HomeMy WebLinkAboutC-3154 - Grand Canal Dredging and Bulkhead Buttresses (PW)July 12,1999
CIT� OF NEWPORT B41ACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
AIS Enterprises
797 Rincon Hill Road
P. O. Box 239
Carpinteria, CA 93014
Subject: Grand Canal Dredging, Eelgrass Transplant & Rock Buttresses
(C -3154)
To Whom It May Concern:
On May 24, 1999, 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 had been recorded in
accordance with applicable portions of the Civil Code.
The Notice of Completion was recorded by the Orange County Recorder on
June 7, 1999, Reference No. 19990418841. The Surety for the contract is
Intercargo Insurance Company, and the bond numbers are LB01 -13337 and LF01-
09981. Enclosed are the bidders bond, the labor & materials payment bond and
the faithful performance bond.
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
LH:cf
cc: Public Works Department
Horst Hlawaty, Construction Engineer
encl.
3300 Newport Boulevard, Newport Beach
'Pacfe� �e
INTERCARGO INSURANCE COMPANY
1450 East American Lane a 20th Floor
,M Schaumburg, Illinois 60173 -5458
1 -800- 394 -3924
LB01 -13337
B °ND NO. PUBLIC WORKS BID BOND
KNOW ALL MEN BY THESE PRESENTS, That we (Insert the full name and address of the principal below)
hereinafter
referred to A i S Enterprises
as Principal, , PO BOX 239,Carpinteria, CA 93014
and INTERCARGO INSURANCE COMPANY, a corporation, hereinafter referred to as Surety, organized and
existing under the laws of the State of Illinois and authorized to do business in the State of California ,
are held and firmly bound unto (Insert the full name and address of the obligee below)
hereinafter
referred to City of Newport Beach, Department of Public Works
as obligee, 3300 Newport Blvd., Newport Beach, CA 92658
in the penal sum of (10 %) of the amount of the Bid, not to exceed
[1081 of The Attached Bid - - - --
Dollars
IS---- 10$ -- - -- I lawful money of the United States of America, for the payment of which sum, well and
truly to be made, we bind ourselves our Executors, Administrators, Successors and Assigns, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that, whereas the Principal has submitted or is about to submit a
proposal to the Obligee on a contract for (insert project description and location below)
Grand Canal Dredging, Eelgrass Transplant & Rock Location
:Newport Beach,California
NOW,THEREFORE, if the contract is awarded to the Principal and the Principal has within such time as may be specified,
entered into the contract in writing, and provided a bond, with surety acceptable to the obligee for the faithful
performance of the contract; or if the Principal shall fail to do so, pay to the Obligee the difference not to exceed the
penalty hereof between the amount specified in the bid and such larger amount for which the Obligee may in good faith
contract with another party to perform the work covered by the bid, then this obligation shall be void; otherwise to
remain in full force and effect.
Signed, sealed and dated this 22nd day of December 1998
(See/ it applicable)
(Witness) -.
(Witness)
INBBL> (else)
type name
name and title)
COMPANY
Kenneth A. Coate
!11111111111111 \\ (Name typed)
SEAL `119
• 0
ALL - PURPOSE ACKNOWLEDGMENT
State of California
County of riverside )
On Oecember22 1998 before me, NalaiiaL. Madinez NolaryPubiic
Name and Title of Officer - e.g., 'Jane Doe, Notary Public'
personally appeared 1(e1717efhA. Coate, Aflomey /fl Fact
Name(s) of Document Signer(s)
(x)personally known to me -OR- ( )proved to me on the basis of satisfactory evidence to be
the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged
to me that heishe/they executed the same in his /her/theif authorized capacity(ies), and
that by hislheOheif signature(&) 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.
NATALIA L. MARTI
N EZ
COMM,
NOTARY PUBLIC - CALIFORNIA
N
RIVERSIDE COUNTY xx
My Comm. Ezpnoe Aup. 24, 200t J
0
Signature of Notary
(Affix seal in the above blank space)
TITLE OR TYPE OF DOCUMENT: BID BOND
Approval Code LIMITED POWER OF ATTORNEY Bond p
INORCARGO INSURANCE C09PANY LBOI -13337
KNOW ALL MEN BY THESE PRESENTS: That the INTERCARGO INSURANCE COMPANY, a corporation organized and existing by virtue of the laws of the
State of Illinois, does hereby nominate, constitute and appoint, Kenneth A. Coale
its true and lawful Attomeys -in -fact to make, execute, attest, seal, and deliver for and on its behalf, as surety, and as its act and deed, where required, any and all
bonds, undertakings. recognizences and written obligations in the nature thereof, the penal sum of no one of which is in any event to exceed $5,000,000.00 as
required by Surely Obligees.
Such bonds and undertakings, when duly executed by the aforesaid Attomeys -in -fact shall be binding upon the said Company as fully and to the same extent as if
such bonds and undertakings were signed by the President and Secretary of the Company and sealed with its corporate seal.
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the
Company on the 5th day of December, 1988:
"RESOLVED, That the President, or any Vice President of the Company or any person designated by any one of them is hereby authorized to execute
Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute in behalf of the Company, bonds, undertakings and all
contracts of suretyship, and that any Secretary or any Assistant Secretary of the Company be, and that each or any of them hereby is authorized to attest
the execution of any such Power of Attorney, and to attach thereto the Seal of the Company.
FURTHER RESOLVED, That the signature of such officers and the Seal of the Company may be affixed to any such Power of Attorney or certificate
relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be thereafter valid
and binding upon the Company with respect to any bond, undertaking or contract of suretyship to which it is attached."
Bonds executed under this Power of Attorney may be executed under facsimile signature and seal pursuant to the following Resolution adopted by the Board of
Directors of the Company on August 7,1997.
"RESOLVED, That the signature of Stanley A. Galanski, as President of this Corporation, and the seal of this Corporation may he affixed or printed on
any and all bonds, undertakings, recognizances, or other written obligations thereof, on any revocation of any Power of Attorney, or on any certificate
relating thereto, by facsimile, and any Power of Attorney, any revocation of any Power of Attorney, bonds, undertakings, recognizances, certificate or
other written obligation, bearing such facsimile signature or facsimile zeal shall be valid and binding upon the Corporation."
IN WITNESS WHEREOF, the INTERCARGO INSURANCE COMPANY has caused its corporate seal to be hereunto affixed, and these presents to be signed by
its duly authorized officers this 8th day of August, 1997.
� SEALg#
4iiNOf�
STATE OF ILLINOIS
COUNTY OF COOK sa.
INTERCARGO INSURANCE COMPANY
�
Sf
BY: J
PRESIDENT
ATTEST. �
SECFErARY
On this 8A day of August, 1997, before me personally came Stanley A. Galanski to me known, who, being duly mom, did depose and say: that he is President of
the Corporation described in and which executed the above instrumenO that he knows the seat of said Corporation; that the seal affixed to the aforesaid instrument
is such corporate Baal and was affixed thereto by order and authority of the Board of Directors of said Company; and that he executed the said instrument by like
order and authority:
mSEAL B HALTER ATE OF ILLNIOt1 MnE1:03/OBMO NOTARY PUBLIC
STATE OF ILLINOIS
COUNTY OF COOK m.
1, Michael L. Rybak, S
foregoing is a full, true
transcript therefrom ary
IN WITNESS WHE
day of ®ec6
♦'� '0/seaar� � ^�
�. SEAL -�
a,. ®...'
Ittam
30 INSURANCE COMPANY a corporation of the State of Illinois, do hereby certify that the above and
of Attorney issued by mid Company, and that I have compared same with the original and that it is a correct
I and that the mid Power of Attorney is still in full force and effect and has not been revoked.
stand and affixed the mat of said Company, at the City of Schaumburg, this 22nd
xxv SECRETARY
SEAL #119
ISSUED IN FOUR ORIGINAL COU�WARTS
PREMIUM: IS INCLUDED
0
PAGE 15
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
GRAND CANAL DREDGING EELGRASS TRANSPLANT AND ROCK BUTTRESSES
CONTRACT NO. 3154
BOND NO. LF01 -09981
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City Council of the City of Newport Beach. Stale of California. by motion
adopted, has awarded to AIS Enterprises, hereinafter designated as the "Principal," a contract
for construction of Grand Canal Dredging, Eelgrass Transplant and Rock Buttresses,
Contract No. 3154 in the City of Newport Beach, in strict conformity with the plans, drawings,
specifications and other Contract Documents in the office of the Public Works Department 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. 3154 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 the undersigned Principal, and,
duly authorized to transact business under the laws of the State of California, as Surety, (referred
to herein as 'Surety") are held firmly bound unto the City of Newport Beach, in the sum of two
hundred twelve thousand nine hundred seventy five and no/100 dollars (3212 975.00 ) lawful
money of the United States of America, said sum being equal to 100% of the estimated amount
payable by the City of Newport Beach under the terms of the Contract: for which payment well
and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or
assigns, jointly and severalty, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's
subcontractors, fail to pay for any materials, provisions, or other supplies, implements or
machinery used in, upon, for, or about the performance of the work contracted to be done, of 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, then the Surety will pay for the same, in an
amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce
the obligations of this Bond, a reasonable attorneys fee, to be fixed by the Court as required by
the provisions of Section 3250 of the Civil Code of the State of California.
0
0
PAGE 16
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 tight of action
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 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 January --.1999.
A I S Enterprises
Name of Contractor (Principal)
Intercargo Insurance Company
Name of Surety
1450 East American Lane
20th Floor
Schaumburg, Illinois 60173 -5458
Address of Surety
800 - 394 -3924
Telephone
— g n�Authorized At Signature
Kenneth A. Coate
Print Name and
.4TH
SEAL
Al rpq
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST MWAUND
0
ALL - PURPOSE ACKNOWLEDGMENT
State of California
County of Riverside )
On ✓anuan� >2. 1999 before me, NataiiaL. Martinez NotaryPub%c
Name and Title of Officer - e.g., 'Jane Doe, Notary Public"
personally appeared Kenneth A Coate AttomeyinFact
Name(s) of Document Signer(s)
(x)personally known to me -OR- ( )proved to me on the basis of satisfactory evidence to be
the person(s) whose name(s) islare subscribed to the within instrument and acknowledged
to me that helshelthey executed the same in his /he4their authorized capacity(ies), and
that by hislherAheir signature(s) on the instrument the person(&), or the entity upon behalf
of which the person(s) acted, executed the instrument.
WITNESS my hand and official seal.
J
Signature of Notary
NATALIA L. MARTINEZ
COMM. #1152902
NOTARY PUBLIC - CALIFORNIA
AS RIVERSIDE COUNTY
My Comm. Expires Aug . 24, 2001
(Affix seal in the above blank space)
TITLE OR TYPE OF DOCUMENT: LABOR AND MATERIALS PAYMENT BOND
%pproval Code •LIMITED POWER OF ATTORNEY • Bond M
Yglumal■rman INTERCARGO INSURANCE COMPANY LF01-09981
KNOW ALL MEN BY THESE PRESENTS: That the INTERCARGO INSURANCE COMPANY, a corporation organized and existing by virtue of the laws of the
State of Illinois, does hereby nominate, constitute and appoint. Kenneth A. Coate
its tree and lawful Attorneys -in -fact to make, execute, attest, seal, and deliver for and on its behalf, as surety, and as its act and deed, where required, any and all
bonds, undertakings. recognizances and written obligations in the nature thereof, the penal sum of no one of which is in any event to exceed $5,000,000.00 as
required by Surely Obligees.
Such bonds and undertakings, when duly executed by the aforesaid Attorneys -in -fact shall be binding upon the said Company as fully and to the same extent as if
such bonds and undertakings were signed by the President and Secretary of the Company and sealed with its corporate seer.
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the
Company on the 5th day of December. 1988:
"RESOLVED, That the President, or any Vice President of the Company or any person designated by any one of them is hereby authorized to execute
Power of Attorney qualifying the attorney named in the given Power of Attorney to execute in behalf of the Company, bonds, undertakings and all
contrects of suretyship, and that any Secretary or any Assistant Secretary of the Company be, and that each or any of them hereby is authorized to arrest
the execution of any such Power of Attorney, and to attach thereto the Seal of the Company.
FURTHER RESOLVED, That the signature of such officers and the Seal of the Company may be affixed to any such Power of Attorney or certificate
relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be thereafter valid
and binding upon the Company with respect to any bond, undertaking or contract of suretyship to which it is attached.'
Bonds executed under this Power of Attorney may be executed under facsimile signature and seat pursuant to the following Resolution adopted by the Board of
Directors of the Company on August 7,1997.
'RESOLVED. That the signature of Stanley A. Gelanski, as President of ttds Corporation, and the seal of this Corporation my he mixed or printed on
any and all bonds, undertakings, recognizances, or other written obligations thereof, on any revocation of any Power of Attorney, or on any certificate
relating thereto, by facsimile, and any Power of Attorney, any revocation of any Power of Attorney, bonds, undertakings, recognizances, certificate or
other written obligation, bearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation.'
IN WITNESS WHEREOF, the INTERCARGO INSURANCE COMPANY has caused its corporate seal to be hereunto affixed, and these presents to be signed by
its duly authorized officers this Sth day of August, 1997.
INTERCARGO INSURANCE COMPANY
BY:
i
PRESmEarr
ATTEST:
aiiiio+s
SECRETARY
STATE OF ILLINOIS
COUNTY OF COOK ss.
On this 86 day of August, 1997, before Ire personally came Stanley A. Galamki to me known, who, being duly sworn, did depose and say: that he is President of
the Corporation described in and which executed the above instrument; that he knows the seer of said Corporation; that the seal affixed to the aforesaid indmm nl
is such corporate seal and was affixed thereto by order and authority of the Board of Directors of said Company; and that he executed the said inset mm, by like
order and authority:
[MY OFFICIAL SEAL
SAMANTHA B HALTER 7i1�
OTARY PIAN.IC. STATE OF L11NON1
COMMISSION EXPe[Ea:0aNN00 NOTARY PUBLIC
STATE OF ILLINOIS
COUNTY OF COOK M.
1, Micheal L. R bskg,- OR, CARGO NC;81
m Y Y
y RGO INSURANCE COMPANY a corporation of the State of Illinois, do hereby certify that the above e
foregoing is a 1u11`2 alaTNai, er of Anomey issued by mid Company, and that I have competed seine with the original and that it is a correct
tremcript theref of the whole inal and that the raid Power of Attorney is still in full force and effect and has not been invoked.
IN WfTNESS�r �ya u.• any hand and affixed the teal of mid Company, at the City of Schaumburg, this a oil 12th
say of _ L {aL•Ei• c�
'. SEAL: SECRETARY
titan SEAL +1119
ISSUED IN FOUR ORIGINAL CO1*.RPARTS
r,,&UM IS PREDICATED ON O `ANAL PAGE 17
,. Ft�ALCONTRACT PtucEAND CITY OF NEWPORT BEACH
;S SUBJECT TO ADJUSTMENT PUBLIC WORKS DEPARTMENT
GRAND CANAL DREDGING EELGRASS TRANSPLANT AND ROCK BUTTRESSES
CONTRACT NO. 3154
BOND NO. LF01 -09981
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 5,324.00 , being at
the rate of $-9§ —.0-0 aer thousand of the Contract price.
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted on, January 11. 1999 awarded to AIS Enterarises. hereinafter designated as the
"Principal", a contract for construction of Grand Canal Dredging, Eelgrass Transplant and
Rock Buttresses, Contract No. 3154, in the City of Newport Beach, in strict conformity with the
plans, drawings, specifications, and other Contract Documents maintained in the Public Works
Department 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. 3154 and the
terms thereof require the furnishing of a Bond for the faithful performance of the Contract;
NOW, THEREFORE, we, the Principal, and AIS Enterprises, duly authorized to transact
business under the laws of the State of California as surety (hereinafter "Surety"), are held and
firmly bound unto the City of Newport Beach, in the sum of two hundred twelve thousand nine
hundred and seventy five and no/100 dollars 0212 975.00 , lawful money of the United States
of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to
the City of Newport Beach, its successors, and assigns; for which payment well and truly to be
made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly
and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's
heirs, executors, administrators, successors, or assigns, fail to abide by. and well and truly keep
and perform any or all the work, covenants, conditions, and agreements in the Contract
Documents 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, or fails to indemnify, defend, and save harmless the City of Newport Beach,
its officers, employees and agents, as therein stipulated, then. Surety will faithfully perform the
same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall
become null and void.
• •
PAGE 18
As a part of the obligation secured hereby, and in addition to the face amount specified in
this Performance Bond, there shall be included costs and reasonable expenses and fees,
including reasonable attorneys fees. incurred by the City, only in the event the City is required to
bring an action in law or equity against Surety 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 way affect its obligations on this Bond,
and it does hereby waive notice of any such change, extension of time, alterations or additions of
the Contract or to the work or to the specifications.
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.
tN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 12th day of _ January , 199.
A I S Enterprises
Name of Contractor (Principal)
Intercargo Insurance Company
Name of Surety
1450 East American Lane
20th Floor
Schaumburg, Illinois 60173 -5458
Address of Surety
800- 394 -3924
Telephone
Authorized Agent Signature
Kenneth A. Coate
Attorney in Fact
Print Name and Title
rsUs.I S l♦
Us.
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST 9FJ1 "6D
i 10
ALL - PURPOSE ACKNOWLEDGMENT
State of California
County of Riverside )
On ✓anuary 12. 1999 before me, NafaiiaL. Madinez No lub%
Name and Title of Officer - e.g., "Jane Doe, Notary Public"
personally appeared Kenneth A. Coale. AltomeyinFact
Name(s) of Document Signer(s)
(x)personally known to me -OR- ( )proved to me on the basis of satisfactory evidence to be
the person(s) whose name(&) iskofe subscribed to the within instrument and acknowledged
to me that he/sheAhey executed the same in his(her4heiF authorized capacity(ies), and
that by his(her4heiF signature( &) on the instrument the person( &), or the entity upon behalf
of which the person(s) acted, executed the instrument.
WITNESS my hand and official seal.
Signature of Notary
IN 11T pL;:> L. MARTINEZ CvMh4. #1152902
pTAR7 UC - CALIFORNIA nIVFPE COUNTY ERgne Aug. 24. 2001
(Affix seal in the above blank space)
TITLE OR TYPE OF DOCUMENT: FAITHFUL PERFORMANCE BOND
i
RECORDING RtYk' g tDWAND
WHEN RECORDED RETURN TO:
City Clerk '99 Jl1N 11 Al :03
City of Newport Beach
3300 Newpo _ - BHk NE w 9 RT CLERK
0
Recorded in the County of Orange, California
Gary L. Granville, Clerk /Recorder
No Fee
19990418841 10:24am 06/07/99
005 7023460 07 28
N12 1 6.00 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 AIS Enterprises of Carpinteria,
California, as Contractor, entered into a Contract on January 11, 1999. Said Contract set
forth certain improvements, as follows:
1
Grand Canal Dredging, Eelgrass Transplant and Rock Buttresses, C -3154 ,V
Work on said Contract was completed on April 8, 1999, and was found to be acceptable
on May 24, 1999, by the City Council. Title to said property is vested in the Owner, and
the Surety for said Contract is Intercargo Insurance Company.
BY ( a�
c 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 119 j l Q.( 1 ),% . l C/9 9 , at Newport Beach, California.
IC]'/
�i �� C�' /✓� /J�1.r7z -�� •7 J F NEW,%
City Clerk
A
CITY OF NEWPORT B?ACH
May 26, 1999
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
Orange County Recorder
P. O. Box 238
Santa Ana, CA 92702
RE: Notice of Completion for the Grand Canal Dredging, Eelgrass Transplant
and Rock Buttresses (C-3154)
Notice of Completion for the Corona del Mar Water Main and Alley
Replacements (C -3191)
Notice of Completion for the 1997 -98 Alterations and Refurbishing of the
Police Facility (C -3217)
Please record the enclosed documents and return them to the City Clerk's
Office. Thank you.
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
Attachments
3300 Newport Boulevard, Newport Beach
0
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
MOO' Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
"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 AIS Enterprises of Carpinteria,
California, as Contractor, entered into a Contract on January 11, 1999. Said Contract set
forth certain improvements, as follows:
Grand Canal Dredging, Eelgrass Transplant and Rock Buttresses, C -3154
Work on said Contract was completed on April 8, 1999, and was found to be acceptable
on May 24, 1999, by the City Council. Title to said property is vested in the Owner, and
the Surety for said Contract is Intercargo Insurance Company.
BY (Za
c 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 2, , /%,1 at Newport Beach, California.
BYL,��, - IJ / Q.�I�C
City Clerk ��
0
BY'fHt Clef CG'J"CIL
CI-`(()FNS1;PCRi
aY May 24, 1999
? 4 - -- I
CITY COUNCIL AGENDA
APPROVED ITEM NO. 11
TO: Mayor and Members of the City Council
FROM: Public Works Department
SUBJECT: GRAND CANAL
BUTTRESSES,
ACCEPTANCE
RECOMMENDATIONS:
DREDGING, EELGRASS TRANSPLANT AND ROCK
CONTRACT NO. 3154 - COMPLETION AND
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:
On January 11, 1999, the City Council authorized the award of Grand Canal Dredging,
Eelgrass Transplant and Rock Buttresses, Contract No. 3154 to AIS Enterprises of
Carpinteria, California. The contract provided for the dredging and resloping of the
Grand Canal, collecting and transplanting eelgrass within the canal channel, and the
rebuilding /construction of rock buttresses at the canal entrances. The contract has now
been completed to the satisfaction of the Public Works Department. A summary of the
contract cost is as follows:
Original bid amount: $212,975.00
Actual amount of bid items constructed: 203,558.68
Total amount of change orders: 5,850.00
Final contract cost: $209,408.68
The decrease in the amount of actual bid items constructed over the original bid
amount resulted from a decrease of actual bid item quantities as measured in the field.
The final overall construction cost, including change orders, was 1.7% below the
original bid amount.
SUBJECT: Grand Canal Dredging, ss Transplant And Rock Buttresses, Contract N - Completion And Acceptance
May 24, 1999
Page 2
A total of two (2) change orders were issued to complete the project. They were as
follows:
1. A non - compensatory change order provided for a 22 working day time
extension to complete the project due to adverse tides.
2. A change order in the amount of $5,850.00 provided for the placement of
additional rock dissipaters at the Grand Canal Bridge and extra cost for
additional time to truck import sand, due to the Balboa Island Bridge lane
closure.
Funds for the project were budgeted in the Tide & Submerged Land Fund - Account
No. 7231- C5100385 (Grand Canal Dredge /Bulkhead).
The contract completion date, including the time extension, was April 1, 1999. Due to
inclement weather, the project was not completed until April 8, 1999.
Respgctfully s fitted,
PUBLIC WORKS DEPARTMENT
Don Webb, Director
By:
Horst Hlawaty, P.E.
Construction Engineer
F: \Usem\PBw\Shared \COUNCIL \FY98- 99\May -24 \Grand Canal C- 3154.doc
CALIFORNIOPPRELIMINARY 20 -DA NOTICE C' ' 3�Si
(PUBLIC AND PRIVATE WORIQ
IN ACCORDANCE WITH SECT QN 7 )ND 3098, CALIFORNIA CIVIL CODE
RE G YOU ARE HEREB OT E:D- JQ7
THAT...
CONSTRUCTION LENDER or 6 p9 :29
Reputed Construction Letter, My —
r NqW e�
L
Daft�'�g�
s1 _pk s -FOLD HERE
0 Maya
❑ CouncR Member
Manager
r�ttnrney
-- &wner— or
❑
or Repute Owner
(on private work)
r v a. oc.�i
BF FICE OF THE CI 17 CLE� has furnished or will furnish IaDOr, sere' equipment or materials of
CITY nit, s'`WVORT BEACH the following general description:
gellCgl OLSC Ip gI1011M IiUM, SCrvKeS, lyV kor malawls Immsnea of to a Iwmsnea
Ta 7ata/ m
1 for the building, structure or other work of improvement located at
r••i ua es a escnpoo I o sit " still, 'em m, q 1, ,om
PUBLIC AGENCY
(on public work)
FOLD HERE
ORIGINAL CONTRACTOR or
Reputed Contractor
r 4,r�
p�- eox � 9
L � J
On the lz day
served the CALIFORNIA PRE
The name of the person or firm who contracted for the purchase of such
labor, services, equi�pm��enff or materials. /J�^ �i-4 & �-
{}S��/�/'7�t', 5e;c ��virf
NOTICE TO PROPERTY OWNER
If bills are not paid in full for the labor, services, equipment. or
materials furnished or to be furnished, a mechanic's lien leading to the
loss. through court foreclosure proceedings, of all or pan of your prop-
erty being so improved may be placed against the property even though
you have paid your contractor in full. YOU may wish to protect yourself
against this consequence by (11 requiring your contractor to furnish a
signed release by the person or firm giving you this notice before
making payment to your contractor or (2) any other method or device
which is appropriate under the circumstances.
The person or firm giving this notice Is required- pursuant to a couecc
live bargaining agreement. to pay supplemental fringe benellts Into an
express trust fund (described in Civil Code §31 t 1) said fund Is Idem
tified as follows. Istrike If Inapplicable)
ailed this ate: w — qu
IW^ature ItirM
An estimate of the total price of the labor, servicest.,quipment or
materials furnished or to be 1 nished is'.
s I A?J/ �d
DECLARATION OF SERVICE OF CALIFORNIA PRELIMINARY 20 -DAY NOTICE
, 4n Accordance With §3097.1(c) and 3098, California Civil Code
placing a true copy thereof
lr"1L ,J , 19V at a
20 -DAY NOTICE on the interested parties as follows: (Check applicable box.)
in a sealed envelope with
or
Declarant
in the United States
jjl. 'fgigfegrIl i1'x"fr, wit/// R WK— tMLJ'/fAMflW/,1I /LtillJli�
CONDITIONAL WAIVER AND RELEASE UPON FINAL PAYMENT
[California Civil Code §3262(d)(3)]
Upon receipt by the undersigned of a.check from
in the sum of $
payable to
and when the check has been properly endorsed and has been paid by the bank upon which it is drawn, this
document shall become effective to release any mechanic's lien, stop notice, or bond right the undersigned
has on the
located at
This release covers the final payment to the undersigned for all labor, services, equipment or material
furnished on the job, except for disputed claims for additional work in the amount of $
Before any recipient of this document relies on it, the party should verify evidence of payment to the under-
signed.
Dated:
NOTE: CIVIL CODE SECTION 3262(d)(3) PROVIDES: Where the claimant is required to execute a waiver and release in
exchange for, or in order to induce the payment of, a final payment and the claimant is not, in fact, paid in exchange for the waiver and
release or a single payee check orjoint payee check is given in exchange for the waiver and release, the waiver and release shall
follow substantially the form set forth above.
USE REVERSE SIDE AS RELEASE FOR INDIVIDUALS PERFORMING LABOR FOR WAGES
(for a unconditional waiver and release upon final payment use Wolcotts Form 32624 or 32624D)
WOLCOTTS FORM 32623 -CONDITIONAL WAIVER AND RELEASE UPON FINAL PAYMENT - REV. 3.94
Pace doss 6-2P)
7 IIIII67775 52623 I I III 3
0994 WOLCOrTS FORMS INC.
THE UNDERSIGNED HAVE PERFORMED LABOR FOR WAGES ON THE PROJECT DESCRIBED ON FACE OF FORM
AND HAVE BEEN PAID IN FULL TO DATE
($rgva: ere Of Individual Performing Labor Fbr Wages) iDate)
(Slgnalore Of Individual Performing Labor For Wages) (Dale)
(Signature Of Individual Pedorming Labor For Wages) (Dale)
(Signature Of Individual Performing Labor For Wages) (Date)
(Signature Of Individual Performing Labor For Wages) (Date)
(Signatwe
Of Individual Performing
Labor For Wages)
(Dare)
(Dare:
(Date)
;Signature
Of Individual Performing
Labor For Wages)
(Dale)
Por
Wages)
(Date!
(Signature Of Individual Perlormrng
(Signarure
Of Individual Performing
Labor For Wages)
(Dale)
( Signature
Of Individual Performing
Labor For Wages)
(Date)
(Dare:
(Date)
(Signature
Of Individual Performing
Labor For Wageaf
(Date)
Por
Wages)
(Date!
(Signature Of Individual Perlormrng
(Slgnamre
Ol Individual Perlormrng
Labor For Wages)
(Dale)
( Sgneture Of 3ndveiduaf Performing Labar For Wages) (Date)
!Signature
Of Individual Performing
labor For Wages)
(Data)
(Dare:
(Date)
(Signature
Of Individual Performing
Labor For Wages)
(Dale)
;Signature Of Individual Performing Labor For Wages) (Date)
ISignalure
Of fnobvidoa! Par',",.; LaLoe
Fm
'Nagel)
(Dare:
(Date)
( Signature
Of hdrvldual F'e?orrn,gg Labc-r
Por
Wages)
(Date!
(Signa rde Of Individual Performing Labor For Wages) (Date)
(Signature Of Lusr,,drab Performing Labor For Wagas) (Dale)
Perform Mg Labor For Wages) 10ate)
(Signaru(e Of loormdual Performing labor For Wages) (Datei
( Signaure Of Individual Performing Labor For Wages) (Date)
Of Individual Performing Labor For Wages) LDa :e)
(Signature
Ot lndrvldual Perlormmg
Labar
For Wages)
(Date)
(Date)
(Signa Nre
of Individual Performing
Labor
For Wages)
(Da!e)
(Signature Of Individual Perlormrng
Lebo, For Wages)
(Data)
(signature
Of urmvidua! Performing
Labor
For Wages)
IDeie)
I Signature Of brdvrduai
Performing
Labor
For Wages)
)Dater
(Date)
(Signarure OI lndvviural
Performing
Labor
For Wages)
(betel
(Signature Of Individual Perlormrng
Lebo, For Wages)
(Data)
(Signature Of hub, dial
Peforming
Labor
For Wages)
(Data,'
(Signature Of Individual Performing Labor For Wages) (Pate)
(Signatwe Of Individual Performing
Labor For Wages)
(Data)
(Signalers, Of )nbividual Pertermmg
Labor For Wages)
(Date)
(Signature Of Individual Performing
Labor For Wages)
(Date)
(Signature Of Individual Perlormrng
Lebo, For Wages)
(Data)
(Signature Of Individual Performing
Labor For Wages)
(Dale)
( Signature Of Individual Performing
Labor For Wages)
(Gate)
BE SURE TO COMPLETE OTHER SIDE
CALIFORNI *RELIMINARY 20 -DA *NOTICE
(PUBLIC AND PRIVATE WORK)
IN ACCORDANCE WITH SECTION 3097 AND 3099, CALIFORNIA CIVIL CODE (961) ;Z %2 x.02 (J
--YOU ARE HEREBY NOTIFIE D THAT... a
CONSTRUCTION LENDER or
Reputed Construction Lender, it any
IT 1'a TTT ❑���
v C= `-
LL
U.1 �c
fr Owe& = ?- or PUBLIC AGENCY
or Reputed L[ r (on public work)
(on private work)
I
r c E All a rteew,�f-4 1
ark
L /vat,' oo1-4CeaeA.G a�1���
J
FOLD HERE
has furnished or will furnish labor, services_Wipment or materials of
the following general description. -72. re„ ,/J
wnt cts. eawpmem 01 mneais romisneE or to or wrnisnea
for the building, structure or other work of improvement located al
The name of the person or firm who contracted for the oum/T
labor, services, equipment o materials A' Q�
NOTICE TO PRO ERTY OWNER
11 bills are not paid in full for the labor, services, equipment. or
materials furnished at to be fumished, a mechanic's lien Wading to the
loss, through court foreclosure proceedings, of all or pan of your prop-
erty being so improved may be placed against the property even though
you have paid your contractor in full. You may wish to protect yourself
against this consequence by (1) requiring your contractor to furnish a
signed release by the person at firm giving you this notice belote
making payment to your contractor or (2) any other method or device
which is appropriate under the circumstances.
The person or firm giving this notice is required, pursuant to a collec-
tive bargaining agreement. to pay supplemental fringe benefits into an
express trust fund (described in Civil Code §31 t I ) said fund is men -
tified as follows. (strike if inapplicable)
laaeswal
ORIGINAL CONTRACTOR or
Reputed Contractor Mailed th s date:
r the total otbl -
,/t M estimate of the r to peke of the s: , s ices. equipment a
materials furnished or to De furnished is:
C P iay �39
L I3 J Ufe,tRegaa4ed
DECLARATION OF SERVICE OF CALIFORNIA PRELIMINARY 20 -DAY NOTICE
InlAccordance With §3097.1(c) and 3098, California Civil Code
I. Do%1'7 Na bectare.
On the day of 'tf-
1 1iI� , at m., Declarant
served thee LIFORNIA PRELIMINARY 20 -DAY NOTICE on the interested parties as follows :. (Check applicable box.)
'S�By placing a true copy thereof enclojell in a seated envelope with first-class registered or certified postage prepaid In the Uniteb States
mail at 44VA40 VIV N Ur(Y1 eJ-� c� , addressed as follows:
a ]
Date a
Copies Sent Tw
❑ Mayor
L❑ C
Council Member
❑ Manager
Y F
riorn J
O r
r2 v
r- p
I
r c E All a rteew,�f-4 1
ark
L /vat,' oo1-4CeaeA.G a�1���
J
FOLD HERE
has furnished or will furnish labor, services_Wipment or materials of
the following general description. -72. re„ ,/J
wnt cts. eawpmem 01 mneais romisneE or to or wrnisnea
for the building, structure or other work of improvement located al
The name of the person or firm who contracted for the oum/T
labor, services, equipment o materials A' Q�
NOTICE TO PRO ERTY OWNER
11 bills are not paid in full for the labor, services, equipment. or
materials furnished at to be fumished, a mechanic's lien Wading to the
loss, through court foreclosure proceedings, of all or pan of your prop-
erty being so improved may be placed against the property even though
you have paid your contractor in full. You may wish to protect yourself
against this consequence by (1) requiring your contractor to furnish a
signed release by the person at firm giving you this notice belote
making payment to your contractor or (2) any other method or device
which is appropriate under the circumstances.
The person or firm giving this notice is required, pursuant to a collec-
tive bargaining agreement. to pay supplemental fringe benefits into an
express trust fund (described in Civil Code §31 t I ) said fund is men -
tified as follows. (strike if inapplicable)
laaeswal
ORIGINAL CONTRACTOR or
Reputed Contractor Mailed th s date:
r the total otbl -
,/t M estimate of the r to peke of the s: , s ices. equipment a
materials furnished or to De furnished is:
C P iay �39
L I3 J Ufe,tRegaa4ed
DECLARATION OF SERVICE OF CALIFORNIA PRELIMINARY 20 -DAY NOTICE
InlAccordance With §3097.1(c) and 3098, California Civil Code
I. Do%1'7 Na bectare.
On the day of 'tf-
1 1iI� , at m., Declarant
served thee LIFORNIA PRELIMINARY 20 -DAY NOTICE on the interested parties as follows :. (Check applicable box.)
'S�By placing a true copy thereof enclojell in a seated envelope with first-class registered or certified postage prepaid In the Uniteb States
mail at 44VA40 VIV N Ur(Y1 eJ-� c� , addressed as follows:
CONDITIONAL WAIVER AND RELEASE UPON FINAL PAYMENT
[California Civil Code §3262(d)(3)]
Upon receipt by the undersigned of a check
in the sum of $
payable to
or
and when the check has been properly endorsed and has been paid by the bank upon which it is drawn, this
document shall become effective to release any mechanic's lien, stop notice, or bond right the undersigned
has on the job of
located at "' ' 42a 1 0 W — — — --
Gzd lkl'Q, 10 GZ L.� y 1
This release covers the final paymef(t o the undersigned for all labor, services, equipment or material
furnished on the job, except for disputed claims for additional work in the amount of $
Before any recipient of this document relies on it, the party should verify evidence of payment to the under-
signed.
Dated: —
NOTE: CIVIL CODE SECTION 3262(d)(3) PROVIDES: Where the claimant is required to execute a waiver and release in
exchange for, or in order to induce the payment of, a final payment and the claimant is not, in fact, paid in exchange for the waiver and
release or a single payee check orioint payee check is given in exchange for the waiver and release, the waiver and release shall
follow substantially the form set forth above.
USE REVERSE SIDE AS RELEASE FOR INDIVIDUALS PERFORMING LABOR FOR WAGES
(for a unconditional waiver and release upon final payment use WolcottS Form 32624 or 32624D)
7 IIIII67775 526211 I III 3
WOLCOTTS FORM 32623 - CONDITIONAL WAIVER AND RELEASE UPON FINAL PAYMENT - REV, 3 -94 V994 WOLC07S FORMS INC
(Pnca class 6 2P(
• •
THE UNDERSIGNED HAVE PERFORMED LABOR FOR WAGES ON THE PROJECT DESCRIBED ON FACE OF FORM
AND HAVE BEEN PAID IN FULL TO DATE
(S +gnaw", Of )ndrordual Perorming
(Signature Of Individual Pedarming Labor For Wages) (Dale)
(Signature Of Individual Performing Labor For Wages) (Date)
(Signature Of Individual Performing L. abor For
(Signature Of individual Performing Labor For Wages) (Date)
(Signature Of lndrvidual Performing Labor For Wages) (Date)
(Slgnamre Of Individual Pedormmg Labor For Wages) (Oat.)
(Signature Of lndividual Performing Labor For Wages) ;Date)
Individual Performing Labor For Wages) (Data)
(Signature Of Individual Performing Labor For Wages) (Date)
(Signature Of Individual Perlormmg Labor For Wages) (Dare)
(Signature Of individual Pedormmg Labor For Wages) (Date)
(Signature Of Individual Performing Labor For Wages) (Date)
Of individual Performing Labor For Wages) (Date)
( Signature Of Individual Pedormmg Labor For Wages)
(Signature Of Individual Performing Labor For Wages) (Date)
(Signature Of Individual Performing Labor For Wages) (Date)
(Signature Of Individual Performing Labor For Wages) (care)
( Sgnature OI L dividuai Partormmg Labor For Wages) lDowt
( Signature OI lndrvidual Pertmm_;ng Luba, rut Wages) (Date"
(Signature Of lndividual Performing Labor For Wages) (Dare)
"Signature Of ]ntlrvldual Performing Labor For Wages) (Dare)
(Signature Of lndividual Performing Labor For Wages) (Dare)
(Signature Ot Individual Performing Labor For Wages) (Data)
(Signature Of Inorviduaf Perloom.g Labor For Wages) (Date)
(Signature Of Indrviduaf Performing Labor For Wages) (Dare)
Ol fodindva: Performing Labor Far Wages) (Dare)
(Signature 01 indfmduai Performing Labor
(Signature Of morviduel Performing Labor Far Wages) (Date)
( Signaure Of Individual Performing Labor For Wages) (Darer
(Signature Of individual Performing Labor For Wages) (Data)
(Signature Or lndrvidual Performing Labor For Wages,)
(Stgnamre Of lndivdual Performing Labor For Wages) !Gate)
(Signature Of lodivrdua" Performing Labor For Wages)
(Slgnaruie Of lndrvidual Pedormmg Labor For Wages) (Dar.)
(Signature Of ladinoval Performing Labor For Wages) (Dare)
BE SURE TO COMPLETE OTHER SIDE
l
a4 >40HIL CERTIFICA
01/12/99
OF LIABILITY INSURA CE ATE D01 /1219
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
STRACHOTA INSURANCE AGENCY"—
43500 Ridge Park Dr Suite #203
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
f']- . 1 :� _ ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
Temecula CA 92590
1 COMP Y
•� +� %� ' .I �;ild`.i I A UNITED CAPITOL INS. CO. I
INSURED
COM Y
AIS Construction Company ;
PO Box 239
PUDLIC WORKS
NT`V 1PORT' B,_ EACHCAI
B
Y
Carpinteria CA 93014
COMPANY
D
COVERAGES
THIS IS TO CERTIFY THAT THE 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
co L
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MMNDm)
POLICY EXPIRATION
DATE (MM,ODIYr)
OMITS
A
GENERAL
UABILITY
GLAA1300912
02i12198
02112i99
GENERAL AGGREGATE
$ 2,000,000
X
COMMERCIAL GENERAL LIABILITY
PRODUCTS COMPIOP AGG
$ 1,000,000
AIMS MADE O OCCUR
PERSONAL d ADV INJURY
$ 1,000,000
EACH OCCURRENCE
$ 1,000,000
O RS & CONTRACTOR'S PROT
FIRE DAMAGE (Any one fire)
$ 50,000
MED EXP (Any one person)
$ 1,000
pAOBILE LIABILITY
COMBINED SINGLE LIMIT
$
A-
ANY AUTO
BODILY INJURY
(Per Person)
$
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY
(Per accident)
$
HIRED AUTOS
NONOWNED AUTOS
PROPERTY DAMAGE
$
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN AUTO ONLY
ANY AUTO
EACH ACCIDENT
$
AGGREGATE
$
—N
EXCESS LIABILITY
EACH OCCURRENCE
$
AGGREGATE
S
UMBRELLA FORM
$.
OTHER THAN UMBRELLA FORM
WORMERS COMPENSATION AND
EMPLOYERS' LIABILITY
WC SA
T RY LIMITS R
EL EACH ACCIDENT
$
THE PROPRIETOR' INCL
PARTNERSEXECUTNE
EL DISEASE POLICY LIMIT
$
EL DISEASE EA EMPLOYEE
$
OFFICERS ARE: EXCL
OTHER
(: FIC HD UEH NMAE
�EEsITIvTIDNA�. EoaERLA_ rloNSa _pcgTDiASEADUIIICWaLITIINSUFiED REGARDING GENERAL LIABILITY POLICY PER ENDORSEMENT TO BE ISSUED BY COMPANY
/ 'EXCEPT FOR NCNPAY THEN 10 DAYS 011299GL
CERTIFICATE HOLDER
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
CITY OF NEWPORT BEACH
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MALL
3390 NEWPORT BLVD
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
NEWPORT BEACH CA 92W3
BUr FAILURE TO MAIL'SUCH NOTICE SMALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UPON THE COMPANY, ITS AGENT R PRESENTATNES
AUTHOR] A /
Endorsement No: 9
GENERAL CHANGE ENDORSEMENT
This endorsement forms a part of the Policy to which attached, effective from
its da of issue unless otherwise stated herein.
Polic Number: GLAA1300912 Policy Period Inception: 02 -12 -98
Issued to: AIS CONSTRUCTION COMPANY Expiration: 02 -12 -99
Effective from: 1 -14 -99 12:01 A.M. Standard Time
In consideration of additional premium of: Provided By:
General Liability 50.00 UNITED CAPITOL - GL /BD 100.00%
Total Amount 50.00
IN CONSIDERATION OF THE ADDITIONAL PREMIUM OF $50.00, IT IS HEREBY UNDERSTOOD
AND AGREED THAT FORM CG 2010 10/93 IS ADDED PER THE ATTACHED.
AUTHORIZED REPRESENTATIVE SIGNATURE
All other terms and conditions remain unchanged.
PREMIUM $ O . o G
STATE FAX FEE 3% g ` 6
STAMPING FEE .35% $1
"RONERS FEE $
Received
Hunan Resources
C;iti of Newport Beach
I i
Issued: 1 -18 -99 Trinity E &S Insurance
At: Bermuda Dunes CA 92201
STRACHOTA INS AGCY
43500 RIDGE PARK DRIVE 4203
TEMECULA CA 92590
DEF -0011
990118 -0023 -0001 OMI -=001 9408
ORIGINAL
�II
Inp
�v
805 962 2114
01/0,8/99 LION 15:05 FAX 805 1 2114 COAST TRANSPORT 0 001
.... _.....
1/18199 ,
PRooucEp' ' - FALTER TIFICATE IS ISSUED AS A MATTER OF INFORMATION
COAST TRANSPORT INSURANCE SERVICE D CONFERS NO RIGHTS UPON THE CERTIFICATE
PHONE: 805-962-0800 SURNSCESE85I THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
E COVERAGE AFFORDED BY THE POLICIES BELOW.
P.O. BOX 21157 COMPANIES AFFORDING COVERAGE
SANTA BARBARA, CA. 93121 ROGRESSIVE NORTHWESTERN
—. -- -- I'
_
INau WD ANDY 1. SHEAFFER. _....
COMPANY
B
A 1 S ENTERPRISES COMPANY
C
P.O. BOX 239 —
COMPANY
CARPINTERIA CA 93014 D _
THIS IS TO CERTIFY THAT THE 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.—
CO, ^TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS
LTR' DATE (MM /DD/TY) DATE IISW0D1YY1
GENERAL LIABILITY
GENERAL AGGREGATE
S
PRCOUCTS- COMP/OPAGG
S
COMMERCIAL GENERAL LIABILITY
PERSONAL A ADV INJURY
_
s
�CLAIMS MADE [1 OCCUR
EACH OCCURRENCE
S _ —. _
I
OWNERS B CONTRACTOR'S PROT
FAZE DAMAGE (AM one fire)
s
j
�.._
_....._.. ...____
MEDEXP(Any."Mn)
i
AUTOMOBILE
LIABILITY
COMBINEDSINGLE LIMIT
s 1,000,000
ANY AUTO
i
A
ALL OWNED AUTOS
SCHEDULEGAUTOS
CA 0920518 -0 !
]/15/99
1 /1 } /OD !i�lanon)RY
X
/
HIED AUTOS
BODILY INJURY
(PW ACPIDKM
i
---- -.
NON.OWNED AUTOS
.._
PROPERTY DAMAGE
s
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
It
OTHER THAN AUTOONLY:
ANY AUTO
EACH ACCIDENT
$
AGGREGATE
IS
GICESB LIABILITY
EACH OCGVRNENCE
1 �__
..
AGGREGATE
i
UMBREUA FORM
- -
--
i
OTHER THAN UMBPELIA FORM
WORKERS COMPENSATION AND
STATUTORYUMITS
_
EACH ACCIDENT
i
EMPLOYE0.4' LIABILITY
III LASE - POLICY LMIT
s
s
THE PROPRIETORI INCH
PARTNERS/EXECUTIVE —
OFFICERSARE: E%CL
DISEASE - EACH EMPLOYEE
OTHER
DESCRIPTION OF OPE RAnONSILOCATIONSNENICLE9/SPECIAL ITEMS
1989 FREIGHTLINER #KH344325
CERTIFICATE HOLDER IS TO BE NAMED ADDITIONAL INSURED.
'
Q�
CI'} Y OF NEWPO}2T BEACH ��
P
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
OMMATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEfi
BALLINPOSE xo OBLLOAnON GR.WBNEtt
3300 NEWPORT BLVD. C
KWP- 'UPON "17W COMPANY, ITS AGENTS OR REPRESENTATIVES.
AU
REPRESENTATIVE
\ \\ /
NEWPORT BEACH CA 92663
AC4RQ'2d -B {3183}.:: ?:: ° /
I �,fICOHD ObI�'ORA 1961."1:'.
914405165089
01 +20,98 WED 19:01 FAX 65089 PROGRESSIVE •
)U Lucy Cirlef!-`C
ipwwAC�Y V�riu,yY,wnwp�
ADDITIONAL INSURED
The person or organization named below is a person insured with respect to such liability coverage as is
affected by the policy but this insurance applies to said insured only as a person liable for the conduct of
another insured and then only to the extent of that liability. We also agree with you that insurance
provided by this agreement will be excess insurance over any other valid and collectible insurance.
NAME OF PERSON OR ORGANIZATION:
CITY OF NEWPORT BEACH
3300 NEWPORT BLVD.
NEWPORT BEACH, CA 92663
All other parts of this policy remain unchanged.
This endorsement changes Policy No.: CA00920518 -0
Issued to (Name of Insured): ANDY SHEAFFER
Endorsement Effective: 01/11/99
Form No. 1198 (7 -96)
INSURANCE AP
DBA: A I S CONSTRUCTION
Expiration: 01 /11 /oo
0 001
� � PROGREJJ/!/E®
ADDITIONAL INSURED
The person or organization named below is a person insured with respect to such liability coverage as is afforded
by the policy but this insurance applies to said insured only as a person liable for the conduct of another insured and
then only to the extent of that liability. We also agree with you that insurance provided by this agreement will be
excess insurance over any other valid and collectible insurance.
NAME OF PERSON OR ORGANIZATION:
CITY OF NEWPORT BCH 3300 NEWPORT BL
All. other parts of this policy remain unchanged.
This endorsement changes Policy No.: 00920518 - 0
Issued to (Name of Insured): ANDY I. SHEAFFER
NEWPORT BEACH CA 92663
Endorsement Effective: o1/11/99 Expiration: 01/11/00
Form No. 1198 (8 -93) CVWE11069616370 19801
PLEASE,READ YOUR POLICY CERTIFICATE OF INSURANCE POLICY BER CA 0 -09 -20 -518 -o
This declarations Page /Amended Declaration page e policy jacket identified by the form and edition date led completes the above numbered policy.
DECLARATIONS Previous Policy No. Form 1050 Ed. 1194 SAND AND GRAVEL
NAMEDINSURED
This is to certify that the above numbered policy has been ANDY I . SHEAFFER PAGE 1 OF 4
Issued for the coverages noted below. This document is A I S CONSTRUCTION
only a certificate of the issuance of the policy; and is PO BOX 2 39
furnished as a matter of information only. It confers no
rights on the holder and imposes no liability on this CARP I NTER I A CA 93014
company. Said policy is subject to endorsement, Polic
alteration, transfer, assignment and cancellation without Y Period 12:01 A.M. STANDARD TIME AT THE ADDRESS OF THE NAMED INSURED AS STATED HEREIN.
notice to the holder of certificate. FROM JAN 11, 1999 TO JAN 11, 2000
A COAST TRANSPORT
G PO BOX 21157
E SANTA BARBARA CA 93121
T PRREWYE8 GV -68250
OG
eaaa.eeou.1ve,.rc.eiwaa.wnce PROGRESSIVE CASUALTY INS. CO.
P.O. BOX 94739, CLEVELAND, OHIO 44101 1- 800 - 444 -4487
The insurance afforded is only with respect to such and so many of the following coverages as are indicated with respect to each described vehicle. The limit of
the company's liability against each such covera a shall be as stated herein, subject to all the terms of this olic having reference thereto.
SCHEDULE �F COVERAGES AND LIMITS OF LIABIENYY
COVERAGES FULL TERM PREMIUM CHARGES
A SINGLE LIMIT BODILY INJURY AND
PROPERTY DAMAGE LIABILITY $750,000 EACH ACC $2446
D COMP OR FTCAC STATED AMT SEE SCHEDULE OF COVERED VEH FOR DED $142
E COLLISION OR UPSET -STD AMT SEE SCHEDULE OF COVERED VEH FOR DED $491
I UM /UNDERINSURED MOTORIST $ 30,000 /PERS. $ 60,000 /ACC. $91
FILING FEES $50.00
TOTAL POLICY PREMIUM $3,220.00
ATTACHMENT IDENTIFIED BY FORM NUMBER
1197 (08 -93) 1198 (08 -93) 8470 (12 -86) 6211 (12 -95) 6212 (05 -97) Mc1632(06 -71)
DRIVERS PAGE 2 COVERED VEH PAGE 3
GAR ADDRESS PAGE 4
ICC -N MCS90 -N
PUC -1 0TH -N
Any loss under Part I I I is payable as interest may appear to named insured and above loss payee: Prog Premium Budget: C L
Fin. Resp. Filed: For Whom: Case No: R/R 0498 %Factor Used:
G2 BGO 99021 SHEA 13.0 CAICSIIC FIR 071997
Countersigned:
By
Authorized Representative
1113 (12 -92) ADDITIONAL INSURED COPY CVWE01279842071-1113011
PLEASE 9EAD YOUR POLICY CERTIFICATE OF INSURANCE POLICY INIJUBER CA 0-09-20-518-0
This declarations Page /Amended Declaration page w policy jacket identified by the form and edition date i d completes the above numbered policy.
DECLARATIONS Previous Policy No. Form 1050 Ed. 1194 AND AND GRAVEL
NAMED INSURED 3 OF 4
This is to certify that the above numbered policy has been ANDY I . SHEAFFER PAGE
Issued for the coverages noted below. This document is A I S CONSTRUCTION
only a certificate of the issuance of the policy; and is PO BOX 2 39
furnished as a matter of information only. It confers no
rights on the holder and imposes no liability on this CARP I NTER I A CA 93014
company. Said policy is subject to endorsement, Polic
alteration, transfer, assignment and cancellation without Y Period 12:01 A.M. STANDARD TIME AT THE ADDRESS OF THE NAMED INSURED AS STATED HEREIN.
notice to the holder of this certificate. FROM JAN 11, 1999 TO JAN 11, 2000
A COAST TRANSPORT
PO Box 21157
E SANTA BARBARA CA 93121
Gv -68250
T CPROGREll/(/EE
PROGRESSIVE PBX94739 C
, CLEVELAND,
O. OO
OHIO 44101 1- 800 - 444 -4487
The insurance afforded is only with respect to such and so many of the following coverages as are indicated with respect to each described vehicle. The limit of
the company's liability against each such covers ga shall be as stated herein, subject to all the terms of this policy having reference thereto.
SCHEDULE OF COVERED VEHICLES
VEH DR TRADE BODY DVR VEH TER RAD DSC DSC
NO NO YR NAME TYPE SERIAL NO SCH CLS NO ZIP IUS COD PCT
1 -01 1 89 FREIGHTLINER DUMP TRUCK 1FUYARYB4KH344325 10 T72 88 93013 100 000
LIABILITY PREMIUM BY VEHICLE
VEH MED
NO LIAB PAY UM /UIM BI UM /PD
1 $2,446 $91
PHYSICAL DAMAGE PREMIUM BY VEHICLE
VEH COMP OR FT /CAC COLLISION ON -HOOK VEH
NO TYPE DED PREM DED PREM LIMIT DED PREM TOTAL
1 FT /CAC $1,000 $142 $1,000 $491 $3,170
Any loss under Part III Is payable as interest may appear to named insured and above loss payee: Frog Premium Budget: C L
Fin. Resp. Filed: For Whom: Case No: R1R 0498 %Factor Used:
G2 BGO 99021 SHEA 13.0 CAICS11C F'1071997
Countersigned:
By
Authorized Representative
1113 (12 -92) ADDITIONAL INSURED COPY CVWE0127984207L1113031
PROGRESSIVE
PO BOX 94739
CLEVELAND OH 44101
03647
IIII, IIIII„ IIIIIIIIIIIIIIIII
CITY OF NEWPORT BCH
3300 NEWPORT BL
NEWPORT BEACH CA 92663
Received
Human Resources
city of Newport Beach
PROGRFIN E®
If you have any questions on the enclosed documents, please call Progressive. Be prepared to specify the
policy type (Auto, Motorcycle, etc.), state and policy number.
BNRFOLOL PMWED41797000OBNRFOLDL
c05 962 c114
01 {26/99 TIT- 09:43 I:\S 805 "L 21 L4.. _.. _ ._ COAST TRANSPORT
ADDITIONAL INSURED
PROOREJOW 6
COMMINQMI KNNJLf INCW/1N0F
The person or organization named below is a person insured with respect to such liability coverage as is afforded
by the policy but this insurance applies to said insured only as a person liable for the conduct of another insured and
then only to the extent of that liability. We also agree with you that insurance provided by this agreement will be
excess insurance over any other valid and collectible insurance.
NAME OF PERSON OR ORGANIZATION:
CITY OF NEWPORT BCH 3300 NEWPORT BL NEWPORT BEACH CA 92663
All other parts of this policy remain unchanged.
This endorsement changes Policy No.: 00920619 - o
Issued t0 (Name of Insured): ANDY I. SHEAFFER
Endorsement Effective: o1/1t/e9 Expiration: 01/11/00
9yy -6,yy- 33/.q, 144z� Gar /elk
Form No. 1198 (8 -93) AGENT'S COPY CVWE1106961637L119801
0 003 003 00000 0000 00 0 0 0 0 0 0 000100000000
STATE
COMPENSATION
INSURANCE
FUND
?ANUARY 141
L
0
P,O. BOX 420807, SAN FRANCISCO, CA 94142 -0807
CERTIFICATE OF WORKERS' COMPENSATION INSURANCE
1999 2,29 -99 UNIT 00204�c
POLICY NUMBER: .,, : ` .1
CERTIFICATE EXPIRES: - .
CITY OF NEWOORT BEACH
71UBLIC WORKS AGENCY
3300 P1F_W'-'�p' P._!'D
NEWPORT BEACH CA 92663
RECEIVED
j
JAN i8{
This is to certify that we have issued a valid WorKers' Compensation insurance policy in a form approved by the California
Insurance Commissioner to the employer named below for the policy period indicated.
This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer.
We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration.
This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the
policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with
respect to which this certificate of insurance 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.
AUTHORIZED REPRESENTATIVE PRESIDENT
EMPLOYER'S I_IRBT1'.T' 'Ili' ThiCl Ij *:It.jc n erl.ec Carr g.•�C ;� �n n ^'1 7
11-
,NURUCE
EMPLOYER
r
SHERFFER, ANDRE';
PIS ENTERPRISES
P 0 BOY. 3S'
CARPIN7. -RIA CA 93014
..J
.41!&0..1
' • CITY CLERK
CITY OF NEWPORT BEACH
SEW PO
V -
e�
c9�iFpR��P
PLANS, SPECIFICATIONS, AND
CONTRACT DOCUMENTS FOR
GRAND CANAL DREDGING, EELGRASS
TRANSPLANT AND ROCK BUTTRESSES
Contract No. 3154
City of Newport Beach
Department of Public Works
3300 Newport Boulevard
Newport Beach, CA 92658 -8915
(949) 644 -3311
• •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
GRAND CANAL DREDGING EELGRASS TRANSPLANT AND ROCK BUTTRESSES
CONTRACT NO. 3154
TABLE OF CONTENTS
NOTICEINVITING BIDS ................................................................... ..............................1
INSTRUCTIONS TO BIDDERS ........................................................ ..............................2
BIDDER'S BOND ............................................................................... ..............................4
DESIGNATION OF SUBCONTRACTOR( S) ...................................... ..............................5
TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................6
NON - COLLUSION AFFIDAVIT .......................................................... ..............................7
NOTICE TO SUCCESSFUL BIDDER ............................................... ..............................8
CONTRACT...................................................................................... ..............................9
LABOR AND MATERIALS BOND .................................................... .............................15
FAITHFUL PERFORMANCE BOND ................................................ .............................17
PROPOSAL................................................................................ ...............................
PR -1
SPECIALPROVISIONS ................................................................. ...........................SP -1
PERMIT CONDITIONS
r 0
PAGE 1
CITY OF NEWPORT BEACH
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 92658 -8915
until 11:00 a.m. on the 22nd day of December, 1998,
at which time such bids shall be opened and read for
GRAND CANAL DREDGING, EELGRASS TRANSPLANT
AND ROCK BUTTRESSES
Title of Project
Contract No. 3154
$190,000
Engineer's Estimate
Approved by
Don Webb
Public Works Director
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3300 Newport
Boulevard, P. O. Box 1768, Newport Beach, CA 92658 -8915.
For further information, call Fong Tse, Project Manager at (949) 644.3340.
0 0
PAGE 2
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
GRAND CANAL DREDGING, EELGRASS TRANSPLANT AND ROCK BUTTRESSES
CONTRACT NO. 3154
INSTRUCTIONS TO BIDDERS
The following documents shall be completed, executed and received by the City Clerk in
accordance with NOTICE INVITING BIDS:
INSTRUCTIONS TO BIDDERS
BIDDER'S BOND
DESIGNATION OF SUBCONTRACTORS
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
NON - COLLUSION AFFIDAVIT
PROPOSAL
2. 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.
3. The City of Newport Beach will not permit a substitute format for the Contract Documents
listed above. Bidders are advised to review their content with bonding and legal agents prior
to submission of bid.
4. 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.
5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to
allow the comparison of total bid prices.
6. 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.
7. 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.
0 0
PAGE 3
The securities shall be deposited in a state or federal chartered bank in California, as the
escrow agent.
8. 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).
9. 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".
10. 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.
The signature below represents that the above has been reviewed.
?M9"& A
Contractors License No. & Classification
S
12lZL(4t�
Date
0 i
PAGE 5
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
GRAND CANAL DREDGING, EELGRASS TRANSPLANT AND ROCK BUTTRESSES
CONTRACT NO. 3154
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 represents that he /she is fully qualified to and 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.
Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted
for any monies to be withheld to ensure performance under the Contract.
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
DRFDFriQ&- Sr4>=1.1_MACr -:;?
3,
4.
5.
6.
7.
8.
9.
10.
��
Bidder
cwt�&-A-
• •
PAGE 6
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
GRAND CANAL DREDGING EELGRASS TRANSPLANT AND ROCK BUTTRESSES
CONTRACT NO. 3154
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character to that
proposed herein which he /she has performed and successfully completed.
Year Project
Completed Name /Aoencv
Person Telephone
To Contact Number
tfJ.�c2llas�rces/kF.NTtvzsoQLm 6J1'A-lti &Q 90 l 2%-IS63t6
z
Biddqfr
g,l
yE�1lvQh (�6+a14��i+�nnn�JIAsNL�t�l�
Q u
tfJ.�c2llas�rces/kF.NTtvzsoQLm 6J1'A-lti &Q 90 l 2%-IS63t6
z
Biddqfr
- - -- --------------------------------
U %1_,'99 09:=18 F'UELISOR --3 ? SO5 5nh B1O9 NO. 020 D07
PAGE 7
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
GRAND CANAL DREDGING EELGRASS TRANSPLANT AND ROCK BUTTRESSES
CONTRACT NO. 3154
NON - COLLUSION AFFIDAVIT
State of California )
) ss.
County of )
being first duly sworn, deposes and says that he or she is
of 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 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, sought 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 of the laws of the State of California that the foregoing is true
and correct. / I -,
=S �r -ter n sS
Bidder
Subscribed and sworn to before me this I Z day of
Notary Public
`,j yCon•
DEANNA C. GO^1ZALE5
ComrfS C14t)11 55533
Notary PuGic - California
Sonia Barbera
CouO>
My Comm. y
Expires
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
•
PAGE 8
GRAND CANAL DREDGING, EELGRASS TRANSPLANT AND ROCK BUTTRESSES
CONTRACT NO. 3154
NOTICE TO SUCCESSFUL BIDDER
The following Contract Documents shall be executed and delivered to the Engineer within
seven (7) calendar days (not including Saturday, Sunday and Federal holidays) after the date of
receipt Notice of Award to the successful bidder:
• CONTRACT
• LABOR AND MATERIALS PAYMENT BOND
• FAITHFUL PERFORMANCE BOND
• CERTIFICATE(S) OF INSURANCE
• GENERAL LIABILITY INSURANCE ENDORSEMENT
• AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT
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.
The Labor and Materials Payment Bond and Faithful Performance 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.
Pursuant to Public Contract Code Section 22300, appropriate securities may be
substituted for any monies to be withheld to ensure performance under the Contract
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 VII (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. Certificates of Insurance and additional insured
endorsements shall be on the insurance company's forms, fully executed and delivered with the
Contract. The Notice to Proceed will not be issued until all contract documents have been
received and approved by the City.
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
r
PAGE
GRAND CANAL DREDGING, EELGRASS TRANSPLANT AND ROCK BUTTRESSES
CONTRACT NO. 3154
CONTRACT
THIS AGREEMENT, entered into this 11th day of January, 1999, by and between the CITY
OF NEWPORT BEACH, hereinafter "City," and AIS Enterprises, hereinafter "Contractor," is
made with reference to the following facts:
A. WHEREAS, City has advertised for bids for the following described public work:
GRAND CANAL DREDGING, EELGRASS TRANSPLANT AND ROCK BUTTRESSES
Project Description
3154
Contract No.
B. WHEREAS, Contractor has been determined by City to be the lowest responsible bidder
and Contractor's bid, and the compensation set forth in this Contract, is based upon
Contractor's careful examination of all Contract documents, plans and specifications.
NOW, THEREFORE, City and Contractor agree as follows:
CONTRACT DOCUMENTS The complete Contract for the Project includes all of
the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal,
Bidder's Bond, Non- Collusion Affidavit, Faithful Performance Bond, Labor and
Materials Payment Bond, Permits, General Conditions, Standard Special Provisions
and Standard Drawings, Plans and Special Provisions for Contract No. 3154, Standard
Specifications for Public Works Construction (1994 edition) and all supplements and
this Agreement, and all modifications and amendments thereto (collectively the
"Contract Documents "). The Contract Documents comprise the sole agreement
between the parties as to the subject matter therein. Any representations or
agreements not specifically contained in the Contract Documents are null and void.
Any amendments must be made in writing, and signed by both parties in the manner
specified in the Contract Documents.
2. SCOPE OF WORK Contractor shall perform everything required to be
performed, and shall provide and furnish all the labor, materials, necessary tools,
expendable equipment and all utility and transportation services required for the
Project:
E
PAGE 10
All of the work to be performed and materials to be furnished shall be in strict
accordance with the provisions of the Contract Documents. Contractor is required to
perform all activities, at no extra cost to City which are reasonably inferable from the
Contract Documents as being necessary to produce the intended results.
3. As full compensation for the performance and completion of the Project as required by
the Contract Documents, City shall pay to Contractor and Contractor accepts as full
payment the sum of two hundred twelve thousand nine hundred and seventy five
This compensation includes:
(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.
4. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract,
before making its final request for payment under the Contract Documents, Contractor
shall submit to City, in writing, all claims for compensation under or arising out of this
Contract. Contractor's acceptance of the final payment shall constitute a waiver of all
claims for compensation under or arising out of this Contract except those previously
made in writing and identified by Contractor in writing as unsettled at the time of its
final request for payment.
5. WRITTEN NOTICE Any written notice required to be given under the Contract
Documents shall be performed by depositing the same in the U.S. Mail, postage
prepaid, directed to the address of Contractor and to City, addressed as follows:
CITY
City of Newport Beach
Public Works Department
3300 Newport Boulevard
Newport Beach, CA 92663
Attention: Fong Tse
(949) 644 -3340
AIS Enterprises
797 Rincon Hill Road
PO Box 239
Carpinteria, CA 93014
805 - 684 -4344
6. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this
Contract, hereby certifies:
"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 undertake self -
insurance in accordance with the provisions of the Code, and I will comply with such
provisions before commencing the performance of the work of this Contract."
0 0
7. INSURANCE
PAGE 11
(a) Insurance is to be placed with insurers with a Best's rating of no less than A:VII
and insurers must be a California Admitted Insurance Company.
(b) Contractor shall furnish City with certificates of insurance and with original
endorsements effecting coverage required by this Contract. The certificates and
endorsements for each insurance policy are to be signed by a person authorized
by that insurer to bind coverage on its behalf. All certificates and endorsements
are to be received and approved by City before work commences. City reserves
the right to require complete, certified copies of all required insurance policies, at
any time.
(c) Contractor shall procure and maintain for the duration of the contract insurance
against claims for injuries to persons or damages to property which may arise
from or in connection with the performance of the work hereunder by Contractor,
his agents, representatives, employees or subcontractors. The cost of such
insurance shall be included in Contractor's bid.
A. Minimum Scope of Insurance
Coverage shall be at least as broad as:
Insurance Services Office Commercial General Liability coverage "occurrence" form
number CG 0001 (Edition 11/85) or Insurance Services Office form number GL 0002
(Edition 1/73) covering Comprehensive General Liability and Insurance Services
Office form number GL 0404 covering Broad Form Comprehensive General Liability.
2. Insurance Services Office Business Auto Coverage form number CA 0001 0187
covering Automobile Liability, code 1 "any auto' and endorsement CA 0029 1288
Changes in Business Auto and Truckers Coverage forms - Insured Contract.
3. Workers' Compensation insurance as required by the Labor Code of the State of
California and Employers Liability insurance.
B. Minimum Limits of Insurance
Coverage limits shall be no less than:
General Liability: $1,000,000.00 combined single limit per occurrence for bodily
injury, personal injury and property damage. If Commercial Liability Insurance or
other form with a general aggregate limit is used, either the general aggregate limit
shall apply separately to this projectilocation or the general aggregate limit shall be
twice the required occurrence limit.
2. Automobile Liability: $1,000,000.00 combined single limit per accident for bodily
injury and property damage.
PAGE 12
3. Workers' Compensation and Employers Liability: Workers' compensation limits as
required by the Labor Code of the State of California and Employers Liability.
C. Deductibles and Self- Insured Retentions
Any deductibles or self- insured retentions must be declared to and approved by City.
At the option of City, either: the insurer shall reduce or eliminate such deductibles or
self- insured retentions as respects City, its officers, officials, employees and
volunteers; or Contractor shall procure a bond guaranteeing payment of losses and
related investigations, claim administration and defense expenses.
D. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, the following provisions:
1. General Liability and Automobile Liability Coverages
(a) City, its officers, officials, employees and volunteers are to be covered as
additional insureds as respects: liability arising out of activities performed by or
on behalf of Contractor, including the insured's general supervision of
Contractor; products and completed operations of Contractor; premises owned,
occupied or used by Contractor; or automobiles owned, leased, hired or
borrowed by Contractor. The coverage shall contain no special limitations on the
scope of protection afforded to City, its officers, officials, employees or
volunteers.
(b) Contractor's insurance coverage shall be primary insurance and /or primary
source of recovery as respects City, its officers, officials, employees and
volunteers. Any insurance or self- insurance maintained by City, its officers,
officials, employees and volunteers shall be excess of the Contractor's insurance
and shall not contribute with it.
(c) Any failure to comply with reporting provisions of the policies shall not affect
coverage provided to City, its officers, officials, employees and volunteers.
(d) Contractor's insurance shall apply separately to each insured against whom
claim is made or suit is brought, except with respect to the limits of the insurer's
liability.
(e) The insurance afforded by the policy for contractual liability shall include liability
assumed by contractor under the indemnification /hold harmless provision
contained in this Contract.
2. Workers' Compensation and Employers Liability Coverage
The insurer shall agree to waive all rights of subrogation against City, its officers,
officials, employees and volunteers for losses arising from work performed by
Contractor for City.
3. All Coverages
PAGE 13
Each insurance policy required by this clause shall be endorsed to state that
coverage shall not be suspended, voided, canceled, rescinded by either party,
reduced in coverage or in limits except after thirty (30) days' prior written notice by
certified mail, return receipt requested, has been given to City.
E. Acts of God
Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for
the repairing and restoring damage to Work, when damage is determined to have
been proximately caused by an Act of God, in excess of 5 percent of the Contract
amount provided that the Work damaged is built in accordance with the plans and
specifications.
F. Right to Stop Work for Non - Compliance
City shall have the right to offer the Contractor to stop Work under this Agreement
and /or withhold any payment(s) which become due to Contractor hereunder until
Contractor demonstrates compliance with the requirements of this article.
8. RESPONSIBILITY FOR DAMAGES OR INJURY
A. City and all officers, employees and representatives thereof shall not be responsible in
any manner: for any loss or damages that may happen to the Work or any part
thereof; for any loss or damage to any of the materials or other things used or
employed in performing the Work, for injury to or death of any person either workers or
the public; or for damage to property from any cause arising from the construction of
the work by Contractor, or its subcontractors, or its workers, or anyone employed by it.
B. Contractor shall be responsible for any liability imposed by law and for injuries to or
death of any person or damage to property resulting from defects, obstructions or from
any cause arising from Contractor's work on the Project, or the work of any
subcontractor or supplier selected by the Contractor.
C. Contractor shall indemnify, hold harmless, and defend City, its officers and employees
from and against (1) any and all loss, damages, liability, claims, allegations of liability,
suits, costs and expenses for damages of any nature whatsoever, including, but not
limited to, bodily injury, death, personal injury, property damages, or any other claims
arising from any and all acts or omissions of Contractor, its employees, agents or
subcontractors in the performance of services or work conducted or performed
pursuant to this Contract; (2) use of improper materials in construction of the Work; or,
(3) any and all claims asserted by Contractor's subcontractors or suppliers on the
project, and shall include reasonable attorneys' fees and all other costs incurred in
defending any such claim. Contractor shall not be required to indemnify City from the
sole or active negligence or willful misconduct of City, its officers or employees.
PAGE 14
D. To the extent authorized by law, as much of the money due Contractor under and by
virtue of the Contract as shall be considered necessary by City may be retained by it
until disposition has been made of such suits or claims for damages as aforesaid.
E. Nothing in this article, nor any other portion of the Contract Documents shall be
construed as authorizing any award of attorneys' fees in any action to enforce the
terms of this Contract, except to the extent provided for in "C" above.
F. The rights and obligations set forth in this Article shall survive the termination of this
Contract.
9. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all
other Contract Documents by Contractor is a representation that Contractor has visited
the Project Site, has become familiar with the local conditions under which the work is
to be performed, and has correlated all relevant observations with the requirements of
the Contract Documents.
10. CONFLICT If there is a conflict between provisions of this Contract and any other
Contract Document, the provisions of this Contract shall prevail.
11. WAIVER A waiver by City or any term, covenant, or condition in the Contract
Documents shall not be deemed to be a waiver of any subsequent breach of the same
or any other term, covenant or condition.
IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day
and year first written above.
U I Y ULtNr%
APPROVEP AS TO FORM:
CITY ATTORNEY
CITY OF NEWPORT BEACH
A Municip orporation
By:
nnis D. O'Neil, Mayor
..
i►
ac�r .�r® tJABILITY INSU , a e u, ll °o,M
x;
PRODUCER 7 � ��� -���� �� THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
STRACHOTA INSURANCE AGENCY °^{ +r o•. •: NWER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
43500 Ridge Park Dr Sub 1203 1 "- '• : i `J �: AL R THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
Temecula CA 82580 i COMP v
JAN 1 4 1999 A UNITED CAPITOL INS. CO. 1 /
INSURED j
COM Y
PUBLIC WORKS
AIS Construction Company nIFWpORT BEACH, CAL
PO Box 238 --
B
COM ANY
Carpklterla CA 83014
COMPANY
D
fXIVERI�GES I .
THIS IS'TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLlGV 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LP
TYPE OF INe11RANCE
POIICY NUWBEA POLICY
DATE
EFFECTIVE
(MMIDD/M
POLICY E9(PIRATION
DATE (MMIDDNY)
UMITS
A
GENERAL
LIABILITY
COMMERCIAL GENERAL LIABILITY
GLAA1300912
02i 1219B
02/12199
GENERAL AGGREGATE
$ 2,000,000
PRODUCTS - COMP /OP AGG
$ 1,000,000
X
PERSONAL & ADV INJURY
_EACH
$ 1,000,000
AIMS MADE X OCLUR
0 R'S d CONTRACTOR'S PROT
OCCURRENCE
$ 1,000,000
FIRE DAMAGE (Any one fire)
$ 50,000
MED EXP (Any one person)
$ 1,000
OMOBILE LIABILITY
COMBINED SINGLE LIMIT
$
IA
ANY AUTO
ALL OWNED AUTOS
BODILY INJURY
(Per person)
$
SCHEDULED AUTOS
HIRED AUTOS
BODILY INJURY
(Per ddent)
$
NON -OWNED AUTOS
PROPERTY DAMAGE
$
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN AUTO ONLY
ANY AUTO
EACH ACCIDENT
$
AGGREGATE
$
EXCESS LIABILITY
EACH OCCURRENCE
$
AGGREGATE
$
UMBRELLA FORM
I
W=M
TORY LIMITS R
$
OTHER THAN UMBRELLA FORM
WORKERS COMPENSATION AND
EL EACH ACCIDENT
$
EMPLOYERS LIABILITY
EL DISEASE POLICY LIMIT
$
THE PROPRIETOR/ INCL
PARTNERSIEXECUTIVE
OFFICERS ARE EXCL
El DISEASE EA EMPLOYEE
$
OTHER
CERTII FIII:ATEDPHOLUER NAMED AS ARIC M PONAk NSURED REGARD I GENERAL LIABILITY POLICY PER ENDORSEMENT TO BE ISSUED BY COMPANY
'EXCEPT FOR NCNPAY THEN 10 DAYS 011299GL
iAT1E1CA7E'H(kAER ��..._
','CANGELLATIOk s
__
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
(
CITY OF NEWPORT BEACH 1
3300 NEWPORT BLVD n / (, e
EXRRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
' 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFTN
NEWPORT BEACH CA 93 IYNI /Yl
ESENTATNES.
AUTHOR] A c
1 805 962 2114
01/18/99 MON 15:05 FAX 805 961M114 COAST TRANSPORT • z001
,:. .:... �yI�'!, i �.� Imo• >" nyy1 s.. _ DI1TE (MYNDIYY)
...: :.�\ Yr:YV, r...r. f ..»..,.f �. r xnr Si • �i.v N. ,rza��% •:: 1118/99 �<
PRO0IKER " "` TH13 CERTIFICATEIS ISSUED AS A MATTER OF INFORMATION
COAST TRANSPORT INSURANCE SERVICE ONLY AND CONFERS NO RlGHT6 UPON THE CERTIFICATE
PHONE: 805 - 962 -0800 LICENSE #:0458584 HOLDER, THIS CERTIFICATE DOE9 NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
P.O. BOX 21157 COMPANIES AFFORDING COVERAGE
SANTA BARBARA, CA. 93121p PROGRESSIVE NORTHWESTERN
INSURED ANDY 1. SHEAFFER
COMPANY
A I S ENTERPRISES
COMPANY
C
P.O. BOX 239
COMPANY
CARPINTERIA, CA 93014
D
F'izrz k ,: ° x; s:iz., �:•- :..0 #r ,r:'. F x fii ,'ji SLRy�.::x�# 6., °�:? „� �a
O4kVEiYJ1a...
HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW
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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
M, TYPE OF INSURANCE
POLICY NUMBER
POUCYEFFECTIVE
DATE (M
POLICY EXPIRATION
DATE(MWDD^
LIMITS
OENFRAL LIABILITY
GENERAL. AGGREGATE
S
- COMRrOP AGO
$
COMMERCIAL GENERAL UABIUTY
.PRODUCTS
PERSONAL BADV INJURY
S
CLAIMS MADE ❑ OCCUR
EACH OCCURRENCE
S
OWNERB B CONTRACTOR'S PROT
FIFE DAMAGE (Ury one I,e)
S
MED OF (Any a pa e )
$
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT
\ 1,000,000
ANY AUTO
X
BODILY INJURY
Pe )
S
A
ALL OWNED AUTOS
SCHEDULEOAUTOS
CA 0920518 -0 I
1/15/99
1/11/00
BODILY INJURY
IF" amideO
\
-
FYPED AUTOS
NONAWNED AUTOS
PROPERTY DAMAGE
S
GARAGE LIABILRY
AUTO ONLY EA ACCIDENT
S
OTHER THAN AUTO ONLY:
.
ANY AUTO
i
EACH ACCDOEM
E
AGGREGATE
$
EXCESS LIABILITY
FALNOCCURRENCE
S
AGGREGATE
$
UMBRELLA FORM
S
OTHER THAN UMBRELLA FORM
WORKERS COMPENSATION AND
STATUTORY UA\75
EACH ACCIDENT
S
LIABILITY
DISEASE - POLICY LIMIT
S
1EMPLOYERS
THE PROPRIETCRJ
PARTNERS/ExECUTM IIJCL E
OFFICER ARE: IXCL
I
DISEASE- EACH EMPLOYEE
S
OTHER
DESCRIPTION OF OPERATIONS ILOCATIOMBNENICLESISPECW. ITEMS
1989 FREIGHTLINER #KH344325
CERTIFICATE HOLDER IS TO BE NAMED ADDITIONAL INSURED.
.yy
V��i A�T/Lf.1L i .. �I ':'.� > ...�:. {�: .. a .CYi'a8:' ,t .. :S:.b : ,r ...... �€ .{f ;'E I`„ F .I ial<�•..:": ,. '.Y ,,. £. ry :ix.
SHOULD ANY OF THE ABOVE VWCIIELV` PONCES SE CAMCEIIFO BEFORE ME
DATE THEREOF, THE ISBUIND CWPANY W" ENDEAVOR TO MAIL
ORATNHI
CITY OF NEWPORT BEACH DAYS WRITTEN VOME,T, MS egRW CATIE HOLDER KAMM To THE LEFT
AIF \VCIFI
3300 NEWPORT BLVD. �� EPPIBexTATVEa
AU REPRESENTATIVE
NEWPORT BEACH CA 92663
st
Wow .. .: (': s t'. i
J
914405165089 • 10 001
01/20199 WED 13:01 FAX 91440089 PROGRESSIVE
Iv LUG Cirit'f+-*C
PAOCAEJI/NE
ADDITIONAL INSURED
The person or organization named below is a person insured with respect to such liability coverage as is
affected by the policy but this insurance applies to said insured only as a person liable for the conduct of
another insured and then only to the extent of that liability. We also agree with you that insurance
provided by this agreement will be excess insurance over any other valid and collectible insurance.
NAME OF PERSON OR ORGANIZATION:
CITY OF NEWPORT BEACH
3300 NEWPORT BLVD.
NEWPORT BEACH, CA 92663
All other parts of this policy remain unchanged.
This endorsement changes Policy No.: CA00920516 -0
Issued to (Name of Insured): ANDY SHEAFFER DBA: A I S CONSTRUCTION
Endorsement Effective: 01/11/99 Expiration: 01/11/00
Form No. 1198 (7.96)
01/26/99
805 962 2112
TUE 09:43 FAX 805 96AW114
COAST TRANSPORT •
ADDITIONAL INSURED
zoO1
PROGREll /L/E�
OO�IMEIMYI Y1I110LE INLYMNOE
The person or organization named below is a person insured with respect to such liability coverage as is afforded
by the policy but this insurance applies to said insured only as a person liable for the conduct of another insured and
then only to the extent of that liability. We also agree with you that insurance provided by this agreement will be
excess insurance over any other valid and collectible insurance.
NAME OF PERSON OR ORGANIZATION:
CITY OF NEWPORT BCH 3300 NEWPORT BL
All other parts of this policy remain unchanged.
This endorsement changes Policy No.: 00920518 - o
Issued to (Name of Insured): ANDY I. SHEAFFER
NEWPORT BEACH CA 92863
Endorsement Effective: 01/11/99 Expiration: ot/11/00
GJyq -ls �fy- '�3 /Fl 1 Lr•<c� cirlr tie
Form No. 1198 (8 -93) AGENT'S COPY CVWE11069615371-119801
0 003 003 00000 0000 00 0 0 0 0 0 0 WDI00000000
n�u�u�uwW�n��ma�a�A�u�H�uI���HI�n�IN�Q�lN�9�01�n��hlq
L
&09 -99 UNIT 0020422
RECElVE®_-
=i aim
PUBLIC WORKS
NEWPORT BEACH, CAV _.,__,;
This is to certify that we have issued-e valid Workers' Compensation insurance policy in a form approved by the California
Insurance Commissioner to the employer named below for the policy period indicated.
This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer.
We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration.
.415D,..
Page PR -1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
GRAND CANAL DREDGING EELGRASS TRANSPLANT AND ROCK BUTTRESSES
CONTRACT NO. 3154
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard, P. 0. 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. 3154 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 UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. Lump Sum Mobilization
Dollars
and
Cents $ $ 1 ti! CUOO.
Per Lump Sum
2. Lump Sum Traffic Control
Dollars
and
Cents $ / $ '�GL")o OU
Per Lump Sum
3. Lump Sum Survey Service
Dollars
and /
Cents $ $ i G D 0 .
Per Lump Sum
7. 180 S.Y Place Fabric
@ t �; T} _� Dollars
and
Cents $ .Cj
Per Square Yard
8. Lump Sum Retrieve and Place Errant Rock
i
@ Yc•� r ynti� Dollars
and J J
Cents
Per Lump Sum
9. 650 Tons Place Imported Rock
@ ���J,� J Dollars
and
Cents $
Per Ton
10. 75 C.Y. Disposal of Canal Debris
@
Forty Dollars
and
Zero Cents $ 40.00 $ 3,000.00
Per Cubic Yard
Page PR -2
ITEM
QUANTITY
ITEM DESCRIPTION AND UNIT
UNIT
TOTAL
AND UNIT
PRICE WRITTEN IN WORDS
PRICE
PRICE
4.
2,700 C.Y.
Dredge and Place Material
Dollars
and
Cents
$
Per Cubic Yard
5.
2,300 C.Y.
Place Imported Sand
@ IWcNT'' F" Em- Dollars
and
$
$ IS]; j7�O
—Cents
Per Cubic Yard
6.
27,500 S.F.
Collect and Transplant Eelgrass
@ �%N= I
—Dollars
I . n l_
-7 1 a
2 556
and
�,tiJF Cents
$ f +�'�t
$ 29 i i
Per Square Foot
7. 180 S.Y Place Fabric
@ t �; T} _� Dollars
and
Cents $ .Cj
Per Square Yard
8. Lump Sum Retrieve and Place Errant Rock
i
@ Yc•� r ynti� Dollars
and J J
Cents
Per Lump Sum
9. 650 Tons Place Imported Rock
@ ���J,� J Dollars
and
Cents $
Per Ton
10. 75 C.Y. Disposal of Canal Debris
@
Forty Dollars
and
Zero Cents $ 40.00 $ 3,000.00
Per Cubic Yard
0
TOTAL PRICE IN WRITTEN WORDS
- WoHWD?E-- Z7wt-Jr- QD*20SA Z Dollars
LANE Ho&)A2c1i s00e&/ c! f=iJ1-- and
d Cents
0
Total Price
Bidder's Name: AI-5 r tirrC —SZr �2�5�5
Bidder's Address:
Bidder's Telephone Number: ROS 624 4349
Contractor's License No. & Classification: 22961 f A
12 -_:z2 -911
Date
Page PR -3
eA. 93014
January 11, 1999
CITY COUNCIL AGENDA
BY THE CITY
TO: MAYOR AND MEMBERS OF THE CITY COUNCIL I _.A j �
FROM: PUBLIC WORKS DEPARTMENT
Cu w.(•rw� "Q QitO�
SUBJECT: GRAND CANAL DREDGING, EELGRASS TRANSPLANTT, ANA
BUTTRESSES, CONTRACT NO. 3154 C -364
4
REJECT ALL BIDS RECEIVED SLR N�w�,hc�
RECOMMENDATIONS:
1. Approve the Plans and Specifications.
2. Reject the sole bid received.
3. Direct staff to re- budget and re- advertise the project for bids during FY 1999-
2000.
. DISCUSSION:
At 11:00 A.M on December 22, 1998, the City Clerk opened and read the following bid
for this project:
BIDDER TOTAL BID PRICE
Low AIS Enterprises of Carpinteria, CA $212,975
The low total bid price is 12% above the Engineer's Estimate of $190,000. The low
bidder, AIS Enterprises, is a newly - licensed General Engineering "A" Contractor. It
appears that AIS has not completed a similar project. In addition, AIS' unit prices for
dredging and material placement appear to be higher than previous projects.
The Grand Canal was last dredged and the seawall embankments rebuilt in the mid
1980s. At that time, the entire length of the Canal was dredged using the clam -shell
method.
During the bid advertisement period, staff sent bid invitations to nineteen contractors
that bid dredging projects for other Southern California agencies during 1998. Of the
nineteen contractors, only AIS submitted a bid. Their total bid price is $83,000 above
the $130,000 budgeted amount. Due to the lack of competitive bid response, staff
• contacted all of the noticed contractors that did not bid on the work to obtain an
0
SUBJECT: REJECT THE BID R VED FOR CONTRACT NO. 3154 - GRAND *L DREDGING, EELGRASS
TRANSPLANT AND CKBUTTRESSES
January 11, 1999
Page
understanding of the lack of bids. Of the seventeen firms contacted, seven contractors •
did not respond; three contractors were clam -shell dredgers and could not perform the
required hydraulic dredge work; three contractors were busy with other commitments;
one contractor had difficulty with sub - contracting the eelgrass transplant portion of the
work; and the work was either too small or too big for the remaining three contractors.
From the information obtained from the non - bidders, it appeared that the specified
hydraulic work method desired by the Canal residents and the lack of readily available
contractors contributed to the lack of bids for this project.
Due to State and Federal requirements that limit all eelgrass transplant work to be
performed between the months of October and February; that the re- advertisement of
the project at this time for more favorable bids will not provide the contractor with
sufficient time to complete the eelgrass work prior to the February 281h transplant
completion deadline; that the Corps of Engineers Permit will not expire until August of
year 2001; and that the California Coastal Development Permit will not expire until
October of year 2000, staff recommends the project to be rebugeted and re- advertised
for more favorable bids during FY 1999 -2000.
BACKGROUND:
Last year, while preparing the contract plans and specifications for this project, 1.5 acres
of eelgrass was discovered growing along the entire canal bottom where dredging was
originally planned. Although staff maintained that the work is maintenance in scope, the •
City is required by the US Corps of Engineers, the National Marine Fisheries Service, the
California Coastal Commission, and the California Department of Fish and Game to
develop and implement a preliminary and a final mitigation plan to mitigate /transplant ail
eelgrass disturbed and /or removed by the dredging work to the extent that there will not
be any net loss of eelgrass 5 years after the mitigation work has been completed.
Since the cost of eelgrass transplant and maintenance is substantial, staff negotiated
with the State and Federal agencies to explore alternatives to reduce the scope and
cost of the required and unbudgeted eelgrass removal and transplant work in the Canal.
Subsequently, staff re- surveyed the Canal after the 1998 El Nino storms and found the
canal bottom from the first alley south of North Bay Front to just north of the Park
Avenue Bridge already has acceptable depths and therefore will not require any
dredging nor eelgrass transplant work.
The proposed work include the hydraulic dredging of 2,700 cubic yards of existing
Canal material from the most northerly 100 feet of the Canal and approximately from
the Park Avenue Bridge to South Bay Front; the rebuilding of seawall embankments
along both sides of the Canal using the dredged material and 2,300 cubic yards of
imported sand provided at no cost by the County of Orange from their Bayside Drive
HarborMaster Lifeguards Station beach; the transplanting of 27,500 square feet of
eelgrass impacted by the dredging work; and the import and placement of 650 tons of
•
f:\ users\ pbw\shared\council \fy98- 9Nan -11 \grand canal c- 3154.doc
•
SUBJECT: REJECT ALL BIDS *IVED FOR CONTRACT NO. 3154 - GRAND 10AL DREDGING, EELGRASS
TRANSPLANT AND ROCK BUTTRESSES
January 11, 1999
Page 3
rock to reconstruct and construct rock buttresses at all four Canal seawall corners and
at Crab Point.
The plans and specifications for the project were prepared by staff.
Respectfully submitted,
PUBLIC WORKS DEPARTMENT
Don Webb, Director
By:
ong se, P.E.
Associate Engineer
Attachment: Project Location Map
Bid Summary
\ Mis_ 1\ sys\ userslpbw \sharedlcouncil\fy98- 99Van -11 \grand canal c-3154.doc
2
W
CL
H
Z
U W
Q �
w
W
a
IX w
00
a
Y
Z
O
L3
O U
H J
U m
a
z
O
F-
U
O
ui
D
0] F-
0
w
W U
W w
Z
Z or
w n.
F
•
i
z
Z
0
0
a
�
o
z
z
Z
00
0
a
o
z
Z
�
N
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
o
p
H
Z
o
O
0
O
0
o
0
0
o
o
vi
r
o
0
0
0
0
0
0
0
o
N
�000m�nmroinor
h�
.M
fA
U3
��Nt9��fNN
A
a
N
N
60
LU
w
N
NW
rW
Z
O
O
O_
M
O
O
D
if)
M
V
J
~
0
O
x
0
O
0
0
O
0
0
O
0
0
O
0
0
O
0
0
O
0
0
O
0
0
O
0
0
O
0
p
Z
co
0
0
0
0
0
0
0
0
0
0
O
m
o
N
O
°r
O
Lo
Ul
N-m
C6
-
0
cfip
0
mU
EQ
in
wwd
wwfn
u>
O)
N
W
�
i
x000000000
0000000000
C
0
0
0
tD
00
(V
tM
O
O
O
C
N
00
fA
MIA
fA
w
w
cd
w
w
J
JJUU
U)
CO
FZ-U
Z
fp
N
N
r
N
•--
U
N
N
V
Z
�
U
0
O
K
d
N
m
n
so
U
W
m
a'
o
c
F
5
m
c
w
m
r
U
O
p
p
F
a
p
n
O
U
N
E
y
'
yyU
y
O
A
J
d
O
U
!n
d
t0
!!1
�F
fA
OaUd
d'a0
W
�NClO
�<ormrn°
i
F
•
i
WC.1EJ Ill lCR "lHTlluA
!rQ1)ii:n•u ��
Very truly yours,
reY,a,..ee7 Q .- '99 JAN 11 ^.10 :42
Nancv C. Ranev
NANCY E. RANEY, ESQ.
301 Grand Canal
Balboa Island, CA 92662
(949) 673 -0326
(949) 723 -6589 Fax
January 11, 1999
Mayor Dennis O'Neil, Esy.
Councilwoman Norma Glover, Chair, Harbor Quality Committee
Councilman John Noyes
Councilman Gary Adams
Councilwoman Jan Debay
Councilman Todd Ridgeway
Councilman Tom Thomson
Newport Beach City Council By Facsimile (949) 644.3039
Dear Mayor and Members of the City Council,
Accompanying this letter is the Petition to Dredge The Grand Canal on Balboa (stand.
This Petition was signed by virtueily every person whom we approached.
Having teamed three days ago that this matter was being put on the Consent Calendar to
delay or cancel the dredging, Pamela Murray and I went door -to -door to circulate the
Petition. The overwhelming majority was under the impression that the (iretiging was to
take place and be completed within the next few weeks, I observed that some homeowners
had even removed their piers in anticipation of the expected dredging,
The condition of the Canal is disgusting. Instead of actual "sand," all we have is muck. At
tow tide, the green algae is apparent and emits a pungent odor.
The City has done nothing to preserve The Grand Canal for at least fourteen years. We
wcidcuta of llw Carol Nay as much ill PICI PGllllil Fece ax alyuuo clan uu 13dltnla loldnal.
Furthermore, there are as many piers on The Grand Canal as on the rest of the island
itself. The other beaches are built up every year; ours isn't.
There is a constant stream of tourists who visit Marine Avenue and come down to the sea
wall to enjoy the scenery, but they encounter these conditions.
I have been coming down to Balboa Island since I was six months old and finally moved
here m 1989. The Canal used to have a beach where one could put down a beach towel
and enjoy it.
Please don't delay the dredging and let the Canal further deteriorate.
T2d Wtj5£::I .c6: :. - SSE2L6C5 'CIN 3NOH= XC!x3NCL+ '�Oaa
Ll
0
Petition Regarding Dredging of The Grand Canal
We the residents of Balboa Island Grand Canal support the dredging of the
canal in early 1999 and urge the City Council, to approve the existing bid
that was submitted for consideration.
Delaying the dredging; would only result in further detcrioration and would
not guarantee any decreased costs of dredging at a later date.
NAME ADDRESS
?2d Wts;z:r: 6661 II "e� 5ESSi2L6b6 : 'GN 3NGNd XVJASNt/ : WO��
4--V-9
zed WC9£ : i I 655: TT ''lei SDS3£2L575 : "N SNOHd XC�1.?NtRi WNL"
r : _.,_-
pp
u�nt rk
C& of Newport Beach, NO. BA- 036
BUDGET AMENDMENT -�,1 7
1998 -99 AMOUNT: S1oo,000.00
ECT ON BUDGETARY FUND BALANCE:
Increase Revenue Estimates
X Increase Budget Appropriations AND
Transfer Budget Appropriations
from existing budget appropriations
from additional estimated revenues
PX from unappropriated fund balance
EXPLANATION:
This budget amendment is requested to provide for the following:
To appropriate $100,000 for the Grand Canal dredging project.
ACCOUNTING ENTRY:
BUDGETARY FUND BALANCE
Fund Account
delands Fund 230 3605
REVENUE APPROPRIATIONS (3601)
Fund /Division Account
EXPENDITURE APPROPRIATIONS (3603)
Description
Fund Balance Control
Description
Signed:
-�d:
Signed: `�n�'^' ±. 1 4M. ?Jrz,—Vl
City Council Approval: City Clerk
Increase in Budgetary Fund Balance
X Decrease in Budgetary Fund Balance
No effect on Budgetary Fund Balance
j B,' "i:lc C1T; CCUNCIL
-- -.IAN I 1 i
Amount
Debit Credit
$100,000.00
Automatic
$100,000.00
` ( ate
^Z= fS
Date's
C'
Date
Description
Division
Number
7231 Tidelands
Account
Number
C5100385 Grand Canal Dredging /Bulkhead
Division
Number
Account
Number
Division
Number
Account
Number
Division
Number
Account
Number
Division
Number
Account
Number
Signed:
-�d:
Signed: `�n�'^' ±. 1 4M. ?Jrz,—Vl
City Council Approval: City Clerk
Increase in Budgetary Fund Balance
X Decrease in Budgetary Fund Balance
No effect on Budgetary Fund Balance
j B,' "i:lc C1T; CCUNCIL
-- -.IAN I 1 i
Amount
Debit Credit
$100,000.00
Automatic
$100,000.00
` ( ate
^Z= fS
Date's
C'
Date