Loading...
HomeMy WebLinkAboutC-3179 - Jamboree Road Sewer ImprovementCII*)( OF NEWPORT B41ACH October 1, 1999 OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 GCI Construction, Inc. 245 Fischer Avenue, B -3 Costa Mesa, CA 92626 Subject: Jamboree Road Sewer Improvements, (C -3179) To Whom It May Concern: On August 23, 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 August 27, 1999, Reference No. 19990625354. The Surety for the contract is Reliance Insurance Company, and the bond number is B2892372. 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 PAGE 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD SEWER IMPROVEMENT CONTRACT NO. 3179 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of TEN PERCENT OF THE AMOUNT OF THE BID dollars ($ l0% of BIB to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of JAMBOREE ROAD SEWER IMPROVEMENT, Contract No. 3179 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to duly enter into and execute the Contract Documents for the construction of the project in the form required within ten days (10) (not including Saturday, Sunday, and federal holidays) after the date of the mailing of Notice of Award; otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing 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. Witness our hands this 8th day of MARCH , 19 99 GCI CONSTRUCTION, INC. Name of Contractor (Principal) RELIANCE INSURANCE COMPANY Name of Surety 700 N. BRAND BLVD., STE 1250 Address of Surety GLENDALE, CA 91203 (818) 240 -6960 Telephone RELIANCE INSURANCE COMPANY Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) California All- Purpose Certificate of Acknowledgment State of California On this the f4k day of L 19 C(� , before me, �. U Na f Non Nk a Notary Public for the State of California, personally appeared _ Name(s) of SW*n(s) S1_ �wsonally known to me OR ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he /shelthey executed the same in his/her /their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Witness my hand and official seal. JANET L. RUSSELL .. Comm. /1166123 t1� ,,fin j / /j�// / /// N NOTARY PURUC•CAUFORNIA =' ���! /y� %'� Oronpi County .r, M Cantu. Expgu Dart 2001 Notarys Stgtu Seat OPTIONAL INFORMATION The information befou, is optional. ffmvever, it may prove valuable and could p2 rni fraudulent attachment of this form to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL �% ��( / /['� 3tf9 CORPORA E OFFICER — <^b j _F, 0 /1 Title or Type of lbcument Kt�/ L / II.[i�Titk(s) ❑ PARTNER(S) ❑ ATTORNEY-IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: ABSENT SIGNER (PRINCIPAL) IS REPRESENTING: Name of Person(s) Number of Pages Date of Document 0 1997 ESI Edrtcationd Seminar, Inc. Reproduction Prol Wftd Reorder: Call I400.303 -3123 STATE OF CALIFORNIA SS. COUNTY OF RIVERSIDE On 3101 , before me, ROSEMARY STANDLEY PERSONALLY APPEARED TONG personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowl- edged to me that he /she /they executed the same in his/ her /their authorized capacity(ies), and that by his /her/ their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature OPTIONAL 44�'� OSEMAR N COMM. #1090462 NOTARY PUBLIC CALIFORNIA ur RIVERSIDE COUNTY MY Comm. E.xpim Jwe 7. 20M This area for Official Notarial Seal Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ATTORNEY -IN -FACT KTRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE ID-081 Rev. 6/94 ALL - PURPOSE ACKNOWLEDGEMENT RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY ADMINISTRATIVE OFFICE, PHILADELPHIA, PENNSYLVANIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, that RELIANCE SURETY COMPANY is a corporation duly organized under the laws of the State of Delaware, and that RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY, are corporations duly organized under the laws of the Commonwealth of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called 'the Companies') and that the Companies by virtue of signature and seals do hereby make, constitute and appoint Michael D. Stong, of Riverside, Califomia their true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver for and on their behalf, and as their act and dead any and all bonds and undertakings of suretyship and to bind the Companies thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the Companies and sealed and attested by one other of such officers, and hereby ratifies and confirms all that their said Attorney(s)-in-Fact may do in pursuance hereof. This Power of Attorney is granted under and by the authority of Article VII of the By -Laws of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY which provisions are now in full force and effect, reading as follows: ARTICLE VB - EXECUTION OF BONDS AND UNDERTAKINGS 1. The eea[0 a Dfrectms, me Prawdmt, ds fiahvun d toe Band, any S.ior f o P Cool, my Virg Presided er Amiamt Vi¢ Ptm, c ot a�ts afroer dray mete by the Bond bl Ditecmla than hue Power and eub) to m laj my mob, Amro y(,)- Paco and m onto them m the ecurc oa behalf of ty Coen to d harm and urMcrukinp, ravpiraav, mocn of iodemoiry and otbc vridn® obliymry io the romd mt dsreof, snit (b) m remove any w i AaarneY(aEinFad m my rime and revel¢ tls pm�v and auMOriry pvm m tMn. 2. Attorney(s)-in -Foot shill have power and atburiry, mbjm to me term; and limivaims adz Power of Amrmy Wood to dmn, to emote and deliw on behalf a the Company, boom and mdmokinp. rcop,inacm. cor cu a indeotoiry and abet wddep obliptory in the mmm thereof. The co pons sW u not wtmry for the v.Iidky of my boom and unmrukine; reaopiZmm, coomm of mdemaity and other NTIm1p ONlpmty N tuts NNm thmof. 1 Am vey(s) a-Faot dWl haw power and audwiry to encore affi&viu required m be xmrhed to boa&, ,emptiaa¢;, contracts a mermiry or other mnmtimal or odipmry underaunp and dsy mall W. haw power and md,airy to crtify tls fir ciO moment a rho C.Wy and to capiu of the By-lawt of ds Company a my oracle or recd. t1mr f. This Power of Amrney it siped and soled by fimimile under "d by au m ty a me find w na ruolutioa adopted by the Execmd and Fimme Cmanimm a me Bode a Doren m a Relmoc Insurance Cdnpany. United Pacific I.. Company and Relives Na and Imimodry CompmY by U... Conamt dried m a Fcbtum 28, 1991 and by its Eae.dw and Finmaal Commim, of ds Board a Dim m,; of Reliuwz Somty Company by Unmdm.; Conant dated as of March dl, 1994. -Resdvcd m" dw siprtum of sucb dirataa and offwen end its sal a its Cc m my may be of uci to my inch Power a Arno e, or my oertifintn rtMinQ theme by facomile, and my such Power of Am y or otr ifiute honor ads Ncdmile sipsmm or facsimile sou shall be vdid and biodin6 up. the Cmimoy and my such Power m exdoted sad cenirad by facsimile si moom and lksunile oral W1 be valid and bincti, up. its Company. in the fume wim respeot to my hood or und"mki.j m whki it a atwdsd.- IN WITNESS WHEREOF, the Companies have caused these presents to be signed and their corporate seals to be hereto affixed, this August 21, 1997. i �OPP mq�.eL � OpPOq�J �40pPOgym2 . oSE9 Lm . � a o��m � u 4.Sa�2 0 a �S� wisp' b3 ` �r l.,- �„P�' ' ?Mrs .)� 9(r a x� STATE OF Washington ) COUNTY OF King ) $a. RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY On this, August 21, 1997, before me, Laura L. Wadsworth, personally appeared Mark W. Alsup , who acknowledged himself to be the Vice President of the Reliance Surety Company, Reliance Insurance Company, United Pacific Insurance Company, and Reliance National Indemnity Company and that as such, being authorized to do so, executed the foregoing instrument for the purpose therein contained by signing the name of the corporation by himself as its duty authorized officer. In witness whereof, I hereunto set my hand and official seal bw r the State of Washington Residing at Puyallup I, Robyn Laying, Assistant Secretary of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMP- ANY, and RELIANCE NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force and effect IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day-i--MaAeA. 19r , awwavv pwten Pwa °"+� PH.tNpa. • P,POgP ° � � � PPOg7 n �pPPOq, 22 SeAL SPAT z mf�a Aasfstard Se y99a ! app. d ry ` 4tn .wa �,ra'' t'wu..ers°P• b . hefA PREMIUM INCLUDED IN PERFOR MANCE BOND • EXECUTED IN FOUR COUNTERPARTS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD SEWER IMPROVEMENT CONTRACT NO. 3179 BOND NO. B2892372 LABOR AND MATERIALS PAYMENT BOND PAGE 14 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to GCI Construction . Inc„ hereinafter designated as the "Principal," a contract for JAMBOREE ROAD SEWER IMPROVEMENT, Contract No. 3179 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. 3179 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, GCI Construction, Inc-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 One Hundred Thirty Nine Thousand Seven Hundred Thirty Dollars ($139.730.00), 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 severally, 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, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, 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 attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 0 LJ PAGE 15 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by 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 3rd day of GCI CONSTRUCTION, INC. Name of Contractor (Principal) RELIANCE INSURANCE COMPANY Name of Surety 700 N. BRAND BL STE 1250 MICHAEL D. STONG, ATTORNEY -IN -FACT Address of Surety Print Name and Title GLENDALE, CA 91203 818) 240 -6960 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED California All- Purpose State of California 0 gym I� of Acknowledgment On this the 1L1' -` day of 19q , before me, f Name of Notary Pu a Notary Public for the State of California, personally appeared ::F Y b. ; IlesDle.'� f e(s) of Swwrs(s) LJ Personally known to me OR ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his/her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Witness my hand and official sea(. JANET L. RUSSELL Comm. / 1166123 N NOTARY PUBLIC -CALIFORNIA Orsnpnrge County My Caron, Expires Oeo.11, 2001 Notary's Signs a Seal OPTIONAL INFORMATION The information bet" a optional. Hatrever, it tray prow valuable and could preventfraudulent attachment of this form to an unauthorLed document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL '' CORP ,RRATE OFFICER Tlde(s) ❑ PARTNER(S) ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: ABSENT SIGNER (PRINCIPAL) IS REPRESENTING: Title or Type of Document Number of Pages Date of Document Other • Name of Person(s) 7 1997 ESI Educationd Saninen. Inc. Reproduction Prohibited Reorder. Cen 1.400.301.3123 Lj STATE OF CALIFORNIA SS. COUNTY OF /RIVERSIDE On �` before me, ROSEMARY STANDLEY PERSONALLY APPEARED MICHAEL D. STONG personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowl- edged to me that he /she /they executed the same in his/ her /their authorized capacity(ies), and that by his /her/ their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature an .Y.V o/ WA& Q a OPTIONAL ROSEMARYSTANDLEY COMM. #1090462 .� NOTARY PUBLIC - CALIFORNIA rn RIVERSIDE COUNTY MY Comm. Eryiree JorM 7. 2000 r This area for Official Notarial Seal Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ATTORNEY -IN -FACT TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENnTY(IES) ID -081 Rev. 6/94 DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE ALL - PURPOSE ACKNOWLEDGEMENT RELIANCE SURETY COMPANY INSURANCE COMPANY UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY ADMINISTRATIVE OFFICE, PHILADELPHIA, PENNSYLVANIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, that RELIANCE SURETY COMPANY is a corporation duly organized under the laws of the State of Delaware, and that RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY, are corporations duly organized under the laws of the Commonwealth of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the laws of the State of Wisconsin (herein cotWively called 'the Companies") and that the Companies by virtue of signature and seals do hereby make, constitute and appoint Michael D. Stong, Susan C. Morrison, Shawn Blume, Rosemary Standley, of Riverside, Caltfomla their true and lawful Altomey(s }in -Fact, to make, execute, seal and deliver for and on their behalf, and as their act and deed any and ail bonds and undertakings of suretyship and to bind the Companies thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the Companies and sealed and attested by one other of such officers, and hereby raliRes and confirrns all that their said Attor- ney(s)-in -Fad may do in pursuance hereof. This Power of Attorney is granted under and by the authority of Article VII of the By -Laws of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY which provisions are now in full force and effect, reading as follows: ARTICLE W - EXECUTION OF BONDS AND UNDERTAIONOS 1. the Board or D'vecera. the Resident, the Cbabman of do Band, amp Samoa Vim Pmidra, any vim President or Aslant vie president or obea officr dea grated by the Board of D'vecmn doll have {vac and &Wbw y m W appoint Amrmy(l) -m-Fact ad M amhoriaa them to MoMm oa bebJf rd the Compaq, binds and undrdkep, rem�ere, miners of indemnity rtd other rrenp oEliBamry io the taint thereof. and (b) m remove any each Anvmy(s)-inFct at any race and revoke the poser and aahaNry given to them. 2. m acne and deliver an Wolf of the Cagvny, bads ad aMVnlde9s, reonpirem, mmaaeN of indemnity and other waritbp ubllpemy, in the mare threat the orpran sin in not mawy for the validity of any, Goods and ndernkleas omgoiaaacs. comcxe a baemmay and a an vsddnp ablipbp in the mine thveof. J. Amncy(2)- v Fact &hall have power and autbrfty to earcoae alfidavin regand to be am ached to Iroda, ncogam ma, onnacss of iademnhy or tube conditioned re obligatory underkiora and they shall also have power and mud..* to mtify the financial cawmcm a the company ad to copim of do By -lnrs of the Company or any adche or cd. theneor. This Paws of Asmreay a signed and waled by fcimile udr and by amdwq of the fonowine resoludm adapted by the Excem a ad Fimme Commerce, a the Beard, of Dirccrena of Reliance Insurance Company, Unitd Pacific Inauranae Company and Relbom National Indemnity Company by Uoanacens Comer datd a a February 2S, 1994 and by the Esa.Wrvre and Financial Camminee of the Board of Diectoes of Reliance Surety Canpny by Unanimous Camera deed as of Mach 71. 1996. •Radv,d des mac sip.arm of such dbeetos and offim+a and the cod of the Company may be aKsed many s d Porn of Anmmy or any mdfraes a" therm by fioiauk, ad any ancb P. of Amrcy or comfimte beaiag Inch faced. mgma. or facebmle west sba0 be vela as budfna open the Company and any math Power so aaaveeA and orufed by 15.5c w mnum and fuoacae seal shad be valid and binding upon the Company. in the fume with report to any bond or mdeneama m which it Is marbed.' IN WITNESS WHEREOF, the Companies have caused these presents to be signed and their corporate seals to be hereto affixed, this April 2, 1999. ,� �WaY �anula4, �Irp� PO � � POA !, ..� pPM S 4aa �a P � 2r� y� =ti nsO as n +m�ss�t ' SEAL - SEAL u t959 0 ` � a9 xa � tea? ',t,� z � �co1P'�a STATE OF Washington ) COUNTY OF King ) SS. RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY On this, April 2, 1999, before me, Laura L. Wadsworth, personally appeared Mark W. Alsup , who acknowledged himself to be the Vice President of the Reliance Surety Company, Reliance Insurance Company, United Pacific Insurance Company, and Reliance National Indemnity Company and that as such, being authorized to do so, executed the foregoing instrument for the purpose therein contained by signing the name of the corporation by himself as its duly authorized officer. In witness whereof, I hereunto set my hand and official seal. _ f18UC s Notary Public in and for the State of Washington Residing at Puyallup I, Robyn Layng, Assistant Secretary of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMP- ANY, and RELIANCE NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force and effect yq� IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed the seals of said Companies th� day of year of ' . \ f yaErr rw"aef .e,wluw,M yyrMOp. \ PO fly � PO � a ft959 0 rpga 6 ! `+ raze 9coN"�a Assistant Secretary - ` 4t.w+wa ' ",wer✓`y ti+uranr+� � P A� EXECUTED IN FOUR COUNTERPARTS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD SEWER IMPROVEMENT CONTRACT NO. 3179 BOND NO. B2892372 FAITHFUL PERFORMANCE BOND (The premium charges on this Bond is $1, 67 7. 00 being at the rate of $12.00 thousand of the Contract price. PAGE 16 WHEREAS, tp City Council of the City of Newport Beach, State of California, by motion adopted, awarded t onstruction Inc. hereinafter designated as the "Principal ", a contract for JAMBOREE ROAD EWER IMPROVEMENT, Contract No. 3179 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3179 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and GCI Construction. Inc., duly authorized to transact business under the laws of the State of Califomia as Surety (hereinafter "Surety "), are held and firmly bound unto the City of Newport Beach, in the sum of One Hundred Thirty Nine Thousand Seven Hundred Thirty Dollars ($ 139,730.00), 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. 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. E E PAGE 17 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. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 3rd day of MAY GCI CONSTRUCTION, INC. Name of Contractor (Principal) RELIANCE INSURANCE COMPANY Name of Surety 700 N. BRAND BLVD., STE 1250 MICHAEL D. STONG, ATTORNEY -IN -FACT Address of Surety Print Name and Title GLENDALE, CA 91203 (818) 240 -6960 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED California All- Purpose State of California e e ' Ia.( g of Acknowledgment On this the M_+11 day of 1 919 , before me, C + Name of Notary Pu a Notary Public for the State of California, personally appeared :TF Y b.G;i IlespIc", "ame(s) of bigners(s) 0 ;rsonaily known to me OR ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he /she /they executed the same In histher /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Witness my hand and official seal. JANET L. RUSSELL Comm. /1166123 N 12 N NOTARY RUILIC• CALIFORNIA Orrtpa WIT My Cwm. Ispka Dec. 21, 20D1 Notary's Slgnatu Seal OPTIONAL INFORMATION The Injormalion below it opt /oral. However. It maypmw vahabk and couldprevent fraudulent attachment ojthu form to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL `�� CORPORATE OFFICER �—�l Pry �1Cr¢2 j" Title or Type of Document Title(s) ❑ PARTNER(S) ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: ABSENT SIGNER (PRINCIPAL) IS REPRESENTING: Name of Person(s) Number of Pages Date of Document Other 1997 ESI EdwationN Somers, Inc. Reproduction Prohibited Reorder. Gtl I400.107.5123 STATE OF CALIFORNIA SS. COUNTY OF RIVERSIDE On before me, ROSEMARY STANDLEY PERSONALLY APPEARED MICHAEL D. STONG personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose narne(s) is /are subscribed to the within instrument and acknowl- edged to me that he /she /they executed the same in his/ her /their authorized capacity(ies), and that by his /her/ their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature LWr Wei t OPTIONAL ROSEMARY STANDLEY - COMM. 01090462 ' NOTARY PUSLIC - CALIFORNIA RIVERSIDE COUNTY rp cam. EXOM a.+ r, moo This areafor Official Notarial Seal Though the data below is not required by law, it may prove Valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ATTORNEY -IN -FACT TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSONS) OR ENnTYOES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE ID -081 Rev. 6/94 ALL - PURPOSE ACKNOWLEDGEMENT RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Reaarde.� in tl�e + %ou "1tY of Orange, California Gary L. Gr.ar�e•.i11.2 Clerk /Recorder 11111 ` dill wi�������'illi����'i�i��1�1, , No Fee 19990625354 3;23pm 06/27/99 005 17216 ?8E it 77 1,112 1 6.00 0.10 8.00 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 GCI Construction, Inc., of Costa Mesa, (y California, as Contractor, entered into a Contract on April 26, 1999. Said Contract set X61v forth certain improvements, as follows: Jamboree Road Sewer Improvements, C -3179 Work on said Contract was completed on August 3, 1999, and was found to be acceptable on August 23, 1999, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Reliance Insurance Company. r= W� �a 00 UW tom! r so N o BY rad 1 '-'� Pubii orks Director U N City of Newport Beach W R W� ; VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on (USv l�I i �� at Newport Beach, California. BY (�PA�GUtN U(. {�i6n1tL O,pvf1 City Clerk CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 August 25, 1999 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for the Jamboree Road Sewer Improvements (C -3179) Please record the enclosed document and return it to the City Clerk's Office. Thank you. Sincerely, Leilani I. Brown Deputy City Clerk Attachment 3300 Newport Boulevard, Newport Beach i10 � • RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NOTICE OF COMPLETION • 6103" NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and GCI Construction, Inc., of Costa Mesa, California, as Contractor, entered into a Contract on April 26, 1999. Said Contract set forth certain improvements, as follows: Jamboree Road Sewer Improvements, C -3179 Work on said Contract was completed on August 3, 1999, and was found to be acceptable on August 23, 1999, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Reliance Insurance Company. 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 non (lam At /� r lqq at Newport Beach, California. BY (�f- Ant ' 4. ,'&Pm pE ATl City Clerk August 23, 1999 i AUG 2 3 CITY COUNCIL AGENDA • APPROVED .. ITEM NO. 10 . TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: JAMBOREE ROAD SEWER IMPROVEMENTS, CONTRACT NO. 3179 - COMPLETION AND ACCEPTANCE RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. DISCUSSION: On April 26, 1999, the City Council authorized the award of the Jamboree Road Sewer Improvements contract to GCI Construction, Inc. of Costa Mesa, California. The contract provided for the installation of approximately 500 feet of sewer line in Jamboree Road at University Drive. With the new gravity line in place, the Eastbluff • sewer pump station has been abandoned. 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: $139.730.00 Actual amount of bid items constructed: 139,730.00 Total amount of change orders: 0.00 Final contract cost: $139,730.00 The project was constructed at the bid cost. There were no change orders issued on this project. Funds for the project were budgeted in the Jamboree Road and Bison Avenue Pump Station Account No. 7532- C5600461. All work was completed on August 3, 1999, the scheduled completion date. Rectful/lyf�submitted, -/ aet PUBLIC WORKS DEPARTMENT Don Webb, Director 0 By: 1 /— & Horst Hlawaty, P.E. Construction Engineer f:\ users\pbw\shared\ council \fy99.00\august- 23yamboree c- 3179.doc , 4 A . • CITY CLERK J' 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 2:00 p.m. on the 8th day of April 1999, at which time such bids shall be opened and read for JAMBOREE ROAD SEWER IMPROVEMENT Title of Project Contract No. 3179 $180,000.00 Engineer's Estimate Approved 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 Michael J. Sinacori. P.E. at (949) 644 -3342. PAGE 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD SEWER IMPROVEMENT CONTRACT NO. 3179 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. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. PAGE 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. -75535[0 OJ&SE A Contractor's License No. & Classification SCI C�r�s- hrc.�o►1 Bidder Autho zed Signature/Title F(CX/21 f 11YiQ uU Si2C�Tf�S• Aorj 15 , lgg9 Date PAGE 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD SEWER IMPROVEMENT CONTRACT NO. 3179 DESIGNATION OF SUBCONTRACTOR(Sj 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 Contractors 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. 2. 3. 4. 5. 6. 7. 8. 9. Subcontract Work Subcontractor Address 10. GCI �(1S`i1(XIUo,, 1-P. Bidder uthor' ed Signature/Title NO PAGE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD SEWER IMPROVEMENT CONTRACT NO. 3179 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 Person Telephone Completed Name /Agency To Contact Number it Q T-f v2JQd r C I CONSTRUCTION, INA FORMERLY: GILLISPIE CONSTRUCTION INC. COMPLETED PROJECTS As of DECEMBER 31,1998 CONTRACT CUSTOMER NAME & ADDRESS JOB #/ LOCATION AMOUNT ADAMS & STREETER CIVIL 544 MWD Access Road Construction 81,137 ENGINEERS 15 Corporate Park Irvine, CA 92606 (949) 474 -2330 AMERICAN GOLF CORP. 348 El Toro Golf Course 235,461 1633 26'" Street 355 Cherry Ave. /Jeronimo St. Improvements 228,629 Santa Monica, CA 90404 362 Rancho San Joaquin Storm Drain 18,182 CATELLUS RESIDENTIAL 454 Akins- RidgemoorDebris Basin 827,000 5 Park Plaza, #400 464 Akins Westchester Grading 1,709,907 Irvine, CA 92714 465 Akins Westchester Storm Drain 55,002 476 Line A Outlet Structure 12,500 502 Grading Improvements -Dale& Malvern 104,994 CALIFORNIA CORRIDOR 447 San Joaquin Hills Transportation 66,475 CONSTRUCTORS I P.O. Box 57018 I Irvine, CA 92619 -7018 CALTRANS DEPT. OF TRANSP. 356 Norco Housing 429 Orange County Fairgrounds 1 1,129,326 147,192 1120 "N" Street, Rm. 39 Sacramento, CA 95814 CALVERY CHAPEL 377 Green Valley Tank Site 104,089 3800 S. Fairview Road j Santa Ana, CA CALVERY CHAPEL GOLDEN 457 Calvary Chapel Golden Springs, Grading & 116,029 SPRINGS Parking Lot i CARLSON LANDSCAPING 350 County of Orange 54,045 9050 Blackbird Ave. j Fountain Valley, CA 92708 CITY OF ANAHEIM 108 Lakeview/LaPalma Storm Drain 200 S. Anaheim Blvd. 109 Walnut Creek Sewer & Storm Drain 52,000 Anaheim, CA 113 Anaheim Site Improvements + 5,854 (714) 254 -5100 156 Patrick Henry Storm Drain 441,000 376 Vintage Lane Soundwall 4 120,458 409 Residential Lots 12,233 5181 -5 Freeway Sewer Relocation Improvements 742,247 _ CITY OF BREA 146 Laurel Ave. Street Improvements 146,000 #I Civic Center Circle 152 Lambert Road Street Improvements 15,000 Brea, CA 92621 172 Firestation #3 330,000 (714) 990 -7600 176 Sewer Relocation i 44,640 f:\mhold\gci\joblist\finished.gci 1 of 9 pages C I CONSTRUCTION, INC* FORMERLY: GILLISPIE CONSTRUCTION INC. COMPLETED PROJECTS As of DECEMBER 31, 1998 CONTRACT CUSTOMER NAME & ADDRESS JOB #/ LOCATION AMOUNT CITY OF COSTA MESA 196 Arlington Drive Storm Drain & Street Improv. 185,000 77 Fair Drive 316 Fire Station 325,179 Costa Mesa, CA 92626 410 Iowa St. Storm Drain 50,494 (714) 754 -5000 427 Street Improvement Newport& 18'h St. 171,450 432 Indus St. Drainage Improvements 45,738 CITY OF COVINA 396 5,000 Gallon Reservoir and Pumps 537,593 125 E. College 412 Sewage & Pump Station 64,151 Covina, CA (818) 858 -7212 CITY OF DANA POINT 385 Street Widening— Stonehill & Selva 1,075,571 33282 Golden Lantern 451 Sidewalk Improvements on PCH 34,050 Dana Point, CA 92629 (949) 248 -9890 CITY OF FULLERTON 122 Emery Park Phase III 64,000 303 W. Commonwealth 123 Malvern -Brea Creek Tie -In Improvements 120,000 Fullerton, CA 92632 198 Drainage Improvements j 97,000 (714) 738 -6845 304 Harbor Bastanchury Road 210,870 308 Lions Park Storm Drain 94,048 309 Brea Blvd. Widening 68,657 319 Berkeley/HarborStorm Drain j 106,694 321 Bike Trail j 55,536 322 Highland Ave. Widening 118,865 CITY OF GARDEN GROVE 320 Street, Storm Drain Improvements ! i 190,052 CITY OF HUNTINGTON BEACH 401 H.B. Playcourt Reconstruction 383 Huntington Lake Storm Drain 125,055 305,555 Public Works Department 2000 Main Street 414 Inlet Drive ! 177,345 Huntington Beach, CA 92648 462 Corsican Flood Control Channel ! 50,727 463 Slater Flood Control Channel 16,733 532 Warner Avenue Improvements 23,259 CITY OF INDUSTRY 403 Commuter Rail Station Parking Lot Improvements ! 1,154,971 15651 E. Stafford Street (Grading & Storm Drain Improvements) j City of Industry, CA 91744 416 Industry Hills Parking Lot & Roadways ! 800,198 507 Grand Avenue Ramps 552,547 CITY OF IRVINE 419 Amalfi Drive a See e Mitigation r Pg g � _ 13,580 1 Civic Center Plaza 473 Westpark II — Offsite Irvine, CA 92713 (949) 724 -6000 CITY OF ORANGE 305 Tustin St. Street Improvements 216,620 300 E. Chapman Ave. Orange, CA 92666 f:\mhold\gci\joblist\finished.gci 2 of pages C I CONSTRUCTION, INCO FORMERLY: GILLISPIE CONSTRUCTION INC. COMPLETED PROJECTS As of DECEMBER 31,1998 CONTRACT CUSTOMER NAME & ADDRESS JOB #/ LOCATION AMOUNT CITY OF LAGUNA BEACH 155 Heisler Park Slope Reconstruction 230,000 505 Forest Avenue 370 Wastewater Pump Station Improvements 239,418 Laguna Beach, CA 92651 405 Storm Damage 40,076 (714) 497 -0339 415 Animal Shelter 18,673 456 Cress Street Retaining Wall 105,114 458 Animal Shelter Bridge 86,728 459 Canyon Acres Drive Fire Access Road 69,021 461 Dunning Drive Landslide Repair 698,201 466 Laguna Beach Water District 44,410 520 Orchid & Ocean 6,198 522 Park & Wendt 7,750 523 Animal Shelter 9,757 524 Rancho Laguna I 38,112 529 Misc. Repair Jobs I 54,499 533 Ocean Vista Storm Drain 388,731 547 Dewitt Property Bridge Over Laguna Cyn Channel . 123,769 552 Tiajuana Street Reservoir 26,500 CITY OF LONG BEACH 135 Landscape Modification 148,000 3300 Newport Blvd. 136 Gabion Slope Repair 168,000 Newport Beach, CA 92663 (949) 644 -3311 CITY OF LAGUNA NIGUEL 441 Callendar Court 211,639 27801 La Paz 488 Crown Valley Parkway/Niguel Road ` 457.319 Laguna Niguel, CA 92656 501 Parking Lot Extention, Crown Valley Pkwy. I 22,580 (714) 362 -4300 539 La Plata Storm Drain 387,396 _ CITY OF NEWPORT BEACH 101 Old Newport Blvd. 90,000 3300 Newport Blvd. 128 Oasis Park & 5th St. Improvement 242,000 Newport Beach, CA 92663 131 1983 -84 Storm Drain Improvement 218,000 (714) 644 -3311 194 Ticket Booth Const. 58,000 311 Hospital Road Widening 275,157 306 Backbay Trail 1,063,334 418 Misc. Storm Drain Const. 382,319 428 Hazel Drive 494,747 425 Channel Drive 51,365 450 Balboa Blvd. Reconst. 891,513 452 Bolsa Park 161,452 460 Main Street Sidewalk Improvements 66,902 471 MacArthurBlvd. 7,068 472 Balboa Manholes 17,283 475 Corona Del Mar Alley & Water Main 3731 649 479 15i1 St. Rehab, Storm Drain & Water Main Constr. 1,095,168 f:\mhold\gci\joblist\finished.gci 3 of 9 pages C I CONSTRUCTION, INCO FORMERLY: GILLISPIE CONSTRUCTION INC. COMPLETED PROJECTS As of DECEMBER 31, 1998 CUSTOMER NAME & ADDRESS JOB #/ LOCATION CONTRACT AMOUNT CITY OF NEWPORT BEACH 486 Bayview Way /Jamboree Road Improvements 457,319 continued 498 Lido Isle Pump Station 13,200 508 Kings Road Storm Drain Newport 78,673 520 Orchird & Ocean 6,199 542 Buck Gully/Little Corona Beach Outlet Mod. 405,693 549 Big Canyon Reservoir 17,580 555 Slope Repair @ Jamboree Rd. & Big Canyon 13,650 CITY OF SAN CLEMENTE 516 Calle Bahia Water Line j 144,976 100 Avenida Presidio San Clemente, CA (949) 361 -6100 CITY OF SAN JUAN CAPISTRANO 115 Sunhollow Improvements I 120 Alipaz & Del Obispo St. Improvements 184,000 93,000 32400 Paseo Adelanto San Juan Capistrano, CA 92675 302 Del Obispo St. Widening 209,000 (949) 493 -1171 328 Drainage Improvements I 64,000 332 Del Obispo Storm Drain 234,000 CITY OF SANTA FE SPRINGS 509 Patterson Place ! 697,212 517 UPRR Storm Channel Restoration 37,650 CITY OF WHITTIER 353 Savage Canyon Landfill 1,224,745 374 Savage Canyon Landfill 170,720 375 Gas Distribution Wells 15, 17 & 18 j 36,362 393 Savage Canyon Landfill 117,161 449 Well #13 MCC Building ! 54,950 485 Well #14 Rehabilitation, Whittier 142,907 CITY OF TUSTIN 195 Bell Avenue Storm Drain j 96,673 300 Centinnial Way 453 Pinetree Park Parking Bay Improvements 1 92,779 Tustin, CA 92680 455 Reconstruction "C" Street I. 65,983 (714) 573 -3000 j COTO DE CAZA DEVELOPMENT 169 Gabion Drop Structures 180 Rip Rap Slope Protection 630,000 260,062 P.O. Box 438 Trabuco Canyon, CA 92678 181 Storm Drain Improvements 159,693 184 Gabion Slope Repair 16,285 186 Gabion Slope Repair I 140,513 188 Low Flow Crossing II 39,606 192 Corrective Work 240,642 f:\mhold\gci\joblist\finished.gci 4 of pages C I CONSTRUCTION, INCID FORMERLY: GILLISPIE CONSTRUCTION INC. COMPLETED PROJECTS As of DECEMBER 31, 1998 CONTRACT CUSTOMER NAME & ADDRESS JOB #/ LOCATION AMOUNT CITY OF YORBA LINDA 390 Street/StormDrain 111,896 P.O. Box 7487 404 Remove & Replace AC 145,900 Yorba Linda, CA 92686 443 Town Center Plaza 93,383 (714) 961 -7100 445 Brooklyn Avenue 69,804 513 Interim Grading of Esperanza Road 109,405 543 Buena Vista Ave. 278,782 CITY OF VILLA PARK 467 Villa Park Storm Drain 147,108 17855 Santiago Blvd. Villa Park, CA 92861 (714) 998 -1500 COUNTY OF LOS ANGELES, 111 Rambla Pacifico j 36,555 ROAD DEPARTMENT 1540 Alcazar Street Los Angeles, CA 90033 COUNTY OF ORANGE 148 Stonehill 316,120 400 Civic Center Drive 160 EMA Palm Ave. Street and Storm Drain 1 268,864 Santa Ana, CA 92651 197 Stonehill Drainage Improvements 29,000 (714) 834 -3100 435 Delhi Channel 603,200 495 Frank Bowerman Landfill 319,672 511 Prima Deshecha Landfill j 306,730 521 Frank Bowerman Landfill 4,975 COUNTY OF ORANGE -EMA 367 Missions Planned Community Road Closures 42,604 P.O. Box 4048 i Santa Ana, CA 92702 -4048 CYPRESS HOMES, INC. 448 Sorrento Stormwater Pump Station ! 469,500 14 Corporate Plaza (Project #9226 -1) Newport Beach, CA 92660 DANA STRAND BEACH CLUB 133 Rock Slope Protection 260,000 34001 Dana Strand Road f Dana Point, CA 92629 EASTERN MUNICIPAL WATER 382 Grant Ave. & Corwin Pumping Plants 1 854,453 DISTRICT ESSLINGER FAMILY TRUST 470 Laguna Terrace Park ! 208,941 LAGUNATERRACEPARK 30802 S. Coast Highway Laguna Beach, CA 92651 GENTRY GOLF __l_ 413 Island Gof Center — 195,619 14893 E. Ball Road Anaheim, CA f: \mhold \gci \joblist \finished.gci 5of9pages C I CONSTRUCTION, INC. FORMERLY: GILLISPIE CONSTRUCTION INC. COMPLETED PROJECTS As of DECEMBER 31, 1998 CUSTOMER NAME & ADDRESS JOB #/ LOCATION CONTRACT AMOUNT GORDON & WILLIAMS 468 Rotoshake 175,898 26081 Merit Circle #123 477 Teen Center (K.B.F.) 49,140 Laguna Hills, CA 92653 484 Roaring Twenties— North Project (K.B.F.) 278,005 (714) 367 -7818 492 North Project, PH II & III Demo at Knott's Berry Farm HON DEVELOPMENT 335 Storm Drain, Stairway 755,420 25200 La Paz Rd., #210 Laguna Hills, CA 92653 (714) 586-4400 IRVINE RANCH WATER DISTRICT 387 Pump Station 575,795 15600 Sand Canyon Ave. Irvine, 92618 (714) 453 -5300 KNOTT'S BERRY FARM 119 Various Grading & Improvements 734,000 8039 Beach Blvd. 121 Various Grading & Improvements Buena Park, CA 90620 144 Storm Drain Improv. (714) 220 -5228 161 Parking Improvements 185 Dolphin Park Improv. 315 Landscape Maint. Grading 45,591 389 Grand Ave. Parking Lot ' 373,490 407 Spirit Lodge 293,855 426 Steak House 62,986 431 Fiber Optics Phase IIA I 565,061 442 Farmwide Communications I 171,361 468 Rotoshake 1 175,898 512 Virginia Warehouse Remodel 1 97,681 514 Electrical Substation 17,936 515 Jelly Factory 52,385 530 Jelly Factory Emergency Sewer 55,703 536 Knott's Berry Farm South Parking Lot 1,047,611 LAGUNA BEACH COUNTY WATER 339 Grading & Storm Drain Improvements 529 Various Repair Projects 392,000 1 57,772 DISTRICT 306 3rd Street 550 EWT Install Valve 3,497 Laguna Beach, CA (714)494 -1041 1 I f:\mhold\gci\joblist\finished.gci 6 of 9 pages C I CONSTRUCTION, INCO FORMERLY: GILLISPIE CONSTRUCTION INC. COMPLETED PROJECTS As of DECEMBER 31, 1998 CONTRACT CUSTOMER NAME & ADDRESS JOB #/ LOCATION AMOUNT LAIDLAW GAS RECOVERY SYSTEMS 324 Grading Improvements 329 Sewer & Water 449,532 857,000 39899 Ballentine Dr., Ste. 275 Newark, CA 94560 334 Methane Gas Header 238,000 336 Landscaping 71,000 346 Realignment of Sewer, Water & Gas Line 161,189 352 Pump Station I 95,083 391 Pump Station 44,805 LAKE ELSINORE UNIFIED SCHOOL 369 Temescal Canyon High School 1 309,223 DISTRICT 545 Chaney Street Lake Elsinore, CA 92330 LOS ALISOS WATER DISTRICT 110 Grading & Site Improvements 95,000 P.O. Box 699 343 Rough Grading 817,434 El Toro, CA 92630 LOS ANGELES COUNTY DEPT. OF 371 Eaton Wash Spreading Grounds 373 SchabanunRegional Park 893,734 790,116 PUBLIC WORKS, MISC. DEPT. 900 S. Fremont Ave. 398 San Dimas Reservoir 797,640 Alhambra, CA 91803 406 Kenneth Hahn Park 379,546 408 Santa Anita Debris Basin 261,343 434 Morgan Debris Basin 338,377 439 Rio Hondo Spreading Grounds j 913,201 ORANGE COUNTY WATER DIST. 380 Santiago Basin Revegetation 402 Alamitos Barrier Injection Well 178,080 142,567 10500 Ellis Avenue Fountain Valley, CA 92708 ORANGE COUNTY EMA PUBLIC 340 Aliso Beach Front Improvements 344 OCEMA (Pelican Hill) 297,203 484,785 WORKS DEPT. P.O. Box 4048 347 Bee Canyon Landfill 165,992 Santa Ana, CA 92702 -4048 351 Portola Parkway Storm Drain 113,000 359 Santiago Canyon Landfill 507,089 MOULTON NIGUEL WATER DIST. 510 Remedial Grading & Drainage East Aliso Creek I OMG Reservoir -- 76,467 PULTE HOME CORPORATION 337 Grading & Storm Drain Improvements 1,110,298 270 Newport Center Drive 345 Retaining Wall 33,731 Newport Beach, CA 92660 424 Storm Drain & Street Repair 27,286 (949) 721 -0622 RANCHO SANTA MARGARITA 381 Antonio Parkway 166,196 30211 Avenida de Las Banderas, Ste. 200 Rancho Santa Margarita, CA 92688 f:\mhold\gci\joblist\finished.gci 7 of 9 pages C I CONSTRUCTION, INC FORMERLY: GILLISPIE CONSTRUCTION INC. COMPLETED PROJECTS As of DECEMBER 31, 1998 CONTRACT CUSTOMER NAME & ADDRESS JOB #1 LOCATION AMOUNT RANCHO SANTIAGO COMMUNITY 372 Parking Improvements 1,606,214 COLLEGE 17' Street at Bristol Santa Ana, CA 92706 REAL ESTATE DEVELOPMENT 183 Grading —Tract 11356, Lot 6 1 303 Point Del Mar 29,758 70,000 18302 Irvine Blvd., Ste. 360 Tustin, CA 92680 REGENTS OF THE UNIVERSITY OF 199 UCI Parking Lot No. 14 303 UCI Parking Lot No. 18C 145,000 110,000 CALIFORNIA AT IRVINE Irvine, CA 92717 313 Lot 6 & 80 Modifications 118,963 318 Unit 5 Site Grading 252,567 384 UCI Grading, Storm Drain 258,312 417 Erosion Control 18,803 433 Jamboree Widening ! 138,900 SADDLEBACK VALLEY 430 Saddleback Valley School District 25,050 SCHOOL DISTRICT SANTA MARGARITA CATHOLIC 490 Grading Improvements 393,277 HIGH SCHOOL STANDARD PACIFIC 327 Bike Way Drains r 13,500 1565 W. MacArthurBlvd. 349 Retaining Walls 122,699 Costa Mesa, CA 92626 (714) 546 -1161 STATE OF CALIFORNIA DEPT. 108 El Pescador State Park 63,000 OF PARKS AND RECREATION 112 Topanga State Park 14,400 2422 Arden Way, Ste. A -1 Sacramento, CA_ STATE OF CALIFORNIA 429 Pavement/Drainage 149,800 1111 Howe Ave., Ste. 650 Sacramento, CA TAISEI CONSTRUCTION 480 Monarch Beach Storm Drain Phase I 138,839 301 E. Ocean Blvd., Ste. 400 480 Monarch Beach Storm Drain Phase II 220,000 Long Beach, CA 90802 491 Monarch Beach Golf Course Street & Park 222,240 Improvements _ THE BREN COMPANY 354 Pelican Hill Pump Station ! 621,945 5 Civic Center Plaza, Ste. 100 Newport Beach, CA 92660 j f:\mhold\gci\joblist\finished.gci 8 of 9 pages C I CONSTRUCTION, INA FORMERLY: GILLISPIE CONSTRUCTION INC. COMPLETED PROJECTS As of DECEMBER 31, 1998 CONTRACT CUSTOMER NAME & ADDRESS JOB #/ LOCATION AMOUNT THE IRVINE COMPANY 139 Big Canyon Grading 120,000 550 Newport Center Dr. 141 Entryway Improvements 165,000 NewportBeach, CA 92660 145 Grading & Improvements 600,000 (714) 720 -2000 147 Site Improvements 480,000 149 Back Bay Erosion Control 120,000 157 Flagstone Park 143,693 158 Big Canyon Landscape 700,000 310 Mac Arthur Blvd. Widening 552,411 178 Center Dr. Realignment 135,000 179 Monroe Street Improv. 91,000 182 R.C. Box Structure 56,242 187 Jamboree Road Widening 458,479 189 Big Canyon Slope Repair 66,000 190 Post Office Parking Lot 158,214 317 Sewer Cleanout 4,300 163 Back Bay Sewer 45,000 174 Los Trancos Parking Lot 140,000 333 Peters Canyon Grading 382,000 338 Jamboree Rd. Widening I 566,000 360 Pelican Hill Syphon I 414,000 361 Pelican Hill Road ( 35,000 378 Rock Shelter 27,729 392 Newport Coast ! 28,808 397 Pelican Hills Golf Course 126,687 499 Coast Supply Line Relocation, Irvine 687,672 519 Hick's Canyon Channel 3,476,243 546 East Foot Bypass 81,601 5_51 Temporary Bypass -Lower Peters Canyon 88,578 THREE VALLEYS MUNICIPAL WATER 386 Miramar Reservoir 1,587,000 DISTRICT 3300 Padua Avenue I Claremont, CA 91711 i TRABUCO CANYON WATER DISTRICT 535 Santiago Canyon Road 321,749 f 32003 Dove Canyon Drive Trabuco Canyon, CA 92678 (949) 858 -0722 UNIVERSITY OF IRVINE 525 Faculty Management Grounds 32,479 125 Interim Office Building Irvine, CA 92697 -5444 (949) 824 -6958 i i f:\mhold\gci\joblist\finished.gci 9 of 9 pages S C I CONSTRUCTION, INC* FORMERLY: GILLISPIE CONSTRUCTION INC. COMPLETED PROJECTS As of DECEMBER 31, 1998 CUSTOMER NAME & ADDRESS JOB #/ LOCATION CONTRACT AMOUNT CHRIST'S CHURCH, SAN DIMAS 489 Grading Improvements 79,467 493 Grading Improvements 417,012 SOUTHERN CALIF. WATER COMPANY 494 105,348 MISSION VIEJO CHRISTIAN CHURCH 504 Grading Improvements 497,764 27405 Puerta Real, Ste. 360 505 Backfill Walls 67257 Mission Viejo, CA 92691 (949) 768 -0209 RITZ COVE DEVELOPMENT L.L.C. 506 Site 8 Grading & Improvements 1,190,782 33111 Pacific Coast Hwy. Monarch Beach, CA 92629 (949) 240 -2500 WATT HOMES 531 Mandalay/M02- VistaPacifica Box Crossing 104,611 10737 Laurel Street, Ste. 280 Rancho Cucamonga, CA 91730 y (909) 481 -7700 WESTERN INDUSTRIAL 342 Raymer Avenue Street Improvements 1 136,008 3325 Pico Blvd. Fullerton TRI -STAR CONSTRUCTION 314 Luau Area and Gold Rush Camp 116,591 UNION OIL & GAS DIVISION 177 Kraemer Access Road 67,500 Western Region 9645 S. Santa Fe Springs ' Santa Fe Springs, CA 90670 f:\mhold\gci\joblist\finished.gci 10 of 9 pages CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD SEWER IMPROVEMENT CONTRACT NO. 3179 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of U`) PAGE being first duly sworn, deposes and says that he or she is o . 1-CYP of ttON , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, 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. 1 ., Subscribed and sworn to before me this � day of I f (I '1999 �h [SEAL] / r. LLB f/XX JANET L RUSSELL ry Public '� Comm. 11166123 Commission Expires: / 2 21 ZQO , NOTARY PURIIC•CAUFORNIA Orenpe County MY Comm. ExPiree Dec�21. 22000011 PAGE 7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD SEWER IMPROVEMENT CONTRACT NO. 3179 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of 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. • a PAGE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD SEWER IMPROVEMENT CONTRACT NO. 3179 CONTRACT THIS AGREEMENT, entered into this 26`h day of April, 1999, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and GCI Construction, Inc., hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: JAMBOREE ROAD SEWER IMPROVEMENT Project Description 3179 Contract No. 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: A. 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. 3179, Standard Specifications for Public Works Construction (current adopted 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. B. 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: 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. 0 0 PAGE 9 C. COMPENSATION 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 One Hundred Thirty Nine Thousand Seven Hundred Thirty Dollars ($139,730.00). This compensation includes: (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (3) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. D. 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. E. 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: Michael J. Sinacori (949) 644 -3342 CONTRACTOR GCI Construction, Inc. 245 Fischer Avenue, B -3 Costa Mesa, CA 92626 714 - 957 -0233 F. 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." G. INSURANCE 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. 0 PAGE 10 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. 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. 1. Minimum Scope of Insurance Coverage shall be at least as broad as: a) 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. b) 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. c) Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 2. Minimum Limits of Insurance Coverage limits shall be no less than: a) 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 project/location or the general aggregate limit shall be twice the required occurrence limit. b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. c) Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. 3. 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 PAGE 11 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. 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages i. 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. ii. 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. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, officials, employees and volunteers. iv. 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. v. 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. b) 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. c) All Coverages 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. 5. Acts of God Pursuant to Public Contract Code Section 7105, the repairing and restoring damage to Work, been proximately caused by an Act of God, in amount provided that the Work damaged is b specifications. 6. Right to Stop Work for Non - Compliance PAGE 12 Contractor shall not be responsible for when damage is determined to have excess of 5 percent of the Contract uilt in accordance with the plans and 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. H. RESPONSIBILITY FOR DAMAGES OR INJURY 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. 2. 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. 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. 4. 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. 5. 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 H.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. PAGE 13 I. 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. J. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. K. 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. APPR AS TO FORM. Cl ATTORNEY CITY OF NEWPORT BEACH A Municip 'o rpo'raatio�n /J //} n B�L i V Y Den is D. O'Neil, Mayor CONTRACTOR GC( 0 'ono . and Title atespi>: -Pr &id¢r4- •roaucer ( /.L'% ) l tl `! — / b / b MIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Seltzer Insurance Service ONLY AND COWERS ED RIGHTS UPON TBE CERTIFICATE HOLDER. 1524 East Mayfair Avenue THIS CERTIFICATE DOES WT AMEND. EXTEND OR ALTER THE Orange, CA 9867 COVERAGE AFFORDED BY THE POLICIES BRLM _ RECEIVED AFFI�RDIIVG Company Transcontinental Insurance Company A n :Z innn Company Generali Insurance Company :nsurea CICO01 -DEB B Firemans Fund Insurance Comnanv GCI Cons tructiofiQRt Tp7 j C/AR�LhA'II }C• & Gillespie Construction`"' CC11��t�aM''44'' 245 Fischer Ave. Suite B -3 Company State Compensation Insurance Fund C Company Assurance Company Of America /Zurich THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY 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. POLICY POLICY CO TYPE OF INSURANCE POLICY NUMBER 6pP6CTIVB EXPIRATION LTA LIMITS A GENERAL LIABILITY Commercial General Liab '2' claims Made mOccur Owner's & Cent Protective PCL167046166 DATE 01/01/99 DATE 01/01/00 General Aggregate $ Products-Comp s A $ Personal & Adv Injury $ Each Occurrence $ Fire Dams e(an 1 fire) $ cm nno Med Exp(any one person) * AU1YYiOHILH LIABILITY Any Auto All Owned Autos Scheduled Autos Hired Autos Non -Owned Autos i Uninsured GA10301400 -1 LIMIT $ 60,000 12/05/98 12/01/99 Combined Single Limit $ Bodily Injury (per person) $ Bodily Injury (per accident) $ Property Damage I GARAGE LIABILITY Any Auto Auto Only - Ea Accident $ Other Than Auto Only Each Accident $ Aggregate E EX7 LIABILITY Umbrella Form Other Than Umbrella Form E= BE3579157 01/01/99 01 /01 /00 Each Occurrence $ Aagregate $ C 11ORIE2S- Cl21PEL5ATION AND EMPLOYERS' LIABILITY The Proprietor/ Incl Partners Executive Officers are: Excl 46- 8183 -98 01/01/99 O1 /O1 /00 Statuto Limi the EL Each Accident $ EL Limit Disease-Policy $ EL Disease -Ea Employee B D OTHER roperty uipders- Risk^ MZX80728563 EC88758975^ 04/01/99 01/01499 04/01/00 O1 /21 /00 imit � 95,000 SF /RC imit 550,000 AR /FL DESCRIPTION OF OPERATIONS /IOCATICNS /VE certificate Holder is n with respect to Contrac #012 INSURANCE Of New Beach nistratIve Manager is Works Department Newport Boulevard ort Beach, CA 92659 -1768 ITEMS Ltional 79 - is attached endorsement r Improvement. ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE ION DATE THEREOF, THE ISSUING COMPANY KILL DAYS KNITTER NOTICE TO THE CERTIFICATE HOLDER NAME) TO 05 /b8 /q9 ,TUG 15:51 FAX 714 540 1.148 GCI CONSTRUCTION INC. 191 002 POLICY NUMBER: PCL167046166 COMMERCIAL GENERAL LIABILITY GA10301400 -1 COMMERCIAL AUTO LIABILITY THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES, OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART: SCHEDULE Name of Person or Organization: THE CITY OF NEWPORT BEACH, ITS OFFICERS, OFFICIALS, EMPLOYEES AND VOLUNTEERS 3300 Newport Boulevard Newport Beach, CA 92569 CONTRACT NO. 3179 - JAMBOREE ROAD SEWER IMPROVEMENT If no entry appears above, information required to complete this endorsme will be shown in the Declarations as applicable to this endorsment.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. IT IS FURTHER AGREED THAT SUCH INSURANCE IS AFFORDED BY THIS POLICY FOR THE BENEFIT OF THE ADDITIONAL INSURED SHOWN SHALL BE PRIMARY INSURANCE, AND ANY OTHER INSURANCE MAINTAINED BY THE ADDITIONAL INSURED SHALL BE EXCESS AND NON - CONTRIBUTORY, BUT ONLY AS RESPECTS ANY CLAIM, LOSS OR LIABILTTY ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, CG 20 10 11 85 copyright, Insurance Services Office, Inc., 1984 POLICY NUMBER: PCL167046166 GA10301400 -1 COMMERCIAL GENERAL LIABILITY COMMERCIAL AUTO LIABILITY THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES, OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART: COMMERICAL AUTO LIABILITY COVERAGE PART: SCHEDULE Name of Person or Organization: THE CITY OF NEWPORT BEACH, ITS OFFICERS, OFFICIALS, EMPLOYEES AND VOLUNTEERS 3300 Newport Boulevard Newport Beach, CA 92569 CONTRACT NO. 3179 - JAMBOREE ROAD SEWER IMPROVEMENT. If no entry appears above, information required to complete this endorsme will be shown in the Declarations as applicable to this endorsment.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. IT IS FURTHER AGREED THAT SUCH INSURANCE IS AFFORDED BY THIS POLICY FOR THE BENEFIT OF THE ADDITIONAL INSURED SHOWN SHALL BE PRIMARY INSURANCE, AND ANY OTHER INSURANCE MAINTAINED BY THE ADDITIONAL INSURED SHALL BE EXCESS AND NON- CONTRIBUTORY, BUT ONLY AS RESPECTS ANY CLAIM, LOSS OR OR LIABILTIY ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED# CG 20 10 11 85 Cop right, Inkurance Services Office, Inc., 1984 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD SEWERIMPROVEMENT CONTRACT NO. C -3179 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P.O. Box 1768 Newport Beach, California 92663 -8915 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to famish all materials and shall perform all work required to complete Contract No. C -3179 in accord with the Plans (S- 5166 -S) and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: NOTE: All applicable sales taxes, State and/or Federal, and any other special taxes, patent rights or royalties shall be included in the prices quoted in this proposal. SCHEDULE OF WORK ITEMS ITEM APPROX. UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT Lump Sum Mobilization, demobilization and cleanup for the lump sum price of `�llars and 44 Cents. L.S. $4z&. 00 Lump Sum 2. 527 L.F. Furnish and install 8 -inch PVC gravity sewer pipe (SDR35), complete in place for the unit price of 61V 6K—e— k. A Dollars and /tm Cents. $ ll0 ." $ 5_7970.a° per Lineal Foot Pl -a • SCHEDULE OF WORK ITEMS ITEM APPROX. UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 3. 2 EA. Furnish and install 48 -inch sewer manhole and any appurtenant work for the unit price of Dollars and fla Cents. $v per Each 4. 1 EA. Furnish and install 48 -inch sewer manhole with liner and any appurtenant work for the unit price of L Dollars and Cents. $k°u $� per Each 5. Lump Sum Core drill existing manhole in Carob Street including temporary sewer bypass, complete in place for the lump sum price of �Q (/Dollars and Cents. L.S. $ Lump Sum 6. Lump Sum Furnish and install new connection to IRWD's existing manhole in Jamboree Road, including temporary sewer bypass, complete in place, for the lump sum price of r A,ZtWlhv kuf"ollars and U A0 Cents. L.S. $ Lump Sum Lump Sum Remove and replace existing block wall damaged by construction for the lump sum price off�,--00 i 44 Dollars and /la Cents. L.S. $ f 9 Lump Sum P1 -b Im 9 9 SCHEDULE OF WORK ITEMS ITEM APPROX. UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 8. Lump Sum Remove and replace existing retaining wall damaged by construction for the lump sum price of 1fA4ollars and M Cents. L.S. $ °� Lump Sum 9. 2 EA. Removal of existing trees for the unit price__o--f'' orND"ollars and Cents. $5°O $ Imo° per Each 10. Lump Sum Remove and replace existing landscaping and irrigation damaged by construction for the lump sum � price of } ( f 1 ( ' I f 1e Dollars and o0 Cents. L.S. $ - Lump Sum 11. Lump Sum Remove and replace existing curb, gutter, sidewalk, driveway and access ramp complete in place for the lump sum pggrii-cenp of M�7Dollars and Cents. L.S. $ a`� Lump Sum 12. Lump Sum Remove and replace existing stamped concrete damaged by construction for the lump sum price of Dollars and (i9 Cents. L.S. $_ Lump Sum P1 -c SCHEDULE OF WORK ITEMS ITEM APPROX. UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 13. Lump Sum Replace traffic loops damaged by construction for the lump sum price of f 4w Dollars and An Cents. L.S. $ ,°cj Lump Sum 14. 16,000 S.F. Grind 1 -1/2" AC and place 1 -1/2" final paving cap, complete in place, for the unit price GV Q Dollars and L� Cents. $ 1,15 $ 8 0° per Square Foot 15. 8 EA. Pothole utilities called for on the plans complete in place for the unit price of Dollars and Cents. $ _� $ o11 per Each � vT� 16. Lump Sum Provide traffic control for the project for the lump sum price of SA4(a u444olla rs and /JO Cents. L.S. Lump Sum P1 -d 0 SCHEDULE OF WORK ITEMS ITEM APPROX. UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 17. Lump Sum Excavation safety measures including adequate sheeting, shoring and bracing or equivalent methods for the protection of the life and limb which shall comply with applicable safety orders for the lump sum price of TUPJtu ►°° Dollars and RD Cents. Lump Sum L.S. $ Z°d TOTAL PRICE IN WRITTEN WORDS (Bid Ims 1 -18 � 4 012 hdd'ihr 4IKt o lars and /1® Cents. TOTAL PRICE $!'S9��30•`0 I declare under penalty of perjury that all representation made above are true and correct.* *Effective January 1, 1990, Business and professional Code Section 702.8.15 provides that any bid not containing the above requested information, or a bid containing information which is subsequently proven false, shall be considered non - responsive and shall be rejected. Bidder's Name 1 Bidder's Address Bidder's Telephone Number Contractor's License No.& C ApCi I 5 {qqq Date it /4 /3/ Expiration Date Authorized Signature & Title 1� O- T74AS P1 -e C- 319 1 April 26, 1999 CITY COUNCIL AGENDA ITEM-NO'­:, to C..... _ TO: Mayor and Members of the City Council r APR 2 6 FROM: Public Works Department SUBJECT: JAMBOREE ROAD SEWER IMPROVEMENT —AWARD •OFa.... NO. 3179 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3179 to GCI Construction, Inc. for the Total Bid Price of $139,730.00, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $14,000.00 to cover the cost of unforeseen work. DISCUSSION: At 2:00 P.M. on April 8, 1999, the City Clerk opened and read the following bids for this project: BIDDER TOTAL BID AMOUNT Low GCI Construction, Inc. $139,730.00 2 Pipe Line Equipment Rental 148,812.00 3 Mohag Construction Co 167,506.00 4 Highland Engineering 171,518.00 5 Groundwater Remediation 174,886.00 6 Excel Paving Company 219,370.00 7 David T. Wasden, Inc. 231,400.00 8 Trautwein Construction 235,025.00 9 Savala Construction Co., Inc. 245,904.00 * Corrected Bid Amount The low total bid amount is 22% below the Engineer's Estimate of $180,000.00. The low bidder, GCI Construction, Inc., is a well - qualified general engineering contractor who has successfully completed previous contracts for the City. A check with their references and the State Contractor's License Board indicates that GCI Construction, Inc. has successfully completed projects of a similar nature for other Southern • California agencies and has no pending actions detrimental to their contractor's license. SUBJECT: Jamboree Road Sewer Ieement -Award of Contract No. 3179 • s April 26, 1999 Page 2 This project provides for the installation of approximately 500 feet of sewer line in Jamboree Road at University Drive. With the Jamboree Road sewer line in place, the sewage that is currently pumped by the Eastbluff sewer pump station can flow using gravity directly into the Irvine Ranch Water District (IRWD) system thus allowing the pump station to be abandoned. BACKGROUND ON IRWD SEWER USE AGREEMENT: On January 12, 1998, the City Council approved a sewer use agreement with the IRWD. This agreement will allow the City to abandon its Jamboree Road and Bison Avenue sewer pump stations and allow IRWD to transport the wastewater to the Orange County Sanitation Districts. Abandoning the pump station would allow the City to avoid the capital expenditures to repair and upgrade the aging station. Sufficient funds are available for this project in the Jamboree Road and Bison Avenue Pump Station Account No. 7531- C5600294. Respectfully su ed, r PU LIC WORKS DEPARTMENT Don Webb, Director : B Y Miefiael J. Sinacori, P.E. Utilities Engineer Attachment: Bid Summary — Exhibit "A" Project Location Map — Exhibit "B" �J M `° 0 a • LJ 2 Z U W Q H W a, IL m Q W 00 IL W Y Z w L3 O V � J U m IL m T v 0 W Q m N N L u w W Y U w U U �M A Q U K F- �wU F- LU W za z z 0 W a O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 q 0 0 0 0 o 0 U o ro c o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Z h Z o O r M o O 0 N 0 rO 0 i0 0 O 0 O 0 O 0 N pp N 0 O 0 O �O o N o O r V O 0F0 O M N M C4 lM d M � V p O .N n w(M uN > aV i w u>ww Zvi e�w� N U �vD � Q tr0 N Z 0 0 0 0 0 0 0 0 0 0 0 0 o m o 0 0 C7 i- 0 O 0 RJ 0 0 0 0 0 0 0 0 0 O 0 O 0 0 0 0 0 0 0 0 0 O im N 0 O 0 G 0 O Q = Z O Vi N N W YJ O 0 0 N �O O O V O O d' Q� O fV tM N O O � W Y3 W f9 W f9 V) t9 f9 � y F9 IA W J O O O O O O O O O O O O O O O O O Q 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 F- O N O O G O 0 0 66 0 0 0 0 0 0 0 O Z Z O c0 O M 0 0 0 0 0 0 0 0 0 0 0 0 0 W o O O N OI Yl O i0 N N O O O_ i0 0 0 0 0 N O A V N N tM N t0 N vi ac F 2 M H W M M w Vi W 19 co W Q TF TF 5 O o o O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o ro o 0 0 0 0 0 0 0 0 0 0 z Z— Z OO � N W i0 N � O N N h O lM O O N N O N O M Z W7 t9 M M of w w M M W W N a a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 (j F" 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O ? Z o r Ol o O 0 O 0 W 0 01 0 �_ o Ol m �_ o N 0 O 0 O 0 O 0 V 0 6 0 M o cO ZO D tD 6 n �p t0 w en iq en i» M V< V W O 6 N M O en in w uj w w w w w w n U Q U Z o 0 0 0 0 0 0 0 0 0 0 0 o in 0 0 0 UUZ o 00 0 °O 0 °o 0 °o 0 °O 0 00(7 0 0 °o 0 0 ° ° 0 °0000ow 0 0 o °o 0 °o 0 °0 3 Z m o � 0o Cn O n M� w�+i 0---- ro w w w� w 'A C�i a 4 � v w tdN 0 w w w w w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 F O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p Z o vt 0 000000 00 00 00 �m o m m O N 0 Ot 0 O 0 0 n 0 N 0 0 f7 0 O 0 0 O 0 N 0 N 0 N N tM 10 tM al V O O 19 F9 � t9 M H 19 F9 W 19 19 e9 .� � t9 N � � � O W Q CO y fA 1 m c o 0 0 00 00.000.000 c o o o 0 0 o o o 0 0 0 o o r o 0 Wz — Z O �O 0 0 0 0 0 0 0 0 0 0 0 w e9 M N O D O fV � 0 lM 0 L6 0 n 0 N 0 r 0 (M 0 m 0 r 0 O 0 (V 0 IA cm fM m V `W J J J W W J J J W J J J J V W J J H r c Z .- N N E - O O .- Q 0 d n c p m ; m S m d n -(00 E '9v� i° 0 0 ( C N Opc y V m y 0 0 U �C N N H O �o 3 c NE N C p Z O° E E 8 w= U a{ E ° y 11' a N m; =� a d = u in m a pp c� Fn D U O n c m t`i D h W m o iooa - -- m E_ e m m% m _m A u Q y a? u m m t 'N �E .s "nE E E E E E E E E E n c '�$ em u'. lL li(r KKKK KK K(7 CL a`°w W W r m `o N W Q a 2 U Q W W 0 IL W Z LL 0 V H Z W L N� 11.. Q a w 0 Y 3. U J m D IL z O a U O J w U W w Z_ (7 O Z w wa r E 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p U Z o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Z� o N a N o m 0 0 0 O 0 N 0 0 0 0 0 N 0 r� 0 0 0 0 o N v O t9 tD e9 Vi M rn M (O di rl M� Vi M f9 N M� (O M N M 19 Q a M � N a � � 3 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O N N O 0 0 O O N O O O O O O N O 0 0 0 0 0 0 F Z �� pN aZ) Z H 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O p 2 0 O O N r N 0 N 0 M 0 0 O C 0 O 0 N 0 0 0 C 0 0 0 f0 0 O 0 N 0 O o N r M O� M M� O O uiw V N w�nww N N M W»wviw O O V O N�wuiW r rn rn U' 2 a 0 0 0 0 0 0 0 0 0 0 0p 0 0 0 0 0 0 0 0 0 i(1 0 0 0 0 0 0 J Z mO N M O O r 0 0 O 0 ma" r W U M (V O (V N fV vi w X M � V) M 19 t9 19 N M 19 fn N f9 W W F O O O O O O O O O O O O O O O O O p � O O QQ YJ O t0 �O rn f0 rn 1p O O f0 rn O rn N r i0 rn m O O O< V W O N OI 0 N � w w W Z O N w OO rn�wv� In wui wui Ih ww N M u> N N�wwu> V r N n QOM 3¢Q Z W O o 0 0 0 0 0 0 0 0 0 0 o rn O o 0 O O O O O O O O O O O O O O N O 0 0 W F O W O m m O N N N O N O U' �Zo w.- lr0 m�omerrnoo t°O O°0 Vi �nrnN = F- D ¢l N N t+I N M A N p e9 t9 t9 e9 Vi Y! Vi M t9 M M 19 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Z _ Z Z O O 1p O 0 N 0 0 In 0 Nq 0 0 0 0 0 0 O 0 O 0 O 0 O 0 O 0 N p O r vi o r ww N r N O N rn r p w0 w.�wvi r»ui nww w w N�wwvi � z� a z i» w 0 O O O O O O O O O O O O O N O O O = H O v 0 0 0 0 0 0 0 0 0 0 0 0 0 0 = Oz _ L M 16 e r r N r N M rn r fA LL a Q fn fn fn fn Q fn N y N LL Q N 41 J J W W J J J J W J J J J N W J J r O Z Z O W E Q YI �D Q V N L L Z N N 0 3 C U rn N �_ C V1 O O N E rn d N (0 N w OM V LL _ U N N O N OO N N E Cl Up Off, H t 3 N d N N O. _ 9 v U W M m Mn O 9 0 0 0 0 0 0 d d .0 > a E E E E E E E E E E E A n 9 c$> 0 Q O >>> N� N N W N W 01 4)'C O Q iLLLLLLtr:LLK�����Q:C7n au'f 1 W N M O �O t0 r OD rn O N M V �O OR H E M 0 EL EL _J Z U w Q Mw W �w 00 � Y w M z0 LL O� � J U m 7 a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 Z Z z Z O O O o o O O O o O C O pp( N ( a0 O O ? I 66 M f W O U O D ap O V N N (V N (O - O (6 ti 7 cx; 43i 6 C i O? U� W N 1A Vf V3 N e9 N W M e9 N W� f9 N� W N gza CV CV 40 >F Q U 0 0 0 0 0 0 0 0 0 0 0 0 0 (n 0 0 0 M O N N N 0 0 0 M O N O M O O = H~ V IA N Z M m W N O N N (V N e O 6 (h (7 o m m 0 N N N i9 b9 Vi t9 f9 f9 Yi e9 N 19 N Vi U � 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 p z Z O O O O O O o 0 0 0 0 o N o 0 0 o vj Z O O O O O O O N O N O N O N N V O O O O O O N N N O O O C O 0 N 0 O N Z O N O NW W NN H y 19 W tOW W W r NW N N O N LU Wo 0 0 0 0 0 0 0 0 0 0 0 o N o 0 0 N o 0 0 0 0 0 0 0 0 0 0 0 o r o 0 0 Z o 0 0 0 0 0 0 0 0 0 0 o vi 0 0 0 0 U 0 O' N j N N N> 0 N W N O N W N 1A f9 N W (A 19 f9 W (A M IA f9 N J J 0 J J J J J J W W J J W J 0 W � � o �- Q N {p 0 CL o a? > a N V 0 0 a' V c c N 0 3 C a N N d J p o� E E 'o o E o Q s ami .e o m X. co X. am i aa°i o y a E ofi g $ mE y o v m m m m .2 i =y o 4 c c 0 cIr of w K Sm.N� -.c C pU _c j> > > >> U r m m ry O O O O O O m 0 a> E E E E E E E w a c .O c w (i w K K K o a ' � (7 o a° a w W H > i JAMBOREE PUMP F PUMP STATION NOT TO SCALE m CITY SEWER M&P SEWER F. MAIN JAMBOREE PUMP STAT ION TRIG rARY ��', {� { e• �' NEW GRAVRY SEWER MAIN TO IRWD l� le r ` 'Yca ;tS• a'i CAM ELBgCK �AFFT mh 4 r� I 5 SEWER ' c T '44A CHESTNUT ESMNT 'SO,p PLACE a PLACE BISON AVENUE JAMBOREE ROAD CITY OF NEWPORT BEACH SEWER PUMP STATION PUBUC WORKS DEPARTMENT & COLLECTOR SYSTEM omm: ACASTANGN DATE: SEPTEMBER 4. 1W [EXH0007 III CITY OF NEWPORT 1?EACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 June 8, 1999 Highland Engineering 7851 E. Bridgewood Anaheim, CA 92808 Gentlemen: Thank you for your courtesy in submitting a bid for the Jamboree Road Sewer Improvement (Contract No. 3179) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 June 8, 1999 Groundwater Remediation 8 Hammond Drive, Suite 102 Irvine, CA 92618 Gentlemen: Thank you for your courtesy in submitting a bid for the Jamboree Road Sewer Improvement (Contract No. 3179) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 June 8, 1999 Excel Paving Company Post Office Box 16405 Long Beach, CA 90806 -5195 Gentlemen: Thank you for your courtesy in submitting a bid for the Jamboree Road Sewer Improvement (Contract No. 3179) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 9 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 June 8, 1999 David T. Wasden, Inc. 3220 Star Canyon Circle Corona. CA 91720 Gentlemen: Thank you for your courtesy in submitting a bid for the Jamboree Road Sewer Improvement (Contract No. 3179) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 June 8, 1999 Trautwein Construction 14046 Santa Ana Avenue Fontana. CA 92337 Gentlemen: Thank you for your courtesy in submitting a bid for the Jamboree Road Sewer Improvement (Contract No. 3179) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 June 8, 1999 Savala Construction Co., Inc. 16402 E. Construction Circle Irvine, CA 92606 Gentlemen: Thank you for your courtesy in submitting a bid for the Jamboree Road Sewer Improvement (Contract No. 3179) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITT OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 June 8, 1999 Mohag Construction Co. P.O. Box 7184 Thousand Oaks, CA 91359 Gentlemen: Thank you for your courtesy in submitting a bid for the Jamboree Road Sewer Improvement (Contract No. 3179) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, l LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CIT OF NEWPORT AEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 June 8, 1999 Pipe Line Equipment Rental P.O. Box 891839 Temecula, CA 92589 -1839 Gentlemen: Thank you for your courtesy in submitting a bid for the Jamboree Road Sewer Improvement (Contract No. 3179) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach L� U • C September 28,1998 CITY COUNCIL AGENDA ITEM NO. 12 I rlTV AF N' "=p' =_" _. TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: JAMBOREE ROAD SEWER PUMP STATION OF CONTRACT NO. 3179 RECOMMENDATION: r • Reject all bids and direct staff to review the scope of the project, find areas to reduce the cost, and re- advertise for bids. DISCUSSION: At 2:00 p.m. on September 1, 1998, the City Clerk opened and read the following bids for this project: *Corrected bid amount. The low bidder is 25% higher than the Engineer's Estimate of $150,000. The project location is at one of the busiest intersections in town (Jamboree Road at University Avenue), and due to significant traffic control measures has resulted in higher than expected costs. In addition, the construction industry is on an up swing resulting in higher costs and fewer numbers of bidders. Because of the high bids and the low number of bidders, staff is recommending that the bids be rejected and re -bid at a later time during the year. This project provides for the installation of approximately 500 feet of sewer line in Jamboree Road at University Drive. With this sewer line in place, the sewage that is Bidder Amount Bid Low Mike Prlich & Sons $187,552 2 Trautwein Construction 196,700 3 Caliagua Engineering Contractors 251,471 4 David Wasden, Inc. $207,500 *Corrected bid amount. The low bidder is 25% higher than the Engineer's Estimate of $150,000. The project location is at one of the busiest intersections in town (Jamboree Road at University Avenue), and due to significant traffic control measures has resulted in higher than expected costs. In addition, the construction industry is on an up swing resulting in higher costs and fewer numbers of bidders. Because of the high bids and the low number of bidders, staff is recommending that the bids be rejected and re -bid at a later time during the year. This project provides for the installation of approximately 500 feet of sewer line in Jamboree Road at University Drive. With this sewer line in place, the sewage that is • SUBJECT: Jamboree Road Sewer Pump Station Abandonment —Award of Contract No. 3179 September 28, 1998 Page 2 Is currently pumped by the Eastbluff sewer pump station, can flow by gravity into the IRWD system and the pump station can be abandoned. BACKGROUND ON IRWD SEWER USE AGREEMENT: On January 12, 1998, the City Council approved a sewer use agreement with the Irvine Ranch Water District (IRWD). This agreement will allow the City to abandon its Jamboree Road and Bison Avenue sewer pump stations and allow IRWD to transport the wastewater to the Orange County Sanitation Districts. Abandoning the pump station would allow the City to avoid the capital expenditures to repair and upgrade the aging station. The abandonment of the pump station is not time sensitive and can be postponed for the several months it will take to get new bids. Respectfully submitte(;j0z PUBLIC WORKS DEPARTMENT Don Webb, Director By: • Michael J. Sinaco P.E. Utilities Engineer Attachments: Bid Summary January 12, 1998, City Council Report regarding IRWD Sewer Use Agreement r� L_J f:\ groups \pubworks \council \fy98- 99\sept -28 \pump c-3179.doc • • w c� a r = Z U W a� W ~ m w a W W Op a co W Y Z 0 LL O U F}- J U m a Z a U O J 0 Lf] R LL �- maW H ? 0 O Z x �0 wa r- -I Ak E a a n N N n �Q b g Q LL 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O p u F ocio 0 o a' 0 0 0 00 0 00 0 0 0 o p ry Z O O t�1 N 0 O 0 O 0 O Of O m O N N T 0 �O 0 O 0 O 0 O 0 N 0 t0 O O O O O O O N< O N? r M C O M n M to th N n 0 i» n www a � N N w o o 0 0 0 0 0 0 0 0 o 0 a 0 o 0 0 0 O o o O 0 o 0 o 0 n 0 o 0 0 0 0 0 0 mH d oi000 ac0oo d 000 oo do Z o u> o o m m N v o 0 o n o 0 0 � A � IA � N� Yi f9 f9 W 19 W W f9 M � U 0 0 0 o 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 QO �- 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Z O a 0 0 0 0 0 0 0 0 0 0 0 a a 0 0 0 o h o r o o .n o in u� o v� u� in u> 0 0 o in o O U N Yl f9 t9 di f9 f9 W IA f9 f9 df IA di 19 N H a � C O y U c_ 'm o 0 o 0 0 o O o 0 o 0 0 0 o 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 o a o 0 0 0 0000000000000 0000 o 0 0 0 0 �O 0 O 0 N 0 N 0 h 0 0 0 i0 0 t0 o N N O N O f Z � � � W IA f9 M f9 t9 f9 i9 f9 bi W M N M N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p F O N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Q Z O a N n 0 (O 0 N 0 N 0 O 0 O 0 O 0 O 0 N 0 O 0 N 0 O 0 O 0 Q 0 O 0 M 0 O N N O N (") th lA y N (y �O O N [7 V � 0� � QI (A f9 19 W iA f9 M fA f9 f9 f9 N M ^ M In O as a mr t U N a` w Y 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O N 0 O 0 0 0 0 0 0 to°ooaSg000000�000S 3 Z th O O •W M N O � N 'M vi �- N V th V � w fn t9 w w w iq iq 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 a a a a a a a a a a a a a a a a a a O H o 0 0 0 0 0 0 0 0 0 0 0 o c o 0 0 o O Z o O 0 n 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N 0 O 0 O 0 N O N EO (O w fV u� eaww w wwww O N wvi N (6,6 w� O< w o Wa N UI c 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 =20000000000000 X000 w- Z 0 o o a 0 a 0 a 0 a 0 a 0 a 0 a 0 a 0 a 0 a 0 a w c� 0 0 0 w D Nl N 0 v o o m w M Yi 1A M 1A f9 f9 f9 W M lA IA (9 M W J a s J J aa J J J J J J W J J N W J J } Zr O � b � d y 3 N N ry V N C O W U d 0 0 Z N l0 C O >i C U= d N d N O° C E E °u u '�o C H N m d d c o U N n ; v v v Kx a n U°a� o E N N E— m m x O m m m 0 �_ G w o 'm m C W W N N W = d 0 N {ppp O �LLLLLL >>> N K LLK�KKK N N N N N N LL' N w C O w Q wUw O K E a a n N N n �Q b g Q LL N O E<r Q S` W0 �wv F Z U�l iz �0zw F 0 W R rte,: 0 a 0 m n m r n y 0 Q s^ LL L_J F Z Z z 0 O a r z z z 0 0 2 a r z z z 0 0 a z 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o c o 0 0 0 0 0 O O H Z o o 0 r 0 o 0 o 0 g 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 m 0 o 0 0 o o O ,=,a" M f0 1n O w (O t7 1` IA < ID O O 1� N O N IA f9 (9 f9 fA IA f9 (9 (fl 1A f9 c7 f9 c < r da O w N N N a (p O O O O O O O O O O O O O N O 0 0 0 ❑ H O O O O O O O O O O G O O N O 0 0 0 = Z 0 O 0 o O p O o O o O p O o O p N O C o 0 o 0 p 0 w o (D 0 O o O p O F � O� lt b N lt (O f0 � M N i0 lt � O r N lt' N iR b3 W iR bi iR (9 IR bi 19 J J J J J J J J J J J W W W fn W � O O a o d EL n — � 9 _ 3 to N N W 0 3 E 7 V Z o� E E o x `$^ ° d d a `( c a u m CL .� 3 3 V% d 7oi 8� 2 m Q A i N N t w X d W% y v X ry X d O y d E 3 on c m m ❑ m m a K a� o a K K n K _ '� ,� LD H E c c c u c_ cc .y Zj q t t s t $ a� v m O O O O O m a 0 2 .o y o f E E E E E E E E E E n c c � li li li K li K w K C K K K 0 m a V w w.-N colt in(onmmp: Nl'1 a in mnw rte,: 0 a 0 m n m r n y 0 Q s^ LL L_J 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 David T. Wasden, Inc. 3220 Star Canyon Circle Corona, CA 91720 Gentlemen: (714) 644 -3005 September 30, 1998 Thank you for your courtesy in submitting a bid for Jamboree Road Sewer Pump Station Abandonment (Contract No. 3179) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach Caliagua, Inc. 15148 Sierra Bonita Lane Chino, CA 91710 -8903 Gentlemen: 0 OF NEWPORT BEACH OFFICE OF THE CITY CLERK BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 September 30,1998 Thank you for your courtesy in submitting a bid for Jamboree Road Sewer Pump Station Abandonment (Contract No. 3179) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Trautwein Construction 14046 Santa Ana Avenue Fontana, CA 92337 Gentlemen: (714) 644 -3005 September 30, 1998 Thank you for your courtesy in submitting a bid for Jamboree Road Sewer Pump Station Abandonment (Contract No. 3179) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach Mike Prlich & Sons 9316 Klingerman Street South El Monte, CA 91733 Gentlemen: OF NEWPORT BEACH OFFICE OF THE CITY CLERK BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 September 30,1998 Thank you for your courtesy in submitting a bid for Jamboree Road Sewer Pump Station Abandonment (Contract No. 3179) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach