ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signatures) on the instrument the person(s), OFFICIAL SEAL or the entity upon behalf of which the person(s) acted, MARGARET MARY FORD executed the instrument. NOTARY PUBLIC- CALIFORNIA w w+ g- COMMISSION P 978374 opr ORANGE COUNTY ! My Comm. Exu Nov 22 1996 1 r WITNESS my hand and official seal. Signature of Notary Public OPT/ O L Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Ividual Corporate Qfficer Title(s): ❑ Partner — ❑ Limited ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Signer's Name: ❑ Individual I Number of Pages: Corporate Officer Title(s): Partner — ❑ Limited ❑ General Attorney -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing RIGHT THUMBPRINT OF SIGNER 0 1996 National Notary Associalion • 8236 Rommel Ave„ P.O. Box 7184 • Canoga Park, CA 91309-9184 Prod. No. 5907 Reorder: Call TaI6Fm6 1-800. 876.6827 UNIT* PACIFIC INSURANCE COOANY HEAD OFFICE, PHILADELPHIA, PENNSYLVANIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That the UNITED PACIFIC INSURANCE COMPANY, a corporation duly organized under the laws of the State of Pennsylvania, does hereby make, constitute and appoint Michael D. Stong, individually, of Riverside, California, its true and lawful Attorney(s) -in -Fact, to make, execute, seal and deliver for and on its behalf, and as its act and deed any and all bonds and undertakings of suretyship and to bind the UNITED PACIFIC INSURANCE COMPANY 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 UNITED PACIFIC INSURANCE COMPANY and sealed and attested by one other of such officers, and hereby ratifies and confirms all that its said Attorney(s) -in -Fact may do in pursuance hereof. This Power of Attorney is granted under and by authority of Article VII of the By -Laws of UNITED PACIFIC INSURANCE COMPANY which became effective September 7, 1978, which provisions are now in full force and effect, reading as follows: ARTICLE VII - EXECUTION OF BONDS AND UNDERTAKING 1. The Board of Directors, the President, the Chairman of the Board, any Senior Vice President, any Vice President or Assistant Vice President or other officer designated by the Board of Directors shall have power and authority to (a) appoint Attorneyls) -in -Fact and to authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (b) to remove any such Attorney(s) -in -Fact at any time and revoke the power and authority given to them. 2. Attorney(s)-in -Fact shall have power and authority, subject to the terms and limitations of the Power of Attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. 3. Attorneyls) -in -Fact shall have power and authority to execute affidavits required to be attached to bonds, recognizances, contracts of indemnity or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company and to copies of the By -Laws of the Company or any article or section thereof. This Power of Attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of UNITED PACIFIC INSURANCE COMPANY at a meeting held on the 5th day of June, 1979, at which a quorum was present, and said Resolution has not been amended or repealed: 'Resolved that the signatures of such directors and officers and the seal of the Company may be affixed to any such Power of Attorney or any certificates relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such Power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company, in the future with respect to any bond or undertaking to which it is attached.' IN WITNESS WHEREOF, the UNITED PACIFIC INSURANCE COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed, this 30 day of September, 1993 UNITED PACIFIC INSURANCE COMPANY � F 0 � SEAL j 10 1) t Vice President STATE OF Washington COUNTY OF King ss. On this 30 day of September, 1993 personally appeared Lawrence W. Carlstrom to me known to be the Vice President of the UNITED PACIFIC S ANY, and acknowledged that he executed and attested the foregoing instrument and affixed the seal of said corporati INo fKeto"Iro ^ rticle VII, Section 1, 2, and 3 of the By -Laws of said Company,and the Resolution, set forth therein, are still in full O� 3G' 97 h otary Public in and for State of Washington < � �i• �'� esiding at Sumner I, Robyn Layng, Assistant Secretary of the UNITED PACIFIC IN 0F E� h / Y, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by said UNITED ¢ RANCE COMPANY, which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company this 12th day of SEPTEMBER 19 95 o SG[1L i Assistant Secretary BOU -1431 Ed. 3/93 ' Paqe .10 CERTIFICATE'OE INSURANCE: PRODUCER COMPANIES AFFORDING COVERAGE Bryan D. Seltzer Insurance Svcs. 2922 E. Chapman Avenue, Suite 107 LEOMMPANYA CIGNA Prop & Casualty Ins. Co. Cal Comp COMDR Y Orange, CA 92669 INSURED Gillespie Construction, Inc. COMPANY C LETTER 245 Fischer Ave., B -3 COMPANY D Costa Mesa, CA 92626 LETTER COMPANY E LETTER COVERAGES ., 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 CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE. Co LTR TYPE OF INSURANCE POLICY NUMBER EFFECTIVE DATE EXPIRATION DATE ALL LIMITS IN THOUSANDS GENERAL LIABILITY ( OCCURENCE BASIS ONLY) GENERAL AGGREGATE , 0 0 0, 0 0 0 A COMMERCIAL COMPREHENSIVE PRODUCTS /COMPLETED i_)'000'000 X OWNERS B CONTRACTORS FC9163581 4/1/95 4/1/96 OPERATIONS AGGREGATE PROTECTIVE CONTRACTUAL FOR SPECIFIC PERSONAL INJURY R,000,000 CONTRACT EACH OCCURENCE , 000 , 0 0 0 PRODUCTS/COMPLETED OPERATION XCU HAZARDS BROAD FORM PROPERTY DAMAGE SEVERABILITY OF INTEREST CLAUSE FIRE DAMAGE (ANYONE FIRE) $ -50,000 X P. I. WITH EMPLOYEE EXCLUSION MEDICAL EXPENSES $ REMOVED MARINE (ANY ONE PERSON) 5,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $1,000,0 i. . ANY AUTO BODILY INJURY A ALL OWNED AUTOS FC9163581 4/1/95 4/1/96 (PER (PER PERSON) BODILY INJURY (PER ACCIDENT) SCHEDULED AUTOS 1xx HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY PROPERTY DAMAGE $ EXCESS LIABILITY EACH AGGREGATE OCCURENCE UMBRELLA FORM OTHER THAN UMBRELLA FORM $ $ WORKERS' COMPENSATION STATUTORY $1,000,00( EACH ACCIDENT B & 1949110457 9/1/95 9/l/9 (p $1,000,00( DISEASE - POLICY LIMIT EMPLOYERS' LIABILITY $1,000,00 DISEASE -EACH EMPLOYEE OTHER DESCRIPTION OF OPERATIONS/ LOCATIONSNEHICLES /RESTRICTIONS/SPECIAL 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: Main Street Interim Improvements C -3060 PROJECTTRLE AND CONTRACT NUMBER CERTIFICATE HOLDER;i.,< °. CANCELLATION ADDITIONALLY INSURED SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON - RENEWED, CANCELLED OR CITY OF NEWPORT BEACH COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE COMPANY AFFORDING P.O. BOX 1768 COVERAGE SHALL PROVIDE 30 DAYS MINIMUM ADVANCE NOTICE TO THE CITY OF 33DO NEWPORT BOULEVARD NEWPORT BEACH BY FJW CLASS MAI NEWPORT BEACH, CALIFORNIA 92658 -8915 Ir ATTENTION' AUTHORIZED RFPRESENTATJVE ISSUE DATE ' . t 't Page 11 GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage. 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision 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. 5/91 The limits of liability under this endorsement for the additional insured(s) named in Paragraph 1 of this endorsement shall be the limits indicated below written on an "Occurrence" basis: ({}) Commercial ( ) Comprehensive General Liability $1,000,000 each occurrence The applicable limi t affording coverage damages under this insured(s). $2,000,000 aggregate of Contractual Liability for the company shall be reduced by any amount paid as endorsement in behalf of the additional I t Page 11A 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, canceled 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: Main Street Interim Improvements C -3060 Project Title and Contract No. This endorsement is ef f ective September 11, 1995 at 12:01 a.m. and forms a part of Policy No.MFC9163581 of CIGNA Prop & Casualty Ins. Co. (Company Affording Coverage). Insured: Gillespie Construction, Inc. Endorsement No.: ISSUING COMPANY By: ry t_ jf Authorized epresent ive 5/91 Page 12 AUTOMOBILE 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: 5/91 ( ) Multiple limits Bodily Injury Liability Bodily Injury Liability Property Damage Liability $ ( ;4x Combined Single Limit Bodily Injury Liability & Property Damage Liability $ 1,000,000 per person per accident The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one accident or occurrence in excess of the limits of liability stated in the policy as applicable to Automobile Liability Insurance. Page 12A Should the policy be non - renewed, canceled 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: Main Street Interim Improvements C -3060 Project Title and Contract No. This endorsement is effective September 11, 1995 at 12:01 a.m. and forms a part of Policy No.MFC9163581 ofCIGNA Prop & Casualty Ins. Co. (Company Affording Coverage). Insured: Gillespie Construction, Inc. Endorsement No.: ISSUING COMPANY By: 4, J. Authorizsen tive 5/91 • . , Page 13 WORKERS' COMPENSATION INSURANCE CERTIFICATION "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." `x-13' Date C -3060 Contract Number 5/91 Main Street Interim Improvements '1 ,y L Page 14 CONTRACT THIS AGREEMENT, entered into this Zg:::VAay of , 19', by and between the CITY OF NEWPORT BEACH, hereinaf er "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: Main Street Interim Improvements C -3060 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: Main Street Interim Improvements C -3060 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. 5/91 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of Fnrty -Tan Thnusand Fnur Hundred udes: (a) Any loss or damage arising from the nature of the work, (b) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (c) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by.City. Page 14A 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instructions to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and Endorsement(s) (f) Plans and Special Provisions for f4ain Streat Interim Improvements �3n Title of Project Contract No. (g) This Contract (h) Standard Specifications of Public Works Construction (current Edition) and all supplements 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 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 written above. A P VE S TO FORM: I Y ATTORNEY ATTEST: CITY OF NEWPORT BEACH A Municipal Corporation By: �JA / Mayor Gillespie Construction, Inc. Name of Contractor Autlorized Signature and Title Floyd %rect�Sv�Pr- CALIFORNIA ALL -PURPA ACKNOWLEDGMENT 0 State of CW/ of /)/ Gt County of �7 1 e . On /��'S- S before me Date , I r I Npme and Title of personally appeared f�l ersonally known to me – OR – ❑ proved OFFICIAL SEAL MARGARET MARY FORD WARYRUBLIC-CALIFORNIA m ? S COMMISSION # 978374 ORANGE COUNTY s My Comm Exu No. 22 'qnq x Doe, me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. I Signature of Notary Public OPTION Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: O Jiidividual Corporate O icer Title(s): ❑ Partner — ❑ Limited ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Signer's Name: X1 ■ Is Number of Pages: Individual Corporate Officer Title(s): Partner — C Limited ❑ General Attorney -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER ®1984 National Notary Association • B236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 913097184 Prod, No. 5907 Reorder. Call Toll -Free 1.800.876.6827 • L_ J • BY THE CITY COONCi�� CITY OF NPNPORT 81-AC 0 September 11, 1995 CITY COUNCIL AGENDA ITEM NO. 14 TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: MAIN STREET INTERIM IMPROVEMENTS (C -3060) RECOMMENDATIONS: 1. Award Contract No. 3060 to Gillespie Construction, Inc. for the total bid price of $42,470.00, and authorize the Mayor and the City Clerk to execute the contract. 2. Authorize staff to negotiate extra quantities of work with Gillespie Construction, Inc. not to exceed $25,000.00. or, if staff cannot successfully negotiates the extra work, 3. Reject all bids, and direct Staff to re- advertise for bids. DISCUSSION: At 2:00 P.M. on August 31, 1995 the City Clerk opened and read the following bids for the project (see attached Bid Summary): BIDDER TOTAL BID PRICE Low Gillespie Construction, Inc. $42,470.00 2 Markel Cement Contracting, Inc. 48,992.00 • 3 Damon Const. Co. and Margaret 55,201.00 Ann Rullo a Joint Venture 4 Los Angeles Engineering, Inc. 60,536.00 On the morning of the bid opening, Staff received telephone calls from some prospective bidders who had noticed that the quantity of sidewalk and curb to be constructed was incorrectly listed in the bid proposal. The proposal listed 1200 sq. ft. of sidewalk and 210 lin. ft. of curb construction, whereas from measurements from the plans, approximately 4800 sq. ft. and 475 lin. ft., respectively, was shown to be built. 0 SUBJECT: MAIN STREET INTERIM IMPROVEMENTS (C -3060) September 11, 1995 Page 2 Inasmuch as there was not adequate time to issue an addendum to the project • documents, Staff instructed the bidder's to bid' the project using the quantities listed in the proposal. A copy of the bid summary is attached The sidewalk quantity was mistakenly advertised since the originally - proposed project envisioned widening the sidewalk areas by joining new sidewalk construction to existing irregular sidewalks. When the project was put out to bid, the concept was changed so that completely new walkways would be built, and the quantities did not get revised. The unit prices bid for the smaller quantities of sidewalk and curb are higher than they should be for the project. To complete the extra work needed to replace all of the sidewalk and curb required to improve the area will necessitate a change order to incorporate the added quantities. It is estimated that the added work can be completed for $25,000. The recommendation authorizes the staff to negotiate a change order with the low bidder to complete the extra sidewalk and curb work. If this can not be done, the staff will reject the bids and re- advertise. The Engineer's Estimate was originally advertised as $45,000. However, • Staff subsequently determined that Main Street's lighting should be reconstructed while the area was torn up, so approximately $15,000 worth of street lighting work was added to the contract documents by addendum. With a $25,000 change order the total contract would be $67,470. This will be funded from the following accounts: Name Account No. Amoun t Sidewalks (General Services) 7013 - C3130016 $18,000 Sidewalks (Public Works) 7013 - C5100020 36,470 Street Lights 7014- C5300035 13.000 $67,470 In addition to the work in this contract, the Public Works Utility Division crews will replace the old concrete sewer in Main Street and reconstruct a number of laterals that have had cleaning problems in the past and will be under new sidewalks. This work has begun and should be completed by the end of the week. Res ctfully Submitted, • (2 ebb Public Works Director Lloyd Dalton Design Engineer Attachment: Bid Summary August 14, 1995 • CITY COUNCIL AGENDA ITEM NO. W BY THE CITY COUNCIL CITY OF NEWPORT BEACH TO: MAYOR AND MEMBERS OF THE CITY COUNCIL ; I,; q 10q'i FROM: PUBLIC WORKS DEPARTMENT =.— SUBJECT: MAIN STREET INTERIM IMPROVEMENTS (C -3060) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize Staff to advertise for bids. • DISCUSSION: This contract provides for constructing sidewalk improvements along Main Street between Balboa Boulevard and Bay Avenue (see attached exhibit). Inasmuch as these improvements are being built in advance of street and drainage improvements that Staff envisions for the entire Balboa business district, they are considered "interim ". The work includes removing 8 street trees and constructing tree wells around the remaining 9. Also, curb access ramps will be installed, and standard concrete sidewalks and larger -radii curb returns will be reconstructed. The street will be narrowed in certain locations so that the area will have a mall -like ambiance. This is intended to result in more business volume within the area. As this memo is being prepared, Staff is working with the Balboa Merchants /Owners Association to resolve certain design details. The Association •desires that the work be completed by Friday, October 13th, the day that the Association will begin hosting it's 90th birthday party for the Pavilion. Accordingly, the contract requires that work shall be completed within 15 consecutive work days after the start of construction or on October 10th, whichever occurs first. Hours of work will be weekdays only, between the hours of 7:00 a.m. and 6:00 p.m. SUBJECT: MAIN STREET INTERIM IMPROVEMENTS (C -3060) August 14,1995 Page 2 Plans, specifications and estimates for the project have been prepared by Staff. Staffs estimate for the work is $45,000. Funds in the amount of $50,000 for this project are included in the Sidewalk, Curb and Gutter Program (General Services), Account No. 7013- C3130016 ($18,000) and the Sidewalk, Curb and Gutter Replacement Program (Public Works), Account No. 7013- C5100020 ($32,000). PUBLIC WORKS DEPARTMENT Don Webb, Director MY . -�b. . D r. Engineer LD:so Attachment r -I L J E • I 0 dti A ff� � -- - -- aAV AVH ISV3 3AV AVH - If II 0 9 A371V LLI LU g cn w 4n8 w �= o b� a _ H O R] La LLJ H �3 X u Z W �J H ®a H W � W U7 � Z H Q E 0 -2m 3 =d �2 ti Authorized to Publish Adsxrtisements of all kinds ding public notices by Decree of the Superior Court of Orange County, Stmia, Number A-6214, IScptcmber 29, 1961, and A -24831 June 11, 1963. PROOF OF PUBLICATION STATE OF CALIFORNIA) ) SS. County of Orange ) I am a Citizen of the United States and a resident of the County aforesaid; I am over the age of- eighteen years, and not a party to or interested in the below entitled matter. I am a principal clerk of the NEWPORT BEACH -COSTA MESA DAILY PILOT, a newspaper of general circulation, printed and published in the City.of Costa Mesa, County of- Orange, State of California, and that attached Notice is a true and complete copy as was printed and published on the following dates: August 17, 23, 1995 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on August 23 at Costa Mesa, California. MA-11 _� &_d�_� Signature r 199 5 46 PUBLIC NOTICE of the city .I Newport I P.O. Box 1 ad by, the this 10th 1.1925 $8 until -11 t00 A.M. Prospective bidders mai the 3161 day of An. obtain one set of bid.docu it, 1993, at which manta at no coat at the of e such bids will be lice Of the Public Work[ mad and read fart Department, 3300 Newport In Street Interim Ins. Boulevard, Newport Beach, CA 82659.1768. For -further Information, please contact Lloyd Dal, ton, at (714) 644-3328 Published Newport Beach -Costa Mesa Dalty Pilot August 17, 23, 1695. th951 1R