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