Loading...
HomeMy WebLinkAboutC-3180 - Back Bay Drive Roadway and Bridge Approach RepairCITPOF NEWPORT ARCH PUBLIC WORKS DEPARTMENT 3300 NEWPORT BLVD. PO. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3311 iT April 14, 1999 Mr. Alfred Bitelli, President Heritage Engineering Construction, Inc. P. O. Box 850 Ontario, CA 91761 -8850 m Subject: Stop Notice for work performed for Summit Contracting, Back Bay Drive Roadway & Bridge Approaches Repair,C -3180 Dear Mr. Binelli: Please be apprised that Summit Contracting, the Prime Contractor, disputes the $4,420.61 Stop Notice issued by your firm for work performed on Back Bay Drive. The Contractor has requested to bond around the stop notice and has submitted a release bond. In accordance with Section 3196 of the Civil Code, the City consents and has accepted the release bond equal to 125% of the stated claim in the stop notice. If you have any questions, please contact Horst Hlawaty at (949) 644 -3311. Sincerely, 4 Bill Patapoff, RE City Engineer By: /10--ev li Aaw Horst Hlawaty, P.E. Construction Engineer Attachment (Bond) cc: Don Webb, Public Works Director Robin Clauson, Assistant City Attorney LaVonne Harkless, City Clerk Summit Contracting F: \Users\PBW \Shared \Contracts \98 \Back -bay 0-31 Wherita9e.doc :. ... a -. ._. . lie Fireman's i Bond No.: 1 1 1 274 1 0345 1 Fund Premium : $100.00 pin BOND TO RELEASE MONEY WITHHELD ON CLAIMS ( SECTION CIVIL CODE ) KNOW ALL MEN BY THESE PRESENTS: That Gaean Corporation DBA Summit Contracting as Principal, and The American Insurance Company a corporation, created, organized and existing under and by virtue of the laws of the State of Nebraska , and authorized to transact a surety business in the State of California, as Surety, hereby acknowledge themselves bound in the full sum of Five Thousand Five Hundred Twenty - Five and 76/100 ----- ---- ----- - - - - -- ($ 5 525.76 j Dollars lawful money of the United States of America, unto City of Newport Beach , and to the claimant hereinafter named, all herein designated as the Obligee of this bond, for the payment of which sum, well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Dated this 12th day of April , 19 99 THE CONDITION OF THIS OBLIGATION IS SUCH THAT: WHEREAS, Gaean Corporation DBA Summit Contracting _ heretofore entered into a contract with Heritage Engineering Construction Inc. _, for Labor and equipment @ Backbay Drive between San Joaquin Hills & Shellmaker Road, Newport Beach, CA, and WHEREAS, Heritage Engineering Construction Inc. has filed with the Obligee verified claim and withhold notice for the total sum of Four Thousand, Four Hundred Twenty and 61/100 --------- --- -- - --- -- ($4,420.61 ) Dollars, and WHEREAS, the said Principal disputes the correctness and validity of the claim of said Heritage Engineering Construction Inc. and has requested that the Obligee permit said Principal to deliver to said Obligee a bond executed by a corporation authorized to issue a surety bond in the State of California in a penal sum equal to one and one - fourth times the amount of said claim and upon delivery of the said bond to said Obligee that the monies withheld on account of said claim may be released to said Principal, nd said Obligee has consented to permit said Principal to file said bond and thereupon release he money so withheld on account of said claim. OW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall ully protect and defend the Obligee named herein against any loss by reason of or arising out f the acceptance of this bond or the release of said monies or the payment thereof to said rincipal, and shall pay any sum which the said claimant may recover on such claim together ith the cost of suit in said action not exceeding the penal sum of the bond, then this bligation shall be null and void; otherwise to remain in full force and effect. w N WITNESS WHEREOF, the signature of the said Principal is hereto affixed and the corporate eal and name of said Surety is hereto affixed by its duly authorized Attorney -In -Fact this 12th day of April 19, 99 . Gaean Corporation DBA summit Contracting Principal By: The American Insurance Compan Surety By: Tenz r V. Cunningha , Attorney -Fact -Fact f Acknowledgement IFORNIA l Orange 1 April 12, 1999 before me, Maria Stoll, Notary Public ared Tenzer V. Cunningham wn to me (or proved is me 's Af'sa6isfae6eey ev+denee) to be the person(s) whose narne(sQare subscribed to the ent and acknowledged to me tha h he /they executed the same in&her /their authorized capacity(ies), and that by ignature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. hand and official seal. t'-- � @kV MARIA STOLL L (Seal) > COMM. #1212117 oA ECaMy Camrt Exp. M"31,2003 Fireman's Fund 0 Bond No.: 111 2741 0345 Premium $100.00 BOND TO RELEASE MONEY WITHHELD ON CLAIMS ( SECTION CIVIL CODE) KNOW ALL MEN BY THESE PRESENTS: C -3�$o That Gaean Corporation DBA Summit Contracting as Principal, and The American Insurance Company a corporation, created, organized and existing under and by virtue of the laws of the State of Nebraska , and authorized to transact a surety business in the State of California, as Surety, hereby acknowledge themselves bound in the full sum of Five Thousand, Five Hundred Twenty - Five and 76/100 -------------- - - - - -- ($ 5,525.76 ) Dollars lawful money of the United States of America, unto City of Newport Beach , and to the claimant hereinafter named, all herein designated as the Obligee of this bond, for the payment of which sum, well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Dated this 12th day of April , 19 99 THE CONDITION OF THIS OBLIGATION IS SUCH THAT: WHEREAS, Gaean Corporation DBA Summit Contracting heretofore entered into a contract with Heritage Engineering Construction, Inc. , for Labor and equipment @ Backbay Drive between San Joaquin Hills & Shellmaker Road, Newport Beach, CA. and WHEREAS, Heritage Engineering Construction, Inc. has filed with the Obligee verified claim and withhold notice for the total sum of Four Thousand, Four Hundred Twenty and 61/100 -------------- - - - - -- ($4,420.61 ) Dollars, and WHEREAS, the said Principal disputes the correctness and validity of the claim of said Heritage Engineering Construction, Inc. and has requested that the Obligee permit said Principal to deliver to said Obligee a bond executed by a corporation authorized to issue a surety bond in the State of California in a penal sum equal to one and one - fourth times the amount of said claim and upon delivery of the said bond to said Obligee that the monies withheld on account of said claim may be released to said Principal, and said Obligee has consented to permit said Principal to file said bond and thereupon release the money so withheld on account of said claim. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall fully protect and defend the Obligee named herein against any loss by reason of or arising out of the acceptance of this bond or the release of said monies or the payment thereof to said Principal, and shall pay any sum which the said claimant may recover on such claim together with the cost of suit in said action not exceeding the penal sum of the bond, then this obligation shall be null and void; otherwise to remain in full force and effect. i IN WITNESS WHEREOF, the signature of the said Principal is hereto affixed and the corporate deal and name of said Surety is hereto affixed by its duly authorized Attorney -In -Fact this 12th day of April 19, 99 . Gaean Corporation DBA Summit Contractine Principal The American Insurance Company QSu rety By: Tenz Vr V. Cuhningh' , Attorney -In -Fact b O y' 0 .Vi w N ro w" d V O o F b F m U •M A a ro 0 z .-1 0 d. I .v d a m 0. A 0 O-R w e C � m o N x d E v � G y m m � O 0 a" s N o ^.c F 0 t 7 � y U d d d w d � C O F O. F F d a-a d y 3 O C C o � � u b � sus c � 3 � � � w x yL _c y C C m :c d y 0 C F z F v?. F • WE MAN'S FUND INSURANCE COMPAQ NATIONAL SURETY CORPORATION ASSOCIATED INDEMNITY CORPORATION THE AMERICAN INSURANCE COMPANY AMERICAN AUTOMOBILE INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That FIREMAN'S FUND INSURANCE COMPANY, a California corporation. NATIONAL SURETY CORPORATION. an Illinois corporation, THE AMERICAN INSURANCE COMPANY, a New Jersey corporation redomesticated in Nebraska, ASSOCIATED INDEMNITY CORPORATION, a California corporation, and AMERICAN AUTOMOBILE INSURANCE COMPANY, a Missouri corporation, (herein collectively called -the Cumpanies') does each hereby appoint Tenzer V. Cunningham, Tustin, CA their true and lawful Attomey(s )-in -Fact with full power of authority hereby conferred in their name, place and stead, to execute, seal, acknowledge and deliver anv and all bonds, undertakings, recognirances or other written obligations in the nature thereof --------------------------- ------------------------------- and to bind the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seals of the Companies and duly attested by the Companies' Secretary, hereby ratifying and confirming all that the said Anomev(s) -in -Fact may do in the premises. This tower of attonev is granted under and by the authority of Article VII of the By -laws of FIREMAN'S FUND INSURANCE COMPANY. NATIONAL SURETY CORPORATION. THE AMERICAN INSURANCE COMPANY, ASSOCIATED INDEMNITI' CORPORATION and AMERICAN AUTOMOBILE INSURANCE COMPANY which provisions are now in full force and effect. This power of attorney is signed and sealed under the authority of the following Resolution adopted by the Board of Directors of FIREMAN'S FUND INSURANCE COMPANY, NATIONAL SURETY CORPORATION, THE AMERICAN INSURANCE COMPANY, ASSOCIATED INDEMNITY CORPORATION and AMERICAN AUTOMOBILE INSURANCE COMPANY at a meeting duly called and held, or by written consent, on the 19th day of March, 1995, and said Resolution has not been 0 amended or repealed: "RESOLVED, that the signature of any Vice - President, Assistant Secretary, and Resident Assistant Secretary of the Companies, and the seal of the Companies may be affixed or printed on any power of attorney, on any revocation of anv power of attorney, or on any certificate relating thereto, by facsimile, and any power of attorney, any revocation of any power of attorney, or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Companies." IN WITNESS WHEREOF, the Companies have caused these presents to be signed by their Vice- President, and their corporate seals to be hereunto affixed this 12 day of October , 1998 wur,na,M1 y r, f�q'� JPET~CO "'\� �ai��'•Cei PE�'^i N•+q�'(i 410E Y 'Pit'`i S`a�Lf IMJ`'.. 9 oP°°n, 9,0 ;.•. •' . /.•• •.,rocs 1 ;ao ±...........�y••;;- Q? a0 '•�E/�i�Q((':' �{ff 1J1 �ja f {3'. _•_. +�'`- E •^M,rylaun'! .° STATE OF CALIFORNIA 55. COUNTY 01 MP,RIN FIREMAN'S FUND INSURANCE COMPANY NATIONALSURETY CORPORATION THE AMERICAN INSURANCE COMPANY ASSOCIATED INDEMNITY CORPORATION AMERICAN AUTOMOBILE INSURANCE COMPANY By Yc PmMeni On this 12 day of October 1998 , before me personally came M. A. Mallonee to me known, who, being by me duly sworn, did depose and say: that he is a Via - President of each company, described in and which executed the above instrument; that he knows the seals of the said Companies: that the seals affixed to the said instrument are such company seals; that they were so affixed by order of the Board of Directors of said companies and that he signed his name thereto by like order. IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed my official seal, the day and year herein first above written. L OCAMPO + Commission # 1163726 a Notary Public- Califonia Morin County My Comm. FxpFes Nov28, 2701 Noury Polic CERTIFICATE STATE OF CALIFORNIA ss. COUNTY OF MARIN 1, the undersigned. Resident Assistant Secretary of each company, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked; and furthermore that Article VII of the By -laws of each company, and the Resolution of the Board of Directors; set forth in the Power of Attomey, are now in fora. Signed and scaled at the County of Marin. Dated the day of O k a- r �7 oz§ss, a"",n'.,`"'"u. r �'CNCE CO .PIMCC nCn'aeE '�a� `N�a`' acvaem Awsmt Sae 760789 -11.98 April 15,1999 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 Summit Contracting 1824 Flower Avenue Duarte, CA 91010 Subject: Backbay Drive Roadway Repair and Bridge Approaches Repair, C -3180 To Whom It May Concern: On February 22, 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 March 11, 1999, Reference No. 1990179298. The Surety for the contract is American Automobile Insurance Company, and the bond number is 111 -3338- 4971. 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 0f!1 ;:1395 02:'0 025 571065 SUMMIT CONTRACTING PAGE 03 FROM 'Panasonic FAX SYSTEM • PHONE NO. • Jun. 16 1998 09:33AM P1 PAGE 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BACKBAY DRIVE ROADWAY REPAIR AND BRIDGE APPROACHES REPAIR CONTRACT NO. 3180 1 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 bou d i)o th? City of Ten er e t.l 1�7, o Newport Beach, a charter city, in the principal sum of A Too 11 t , $ in - -- tdtbPlars to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of Backbay Drive Roadway Repair and Bridge Approaches Repair, Contract No. 3180 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 1 7 t hday of June Gaean Corporation dba °¢ Summit Contracting <p Name of Contractor (Principal) Authorized S a urertie� ✓� S Certificate of Acknowledgement STATE OF CALIFORNIA Conntyof Los Angeles On June 17, 1998 before me, personally appeared M. J. Moss aria Stoll. Notary Public personally known to me (oaprumcktoars to be the person(s) whose name(s) is/am subscribed to the within instrument and acknowledged to me that he/sWthay executed the same in his/hedthmacauthorized capacity(ies), and that by his/har6thetr 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 %1( (Seal) 360772 -681 MARA STOLL o COMM. 0IM140 ti NOTARY PUBLICCAUFORNIA o g 43 LOS ANGV.ES . COUNTY ' OMy Comm. Up. Mafch 31, 109 GENERAL' POWER OF ATTORNEY AMERIC N AUTOMOBILE INSURANCE CO ANY KNOW ALL MEN BY THESE PRESENTS: That AMERICAN AUTOMOBILE INSURANCE COMPANY, a Corporation duly organized and existing under the laws of the State of Missouri, and having its principal office in the County of Marin, State of California, has made, constituted and appointed, and does by these presents make, constitute and appoint - -- M. J. MOSS - -- TUSTIN CA its true and lawful Attomey(s) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver any and all bonds, undertaking, recognizances or other written obligations in the nature thereof-------------------------- - - - - -- and to bind the Corporation thereby m fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Corporation and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorneys )-in -Fact may do in the premises. This power of attomey is granted pursuant to Article VII, Sections 45 and 46 of By -laws of AMERICAN AUTOMOBILE INSURANCE COMPANY now in full force and effect. "Article VII. Appointment and A othorfry of Resdent Secretaries, Arorney -lo -Fact and Agents to aeeept Legal Pruners and Make Appearances. Section 45. Appointment. The Chairman of the Board of Directors, the President, any Vice Presideot or soy other person authorized by the Board of Directors, the Chairman of the Board of Directors, the President or any Vice-Prtsident may, from time to time, appoint Resident Assistant Secretaries and Atterneys4n -Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearattcea for and on behalf of the Corporation. Section 46, Aothority: The authority of such Resident Assistant Secretaries, Attorneys -in -Fact and Agents shall be as prescribed in the instmment evidencing their appointment. Any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or by any person empowered to make such appointment." This power of attomey is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of AMERICAN AUTOMOBILE INSURANCE COMPANY at a meeting duly called and held on the 31st day of July, 1994, and said Resolution has not been amended or repealed: "RESOLVED, that the signature of any Vice- President, Assistant Secretary, and Resident Assistant Secretary of this Corporation, and the seal of this Corporation may be affixed or printed on any power of attorney, on any revocation of any power of attorney, or on any certificate relating thereto, by faaini le, and any power of attorney, any revocation of any power of attorney, or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation!' IN WITNESS WHEREOF, AMERICAN AUTOMOBILE INSURANCE COMPANY has mused these presents to be signed by iu Vice- President, and its corporate seal to be hereunto affixed this 15 t h day of June -.19 98 . AMERICAN AUTOMOBILE INSURANCE COMPANY y'BG♦ L''SS fJ airs By vicermtlror STATE OF CALIFORNIA COUNTY OF MARIN ss On this 15 t It day of June 19 9 , before me personally came M. A. Mallonee to me known, who, being by me duly sworn, did depose and say: that he is Vice- President of AMERICAN AUTOMOBILE INSURANCE COMPANY, the Corporation described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Corporation and that he signed his time thereto by like order. IN WITNESS WHEREOF, I bave hereunto set my hand and affixed my official seal, the day and year herein first above written. r A. KRIEGER D 0 _ COMM.$1045112 1r y, ® NOTARY RUBLIGCALIFORNIA V Nair, Public aARIN COUNTY MY Ct Epee Mal. 20. 1949 1 CERTQ'7CA1'E STATE OF CALIFORNIA COUNTY OF MRI AN ®• I, the undersigned, Raideat Assistant Secretary of AMERICAN AUTOMOBILE INSURANCE COMPANY, a MISSOURI Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full form and has not been revoked; and furthermore that Article VII, Sections 45 and 46 of the By -laws of the Corporatic i, and the Resolution of the Board of Directors; sm forth in the Power of Attorney, are now in force. Signed and sealed at the County of M..dn. Dated the 17 t h day of June 19 98 'w.U1�' aavdml AaonnAm Scn+,r . 360711 -AA -3-95 • lJ CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PAGE 15 BACKBAY DRIVE ROADWAY REPAIR AND BRIDGE APPROACHES REPAIR CONTRACT NO. 3180 BOND NO. 11 1 3338 4971 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to Summit Contracting, hereinafter designated as the "Principal," a contract for Backbay Drive Roadway Repair and Bridge Approaches Repair, Contract No. 3180 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. 3180 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, AMERICAN AUTOMOBILE INSURANCE COMPANY* 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 one hundred seventy four thousand nine hundred ninety and no /100 Dollars ($174,990.00), 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. *APJERICAN AUIIUBILE INSURANCE COMPANY (a subsidiary of Fireman's Fund Insurance Company) • EXECU' ED IN 4 CMINTE.' S PAGE 17 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BACKBAY DRIVE ROADWAY REPAIR AND BRIDGE APPROACHES REPAIR CONTRACT NO. 3180 BOND NO. 11 1 3338 4971 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 2,975. being at the rate of $ 17.00 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Summit Contracting, hereinafter designated as the "Principal ", a contract for Backbay Drive Roadway Repair and Bridge Approaches Repair, Contract No. 3180 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. 3180 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and AMERICAN AUTOMOBILE INSURANCE COMPANY* , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety "), are held and firmly bound unto the City of Newport Beach, in the sum of one hundred seventy four thousand nine hundred ninety and no /100 Dollars ($174,990.00), 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. *AMERICAN AUIUQ DBILE INSURANCE CQTANY (a subsidiary of Fireman's Fund Insurance Company) • • PAGE 18 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 29th day of JUNE , 1998. GAEAN CORPORATION DBA SUMMIT CONTRACTING Name of Contractor (Principal) A,%1ERICAN AUTOMOBILE INSURANCE COMPANY Name of Surety 17542 E. 17th STREET TUSTIN, CA. 92780 -1972 Address of Surety (714)669 -2545 Telephone Authoriz ed Si ature Mtle Authorized Agent Signature TENZER V. CUNNINGHAM ATTORNEY —IN —FACT Print Name and Title •lnTA OV w r11Al1.1 e1 i+.- .+�ur.+•���w ....�... ...��.. ....�� .��. �..�� Certificate of Acknowledgement STATE OF CALIFORNIA 1 County of ORANGE JI On JUNE 29, 1998 before me, MARIA LUISA R. AGUINALDO, NOTARY PUBLIC personally appeared TENZER V. CUNNINGHAM personally known to me ( ) to be he person( whose name�a% subscribed to the hin instrument and acknowledged to me tha 1®sl� th(iy executed the same i h Wtlrrsir authorized capacity(Gs), and that by his ixlthAr signature(,$) on the instrument the person, or the entity upon behalf of which the personr acted, executed the instrument. WITNESS my hand and official seal. 11 MARIA LUISA R. AQUIHALD0 Q Q1 comm. #1052831 a Signature (Seal) < � WTARyqX. A y ri ORMNiECCLIHTY 860772.6 -91 !i My Corrm Eq. M&%h 7, 19W 6 E ERA I, i POWER OF ATTORNEY AMERICAN AUTOMOBILE INSURANCE COMPANY KNOW ALL MEN B1 THESE PRESENTS: That AMERICAN AUTOMOBILE INSURANCE COMPANY, a Corporation duly organized and existing under the laws of the State of .Missouri, and having its principal office in the County of Marin, State of California, has made, constituted and appointed, and does by these prescma make. constitute and appoint - -- TENZER V. C t t INGHA;?t - -- its true and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver any and all bonds, undertaking, recognizances or other written obligations in the nature thereof — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Corporation and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s) -in -Fact may do in the premises. This power of attorney is granted pursuant to Article VII, Sections 45 and 46 of By -laws of AMERICAN AUTOMOBILE INSURANCE COMPANY now in full force and effect. "Article VII. Appointment and Authority of Resident Secretaries, Attorney -in -Fact and Agents to accept Legal Process and Make Appearances. Section 45. Appointment. The Chairman of the Board of Directors, the President, any Vice - President or any other person authorized by the Board of Directors, the Chairman of the Board of Directors, the President or any Vice - President may, from time to lime, appoint Resident Assistant Secretaries and Attorneys -in -Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of the Corporation. Section 46. Authority. The authority of such Resident Assistant Secretaries, Attomeys -in -Fact and Agents shall be as prescribed in the instrument evidencing their appointment. Any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or by any person empowered to make such appointment:' This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of AMERICAN AUTOMOBILE INSURANCE COMPANY at a meeting duly called and held on the 31st day of July, 1984, and said Resolution has not been amended or repealed: "RESOLVED, that the signature of any Vice - President, Assistant Secretary, and Resident Assistant Secretary of this Corporation, and the seal of this Corporation may be affixed or printed on any power of attorney, on any revocation of any power of attorney, or on any certificate relating thereto, by facsimile, and any power of attorney, any revocation of any power of attorney, or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation:' IN WITNESS WHEREOF. AMERICAN AUTOMOBILE INSURANCE COMPANY has caused these presents to be signed by its Vice - President, and its corporate seal to be hereunto affixed this 22nd day of June 19 94 AMERICAN AUTOMOBILE INSURANCE COMPANY .Le By Vim- Presidcm STATE OF CALIFORNIA )( ss. COUNTY OF MARIN Onthis 79nd dayof Tnnp , 199.4 — ,before me personally came N1. A. Nlallonee to me known, who, being by me duly sworn, did depose and say: that he is Vice - President of AMERICAN AUTOMOBILE INSURANCE COMPANY, the Corporation described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year herein first above written. OFFICIAL NOTARY SEAL , �• A. KRIEGER ;rap Notary Public— Calitornla Notary PUbtic '•r.i. MARIN COUNTY My Comm. Exp. MAR 20.1995 CERTIFICATE STATE OF CALIFORNIA COUNTY OF MARIN 1, the undersigned, Resident Assistant Secretary of AMERICAN AUTOMOBILE INSURANCE COMPANY, a MISSOURI Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked; and furthermore that Article VII, Sections 45 and 46 of the By -laws of the Corporatic.t, and the Resolution of the Board of Directors; set forth in the Power of Attorney, are now in force. N �( Signed and scaled at the County of ,..fin. Dated the a c 1 "v day of �^'�� //�•7 19 R,ui&ru Avikl nW Secrnary� 360711- AA.2 -94 0 0 RECORDING REQUESTED BY FB orded in the count WHEN RECORDED RETURN TO: ( 11 L, /Reg No Fee fornia 99 MAR A 9 City Clerk p 19990179298 2:12pm 03111199 City of Newport Beach N005200019694 20 30 3300 Newport Boulevard IFFICEO ' IfYCL[3 1 '00 0.00 0.00 0,00 0.00 0.00 Newport Beach, CA 92663 CITY C= iRT 1EACH " Exempt from recording fees pursuanfto 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 Summit Contracting of Duarte, California, as Contractor, entered into a Contract on June 22, 1998. Said Contract set forth certain improvements, as follows: Backbay Drive Roadway and Bridge Approaches Repairs, C -3180 Work on said Contract was completed on January 11, 1999, and was found to be acceptable on January 11, 1999, by the City Council. Title to said property is vested in the Owner, anOthe Surety for said Contract is American Automobile Insurance Company. BY Public s Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on ql at Newport Beach, California. i BY /T7 rn rl _ l `a%WP City Clerk o` F "T, Coen" ;.V', ;PORT BE NI February 22, 1999 CITY COUNCIL AGENDA ITEM NO. 7 TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: BACKBAY DRIVE ROADWAY AND BRIDGE APPROACHES REPAIRS, CONTRACT NO. 3180 - 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 June 22, 1998, the City Council authorized the award of the Back Bay Drive • Roadway and Bridge Approach Repair, Contract No. 3180, to Summit Contracting of Duarte, California. The contract provided for the repair of bridge approaches, the construction of a depressed concrete roadway for purposes of providing a drainage swail and other pertinent repair work needed to correct damages caused by the 1997 - 1998 El Nino winter storms. 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: $174,990.67 Actual amount of bid items constructed: 177,948.00 Total amount of change orders: 30,268.67 Final contract cost: $208,216.67 The increase in the amount of actual bid items constructed over the original bid amount resulted from the need for additional riprap exceeding the bid item quantities. The final overall construction cost including change orders was 19.0% over the original bid amount. A total of two (2) change orders were issued to complete the project. They were as follows: 1. A change order in the amount of $30,000.00 provided for the removal of a massive . landslide from an Irvine Company slope onto Backbay Drive near Shellmaker Island. Funds for the $30,000.00 were deposited from The Irvine Company with the City. Subject: Backbay Drive Roy And Bridge Approach Repairs, Contrafo. 3180 - Completion And Acceptance February 22, 1999 Page 2 2. A change order in the amount of $268.67 provided for the construction of timber railings at the bridge wingwalls. Funds for the project were budgeted in the General Fund and Contributions Fund as follows: Description Account Number Amount Disaster Remediation Backba Drive 7025- C5100427 182,580.00 Contributions Bac bay Drive 7251- C5100427 30,000.00 TOTAL $212,580.00 The contract specified completion of all work within twenty (20) working days from the Notice to Proceed date. Based upon the August 31, 1998 proceed date, the completion date was September 28, 1998. Due to extra work, inclement weather, the December holiday season and the non - availability of treated lumber piles, the completion date was extended to January 11, 1999. All work was substantially completed by that date. Respe Ily su mitted, PUBLIC WORKS DEPARTMENT Don Webb, Director By: /O* � / 11 c.✓ Horst Hlawaty, P.E. Construction Engineer F \UsersWBW \Shared \COUNCIL \FY98 -99 \Feb- 22 \Backbay Dnve C- 318040 E 0 • RELEASE OF STOP NOTICE TO: CITY OF NEWPORT BEACH PWD P.O. BOX 1768 0 '99 FEB -3 P 1 :45 OFFICE OF THE CITY CLERK NEWPORT BEft*ttOF2A;:'N80RT BEACH You are hereby notified that the undersigned claimant releases that certain Stop Notice dated //& /1? , in the amount of 0, % 37 -(og against CITY OF NEWPORT BEACH PWD as owner or public body and SUMMIT CONT. as prime contractor in connection with the work of improvement known as BACK BAY & JAMBOREE in the City of NEWPORT BEACH County of ORANGE State of California. Date � )' IC( Name of Claimant Robertson's By _ 'fl, 'J�11 ', " Authbrized AgentJ VERIFICATION I, the undersigned, state: I am the Agent of the claimant named in the foregoing Release; I have read said Release of Stop Notice and know the contents thereof, and I certify that the same is true of my own knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed1 on 02/01/99 Date\ Copies Sent To: D Mayor 0 Council Member 0 Manager ,-E�Attorne 0 M , at Riverside, California. of Cla zed Agent • STOP NOTICE (California Civil Code Section 3103) NOTICE TO CITY OF NEWPORT BEACH PWD P.O. BOX 1768 NEWPORT BEACCA \ E II m (n T = C O a m af8�¢ �\ 0 8000 �C❑ (If Private Job -file with responsible officer or person at office v branch of construction lender administering the construction funds or with the owner -CIVIL CODE SECTIONS 3156 -3175) (IF Public Job -file with office of controller,auditor,or other public disbursing officer whose duty it is to make payments under provisions of the contract -CIVIL CODE SECTIONS 3179 -3214) Prime Contractor: SUMMIT CONT. cam® of labor,service,material to be furnished ...... Sub Contractor (If Any):SUMMIT CONT. Total value Owner or Public Body: CITY OF NEWPORT BEACH PWD rn Credit Improvement known as BACK BAY & JAMBOREE materials returned, if any ......................$ 0.00 County of ORANGE =` z on account, if any .............................$ State of California. Amount due after deducting all just credits and offsets .... $ 17,737.69 Robertson's, Claimant, a Partnership, furnished certain labor service, equipment or materials used in the above �pscriSed ro work of improvement. The name of the person or company tcmA how claimant furnished service, equipment, or materials is =_ SUMMIT CONT. The kind of materials furnished or agreed to be furnished by claimant was ready mix concrete, rock and /or sand materials. Total value of labor,service,material to be furnished ...... $ 17,737.69 Total value of labor,service,materials actually furnished..$ 17,737.69 Credit for materials returned, if any ......................$ 0.00 Amount paid on account, if any .............................$ 0.00 Amount due after deducting all just credits and offsets .... $ 17,737.69 YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project to satisfy claimant's demand in the amount of $ 17,737.69 and in addition thereto sums sufficient to cover interest court costs and reasonable costs of litigation, as provided by law. A bond (CIVIL CODE SECTION 3083) is not attached.(Bond required with Stop Notice served on construction lenders on private jobs -bond not required on public jobs or on Stop Notice served on owner on private jobs) Dated 01/06/99 Name and address of Claimant ROBERTSON'S P.O. Box 33140 Riverside, Calif. 92223 909 - 685 -2200 By 1 Aut o zed Agen VERIFICATION I, the undersigned, state: I am the agent of the claimant named in the foregoing Stop Notice; I have read said claim of Stop Notice and know the contents thereof, and I certify that the same is true of my knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on 01/06/99 at Riverside, State of Caljl�ornia. Signature of claimant /Agent 0 RELEASE OF STOP NOTICE TO: CITY OF NEWPORT BEACH PWD P.O. BOX 1768 0 NEWPORT BEACH CA You are hereby notified that the undersigned claimant releases that certain Stop Notice dated //0/19 , in the amount of i'7 1137,loc against CITY OF NEWPORT BEACH PWD as owner or public body and SUMMIT CONT. as prime contractor in connection with the work of improvement known as BACK BAY & JAMBOREE in the City of NEWPORT BEACH County of ORANGE State of California. Date ;20,79 Name of Claimant Robertson's By u horized A nt VERIFICATION I, the undersigned, state: I am the Agent of the claimant named in the foregoing Release; I have read said Release of Stop Notice and know the contents thereof, and I certify that the same is true of my own knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on 02/01/99 at Riverside, California. .J STOP NOTICE E I ' )� ) ( alifornia Civil Code Section 3103) .' E T IR CITY OF NEWPORT BEACH PWD A `` ' �' 3EACH, P.O. BOX 1768 NEWPORT BEACCA .o 8 -- Q - o8DD ❑�7�kln (If Private Job -file with responsible officer or person at office of branch of construction lender administering the construction funds or with the owner -CIVIL CODE SECTIONS 3156 -3175) (IF Public Job -file with office of controller,auditor,or other public disbursing officer whose duty it is to make payments under provisions of the contract -CIVIL CODE SECTIONS 3179 -3214) Prime Contractor: SUMMIT CONT. n T Sub Contractor (If Any):SUMMIT CONT. -= Owner or Public Body: CITY OF NEWPORT BEACH PWD+ Improvement known as BACK BAY & JAMBOREE �1O) County of ORANGE 'z n State of California. r" C) A �u - Robertson's, Claimant, a Partnership, furnished certain ;- labor service, equipment or materials used in the above ;F-Scrigd work of improvement. The name of the person or company tbrwhom° claimant furnished service, equipment, or materials is SUMMIT CONT. The kind of materials furnished or agreed to be furnished by claimant was ready mix concrete, rock and /or sand materials. Total value of labor,service,material to be furnished ......$ 17,737.69 Total value of labor,service,materials actually furnished..$ 17,737.69 Credit for materials returned, if any ......................$ 0.00 Amount paid on account, if any .............................$ 0.00 Amount due after deducting all just credits and offsets .... $ 17,737.69 YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project to satisfy claimant's demand in the amount of $ 17,737.69 and in addition thereto sums sufficient to cover interest court costs and reasonable costs of litigation, as provided by law. A bond (CIVIL CODE SECTION 3083) is not attached.(Bond required with Stop Notice served on construction lenders on private jobs -bond not required on public jobs or on Stop Notice served on owner on private jobs) Dated 01/06/99 Name and address of Claimant ROBERTSON'S P.O. Box 33140 Riverside, Calif. 92223 909- 685 -2200 By Ltv� :� Aut oilflzed Agen VERIFICATION I, the undersigned, state: I am the agent of the claimant named in the foregoing Stop Notice; I have read said claim of Stop Notice and know the contents thereof, and I certify that the same is true of my knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on 01/06/99 at Riverside, State of CalA, ornia. Signature of claimant /Agent Cry of Newport Beach • NO. BA- 004^' BUDGET AMENDMENT 1998 -99 AMOUNT: E3o,00a.oa EFFECT ON BUDGETARY FUND BALANCE: X Increase Revenue Estimates Increase in Budgetary Fund Balance X Increase Budget Appropriations AND Decrease in Budgetary Fund Balance Transfer Budget Appropriations PX No effect on Budgetary Fund Balance ov Tuc riTi rni taro from existing budget appropriations �X from additional estimated revenues from unappropriated fund balance EXPLANATION: CITY OF NEN /PCRT SEACH AUG 10 j f This budget amendment is requested to provide for the following: Increase revenue estimates in the Contributions Fund in the amount of $30,000 and appropriate this sum to the Back Bay Drive Roadway capital project. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description REVENUE APPROPRIATIONS (3601) Fund /Division Account Description Contributions Fund 250 5901 Private Donations I Contributions EXPENDITURE APPROPRIATIONS (3603) Amount Debit $30,000.00 Credit Description Division Number 7251 Contributions Fund Account Number C5100427 Back Bay Drive Roadway $30,000.00 Division Number Account Number Division Number Account Number Division Number Account Number Automatic System Entry. Signed: 77 inancial val: Finance Director I Date �- Signed: ?h L y- Admi� r e ppro al: C' Manager �J Date Signed: '}7 . Q G 5 /C�' "00 City Council Approval: City Clerk Date i i C- irC August 10, 1998 CITY COUNCIL AGENDA ITEM NO. 10 TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: BACK BAY DRIVE ROADWAY AND BRIDGE REPAIR BUDGET AMENDMENT AND CHANGE ORDER FOR CONTRACT NO. 3180 RECOMMENDATIONS: RE 10:- 1. Authorize the City Manager to execute Change Order No. 1 in the amount of $30,000. 2. Authorize a budget amendment to increase revenue to the Contributions Fund in the amount of $30,000 and appropriate this sum to Account No. 7251- C5100427, BackBay Drive Roadway. DISCUSSION: The Irvine Company recently negotiated a lump sum cost of $30,000 with the City's BackBay Drive contractor, Summit Contracting. The negotiated work involves removal and stockpiling of debris from BackBay Drive. The Irvine Company has remitted a $30,000 check to the City to pay for the work to be undertaken by our contractor. Attached is Change Order No. 1 to Contract No. 3180, which provides for the additional work. Staff seeks authorization to receive and appropriate the funds and to execute Change Order No. 1. Respectfully submitted.. Don Webb Public Works Poctor Luci Romero Serlet Administrative Manager Attachment: Contract No. 3180 Change Order No. 1 0 Letter dated July 24, 1998 \\dp\sys\ groups \pubworks \counci I\ fy98- 99\august- 10\ba- c-3180 -1.doc CITY OF NEWART BEACH CONTRACT CHANGE ORDER CONTRACT NO. 3180 PROJECT TITLE: Back Bay Drive Roadway Repair and Bridge Repair CONTRACTOR: Summit Contracting ENCUMBRANCE NO.: ORIGINAL CONTRACT: 174,990.00 COMPLETION DATE: i • SEW PART p � r n u� s C7CIF00.��P CHANGE ORDER: 1 PAGE: 1 OF 1 CCO SUMMARY COST: 30,000.00 CCO TOTAL IN % 17.14% CHANGE REQUESTED BY: The Irvine Company CO. TYPE: LUMP SUM DESCRIPTION: Remove Debris from Back Bay Drive following changes are into the project plans and specifications: Remove and Stockpile Slide Debris from Back Bay Drive Per July 24,1998 Letter to the City from TIC. Work does not include the removal of berm used for the Clapper Rail Nesting Area. INCREASE (DECREASE 30,000.00 IN CONTRACT TIME 0- WORKING DAYS NET CHANGE $ 30,000.00 agree, n this is approved, that we will provide all equipment, furnish ill material, except as may otherwise be noted above, and perform all services necessary for the above specified work, including field and home office expense and will accept as full payment therefor the prices shown above. ACCEPTED, DATE: 06 J'1 I q Uo CONTRACTOR: Summit Contracting It3A TITLE: IF*,% 's.� APPROVAL RECOMMENDED: sA DATE: 8 13 CONSTRUCTION ENGINEER APPROVED: CITY ENGINEER J DATE: q- GIs APPROVED: C64 ANAGE DATE: J� W 0 • 0 • Sys • IRVINE COMMUNITY DEVELOPMENT COMPANY July 24, 1998 Mr. Kevin Murphy City Manager City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92658 E JUL 3 119P8 SENT VIA FACSIMILE Re: Change Order for Slide Debris Removal from Back Bay Drive Dear Mr. Murphy: As you know, The Irvine Company has negotiated a lump sum cost of $30,000.00 with your contractor, Summit Contracting, for Back Bay Drive cleanup. The Irvine Company is preparing a check in the amount of $30,000.00, payable to the City of Newport Beach. This check will be hand carried to your offices on Friday, July 31, 1998. We look forward to continuing our cooperation on Back Bay Drive cleanup. Should you have any questions concerning this matter, I can be reached at (949) 720 -2129. Sincerely, Norman E. Witt, Jr. Vice President cc: Don Webb, City Engineer 550 Newport Center Drive, P.O. Box 6370, Newport Beach, California 92656 -6370 (949) 720 -2000 A subsidiary of The Irvine Company O? 0p04455 rL&v nF NFWPl1RT RFACH vi Amll� F,1 1 Rn4 61 1 Hot VOUCHER NO. INVOICE NO. PURC ORDER NO. INVOICE DATE AMOLW DISCOUNT NET AMOUN 730169 30000 —CR 7/28/98 30, 000. 00 .00 30,000. CHANGE ORDER request 0 TOTAL 30, 000. 00 .00 30, 000. THIRTY'THOUSAND DOLLARS.NO >CENTS` TO THE WELLS FARGO BANK IN A c 2030 MAIN STREET SUITE 600 ..0 l 1' -8.0 4 -1Z20fl _IRVINE, CA 92614,. .. ORDER CITY OF NEWPORT BEACH 3300 NEWPORT'BLVD :. OF:.'� NEWPORT, BEACH `. CA 92663' 11.61,180411' i:1 2 2000 24 74489S 079929111 0 CW of Newport Beach • NO. BA- 004 BUDGETAMENDMENT 1998 -99 AMOUNT: $30,000.00 ECT ON BUDGETARY FUND BALANCE: X Increase Revenue Estimates Increase in Budgetary Fund Balance X Increase Budget Appropriations AND Decrease in Budgetary Fund Balance Transfer Budget Appropriations PX No effect on Budgetary Fund Balance from existing budget appropriations X from additional estimated revenues from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: Increase revenue estimates in the Contributions Fund in the amount of $30,000 and appropriate this sum to the Back Bay Drive Roadway capital project. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description REVENUE APPROPRIATIONS (3601) Fund /Division Account Description tributions Fund 250 5901 Private Donations / Contributions EXPENDITURE APPROPRIATIONS (3603) Signed: Signed: Signed: I City Council Approval: City Clerk Amount Debit Credit $30,000.00 $30,000.00 Z4.97 Date Date Description Division Number 7251 Contributions Fund Account Number C5100427 Back Bay Drive Roadway Division Number Account Number Division Number Account Number Division Number Account Number Signed: Signed: Signed: I City Council Approval: City Clerk Amount Debit Credit $30,000.00 $30,000.00 Z4.97 Date Date t CITY CLERK cam/ s4 �7 C PAGE 1 CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658 -8915 until 11:00 a.m. on the 17th day of June, 1998 , at which time such bids shall be opened and read for BACKBAY DRIVE ROADWAY REPAIR AND BRIDGE APPROACHES REPAIR Title of Project Contract No. 3180 $180.000.00 Engineer's Estimate Approved by Bill Pata City Engineer Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, P. O. Box 1768, Newport Beach, CA 92658 -8915. For further information, call Fong Tse, Project Manager at (949) 644 -3340. PAGE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BACKBAY DRIVE ROADWAY REPAIR AND BRIDGE APPROACHES REPAIR CONTRACT NO. 3180 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 3 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 partki's 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. 607397 A Contractor's License No. & Classification SUMMIT CONTRACTING Bidder PRESIDENT Authorized Si ure fTitle JUNE 16, 1998 Date I 1 PAGE 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BACKBAY DRIVE ROADWAY REPAIR AND BRIDGE APPROACHES REPAIR CONTRACT NO. 3180 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he /she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Subcontract Work Subcontractor Address ?iLa5 5%41 malex,Ivc- Lz). \5T-1- �%' 2. 3. 4. 5. 6. 7. B. 9. 10. SUMMIT CONTRACTING Bidder Signature/Title PRESIDENT .. • • PAGE 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BACKBAY DRIVE ROADWAY REPAIR AND BRIDGE APPROACHES REPAIR CONTRACT NO. 3180 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he /she has performed and successfully completed. Year Project Completed Name /Agency Person To Contact Telephone Number 1998 RIX ENHANCEMENT PROJECT CHRIS PHELPS (909) 783 -8937 CITY OF SAN BERNARDINO MUNICIPAL WATER DEPT: 1997 PERCOLATION PONDS NED IBRAHIM (909) 736 -2400 CITY OF CORONA 1997 JOSEPH JENSEN FILTRATION TIM HARDING (702) 566 -8600 SERROT CORPORATION 1997 FEMA REPAIRS - SUBTROPIC DRIVE DAVID GILBERTSON (909) 594 -9702 OF LA HABRA HEIGHTS SUMMIT CONTRACTING Bidder 5>IRESIDENT Authorize ure/Title PAGE 7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BACKBAY DRIVE ROADWAY REPAIR AND BRIDGE APPROACHES REPAIR CONTRACT NO. 3180 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County Of LOS ANGELS WEE T R G. WILEY III , being first duly sworn, deposes and says that he or she is PRESIDENT of SUMMIT CONTRACTING , 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. SUMMIT CONTRACTING � PRESIDENT Bidder Authorized Signature ' e Subscribed and sworn to before me this 17Tiday of JUNE —'19 98. [SEAL] / J, 1. Notary Public My Commission Expires: ✓ ` /�% Q . . MRPrxUME,PBF. L . . Ii . #!AFC 1' S . 1 C W7AC3LIO7LI9fUE1 ONY RTNY IA � n FEB. 14, 2002 i • PAGE 8 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BACKBAY DRIVE ROADWAY REPAIR AND BRIDGE APPROACHES REPAIR CONTRACT NO. 3180 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of mailing Notice of Award to the successful bidder: • 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. i • PAGE 9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BACKBAY DRIVE ROADWAY REPAIR AND BRIDGE APPROACHES REPAIR CONTRACT NO. 3180 CONTRACT THIS AGREEMENT, entered into this 22nD day of June, 1998, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Summit Contracting, hereinafter "Contractor," is made with reference to the following facts: A. WHEREAS, City has advertised forbids for the following described public work: BAYBAY DRIVE ROADWAY REPAIR AND BRIDGE APPROACHES REPAIR Project Description 3180 Contract No. B. WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, City and Contractor agree as follows: CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, General Conditions, Standard Plans and Standard Special Provisions, Plans and Special Provisions for Contract No. 3180, Standard Specifications for Public Works Construction (current edition) and all supplements and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents "). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 2. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: 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. L �_-Jl PAGE 10 3. As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of one hundred seventy four thousand nine hundred ninety and no /100 Dollars ($174,990.00). This compensation includes: (a) Any loss or damage arising from the nature of the work, (b) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (c) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 4. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. 5. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Fong Tse (949) 644 -3340 CONTRACTOR Summit Contracting 1824 Flower Avenue Duarte, CA 91010 (626) 357 -9211 6. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this Contract, hereby certifies: "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self- insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." • • 7. INSURANCE PAGE 11 (a) Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. (b) Contractor shall furnish City with certificates of insurance and with original endorsements effecting coverage required by this Contract. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. (c) Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. A. Minimum Scope of Insurance Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0001 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. 2. Insurance Services Office Business Auto Coverage form number CA 0001 0187 covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. 3. Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. B. Minimum Limits of Insurance Coverage limits shall be no less than: 1. 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. 2. Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. 0 0 PAGE 12 3. Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. C. Deductibles and Self- Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: 1. General Liability and Automobile Liability Coverages (a) City, its officers, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. (b) Contractor's insurance coverage shall be primary insurance and /or primary source of recovery as respects City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. (c) Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, officials, employees and volunteers. (d) Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (e) The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. 2. Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against City, its officers, officials, employees and volunteers for losses arising from work performed by Contractor for City. 3. All Coverages • PAGE 13 Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. E. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract amount provided that the Work damaged is built in accordance with the plans and specifications. F. Right to Stop Work for Non - Compliance City shall have the right to offer the Contractor to stop Work under this Agreement and /or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. 8. RESPONSIBILITY FOR DAMAGES OR INJURY A. City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. B. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. C. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the sole or active negligence or willful misconduct of City, its officers or employees. 0 0 PAGE 14 D. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. E. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in "C" above. F. The rights and obligations set forth in this Article shall survive the termination of this Contract. 9. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 10. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 11. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the and year first written above. ATTEST: CITY CLERK have caused this contract to be executed the day I rlr..�M CONTRACTOR c� f By; Authorize ignature and Title CITY A EY have caused this contract to be executed the day I rlr..�M CONTRACTOR c� f By; Authorize ignature and Title ACORD: CERTIFICAT*OF LIABILITY DATE IMM /ODNYI INSUR" CE CSR JA- r SU!®SI -O 07/13/98 PRODUCER . THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Crog -by Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Goltra & Associates HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P 0 Box 8187 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Huntington Beach CA 92615-8187 COMPANIES AFFORDING COVERAGE COMPANY A Massachusetts Bay Ins. Co. Steffen L. Goltra Ph..No. 909 -985 -0345 F..NO.909- 981 -9385 INSURED Gaean Corp. DBA Summit Const. dba:Summit Contracting COMPANY B The Hanover Insurance Company COMPANY Asphalt Equipment Rental, Inc. C 1824 Flower Avenue Duarte CA 91010 COMPANY D CDYERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM /DDNY) POLICY EXPIRATION DATE (MM /DDNY) LIMITS GENERAL LIABILITY GENERAL AGGREGATE 52000000 X PRODUCTS - COMP /OP AGO $1000000 A COMMERCIAL GENERAL LIABILITY ZDZ558783500 07/08/98 07/08/99 CLAIMS MADE [X] OCCUR PERSONAL &ADV INJURY 31000000 X EACH OCCURRENCE 6 1000000 OWNER'S & CONTRACTOR'S PROT X Employee Benefits FIRE DAMAGE (Any one fire) $ 50000 X $5000 PD Ded MED EXP (Any on. Person) $ 5000 B AUTOMOBILE LIABILITY ANY AUTO AHZ558783600 07/08/98 07/08/99 COMBINED SINGLE LIMIT 81000000 X X BODILY INJURY (Per person) 5 ALL OWNED AUTOS SCHEDULED AUTOS X X BODILY INJURY (Per acciEentl S HIRED AUTOS NON -OWNED AUTOS X PROPERTY DAMAGE 8 GARAGE LIABILITY AUTO ONLY - EA ACCIDENT 8 OTHER THAN AUTO ONLY: ANY AUTO EACH ACCIDENT S AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ AGGREGATE 9 UMBRELLA FORM 5 OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND EMPLOYERS' LIABILITY TO STATU- OER TORY LIMITS ER EL EACH ACCIDENT 9 THE PROPRIETOR/ INCL PARTNERS /EXEDUTIVE OFFICERS ARE: EXCL EL - POLICY LIMIT '- '- "^"' "'—"- 8 -" -- -- EL EASE - E/rEhIPLEVFir- _ '6� DESCRIPTION OF OPEIIATIONS /LOCATIONSNEHICLES /SPECIAL ITEMS *10 Day Notice of Cancellation for Non - Payment of Premium or Non -Repo tiug, or payment of Certificate holder are named as additional i ureds . (per form attached). Pro]'ect:Back Bay Drive Roadway Repair and Bridge ' Approaches Repair Contract No. 3180. CERTIFICATE HOLDER CANCELLATION NEW2 OO 1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL City of Newport Beach 30* DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Public Works Department Administrative Manager P.O. Box 1768 OIL AUTHORIZED REPRESENTATIVE Newport Beach CA 92659 -1768 Steffen L. Goltr A,CORD 26•S t1/9,6) ORO CORPORATION 1488' J • CL 246 (11.65) POLICY NUMBER: ZDz558783500 EFFECTIVE DATE: 7—B-98 NAMED INSURED: Gaean`.Corporation dba• Summit Contract THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 10 H Sj 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: I Blanket Additional Insureds As Per Contract (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) 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. ADDITIONAL INSURED PROVISIONS IT IS AGREED THAT THE FOLLOWING PROVISION(S) AMEND THE COVERAGE PROVIDED TO THE ADDITIONAL INSURED(S) NAMED IN THIS ENDORSEMENT AS FOLLOWS: PRIMARY INSURANCE CLAUSE IT IS AGREED THAT SUCH INSURANCE AS 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(S) SHALL BE EXCESS AND NON - CONTRIBUTORY, BUT ONLY AS REPECTS ANY CLAIM, LOSS OR LIABILITY ARISING OUT OF THE OPERATIONS OF THE NAMED INSUREDS) OR ITS SUB - CONTRACTORS, AND ONLY IF SUCH CLAIM, LOSS OR LIABILITY IS DETERMINED TO BE SOLELY THE NEGLIGENCE OR RESPONSIBILITY OF THE NAMED INSURED. NOTICE OF CANCELLATION IT IS AGREED THAT THE COMPANY WILL PROVIDE THE ADDITIONAL INSURED SHOWN WITH 30 DAYS NOTICE OF CANCELLATION OF THIS POLICY IN THE EVENT OF CANCELLATION DUE TO COMPANY ELECTION ONLY. 10 DAY NOTICE OF CANCELLATION APPLIES FOR NON- PAYMENT OF PREMIUM. WAIVER OF SUBROGATION IT IS AGREED THAT WE WAIVE ANY RIGHT OF RECOVERY WE MAY HAVE AGAINST THE PERSON OR ORGANIZATION SHOWN IN THE SCHEDULE BECAUSE OF PAYMENT WE MAKE FOR INJURY OR DAMAGE ARISING OUT OF "YOUR WORK" DONE UNDER A CONTRACT WITH THAT PERSON OR ORGANIZATION. THE WAIVER APPLIES ONLY TO THE PERSON OR ORGANIZATION SHOWS I IN THE SCHEDULE. CEIRTIFICAT�QF LIABILITY INSUR+ CE CSR Ti DarE(mm /DDmI ,ACORD SUb4SZT1 07/06/98 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Goltra & Assoc Ins Brokers Inc HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P 0 Box 8187 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Huntington Beach CA 92615 -8187 COMPANIES AFFORDING COVERAGE COMPANY A Ulico Casualty Cc Steffen L. Goltra Pnona Na. 949 - 833 -2803 Fa.N..949- 833 -2807 INSURED COMPANY B Pacific Insurance Company Ltd Gaean Corporation COMPANY C Golden Eagle Insurance Co. dba: Summit Contracting, Inc. Asphalt Equipment Rentals 1824 Flower Ave Duarte CA 91010 COMPANY D COVERAGES ?; :: :; ,.. . - .. ,` THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, -' EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMODNY) POLICY EXPIRATION DATE IMM /DD/YYI LIMITS GENERAL LIABILITY GENERAL AGGREGATE 82,000,000 X PRODUCTS - COMP /OP AGO 31,000,000 • COMMERCIAL GENERAL LIABILITY CLU0001712 07/08/97 07/06/98 CLAIMS MADE [X] OCCUR PERSONAL & ADV INJURY $ 1,000,000 EACH OCCURRENCE 91,000,000 OWNER'S& CONTRACTOR'S PROT FIRE DAMAGE (Any one fire) $ 50,000 MED EXP (Any one person) $ 5,000 • AUTOMOBILE LIABILITY ANY AUTO CLU0001712 07/08/97 07/08/98 COMBINED SINGLE LIMIT S1,000,000 X BODILY INJURY (Per person) S ALL OWNED AUTOS SCHEDULED AUTOS X BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS X PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN AUTO ONLY . .. . . ....... ..... .. ANY AUTO EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE 34,000,000 B X UMBRELLA FORM TJ0002824 09/17/97 07/08/96 AGGREGATE 54,000,000 OTHER THAN UMBRELLA FORM Retained $ 10,000 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY X TO STATU- OTH TORY LIMITS ER EL EACH ACCIDENT 41,000,000 C. THE PROPRIETOR/ INCL PARTNERS /EXECUTIVE NWC47311901 04/10/98 04/10/99 EL DISEASE - POLICY LIMIT $1,000,000 EL OISEASE - EA EMPLOYEE 51,000,000 OFFICERS ARE X EXCL OTHER A Cont Equip Rented CLU0001712 07/08/97 07/08/98 Limit $450,000 From Others Dad. $1500 DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES /SPECIAL ITEMS *Ten Day Notice o Cancellation will be given for Non - Payment of Premium* *Or Non-Reporting/Pa ant of Payroll* Certificate holder are named as additional insureds Zper attached forms); Waiver of Subrogation for workers compensation to follow. Pro7'ect:Back Bay Drive Roadway Repair and Bridge Approaches Repair Contract No. 3180. CERTIFICATEHOLDER ;,, ',: .. .. CANCELLATION .. TION .., .. ..- ........ .. ........ . . NEN2001 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL MAIL City of Newport Beach Public Works Department 3 0 * DAYS WRITTEN NOTICE TO TH TIFICATE HOLDER NAMED TO THE LEFT, Administrative Manager P.O. Box 1768 AUTHORIZED REPRESENTATIVE Newport Beach CA 92659-1768 Steffen L. Goltr ACORD 20 -S (1/451 O - RPOR,ATION 148$ 0 RECE _'VED ILL. 91598 F r, PUBUC wa;c:i NNOPCRT BEACK POLICY NUMBER: CLU00017120 04MERCIAL GENERAL LIABILITY CG 20 10 10 93 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: PER CERTIFICATE OF INSURANCE SHOWING APPLICABILITY OF THIS ENDORSEMENT (If no entry appears above, information required to complete this endorsement will be shown in the Declara- tions as applicable to this endorsement.) WHO IS AN INSURED (Section 11) is amended to include as an insured the person or organization shown in he Schedule, but only with respect to liability arising out of your ongoing operations performed for that in- sured. CG 20 10 10 93 Copyright, Insurance Services Office, Inc, 1992 AGENT CORN El 0 0 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNER, LESSEES OR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. WHO IS AN INSURED (Section II) is amended to include as an insured any person or organization you have agreed to add to 'this polity as an additional insured but only with respect to liability arising out of your ongoing operations for that additional insured and subject to the following: 1. You have agreed in a written contract to add that person or organization as an additional insured to your liability insurance policy; 2. A certificate of insurance has been issued by us showing the person or organization as an additional insured; 3. This endorsement will not take effect for the benefit of any additional insured unless the preceding occurs prior to loss and during the policy period; and 4. The coverage provided the additional insured is the lesser of the following: a. The terms, conditional and limits of the policy; or b. The contract requirements. B. Paragraph 4. Other Insurance of COMMERCIAL GENERAL LIABILITY CONDITIONS (Section IV) is amended by the addition of the following: The coverage provided the additional insured is primary and any liability insurance policy where the additional insured is a named insured will be considered excess insurance. For any damages covered by this policy, we will not seek contribution from the preceding described excess insurance for our named insured's liability imputed to this additional insured. MLI 904 02 96 Page 1 of 2 P. 0 This paragraph B. does not apply unless we have issued a certificate of insurance showing that our policy is primary and that the additional insured's policy is not contributory. MLI 904 02 96 Page 2 of 2 POLICY NUMBER: CLU0001710 06MERCIAL GENERAL LIABILITY CG 24 04 10 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: PER CERTIFICATE OF'INSURANCE SHOWING APPLICABILITY OF THIS ENDORSEMENT (If no entry appears above, information required to complete this endorsement will be shown in the Declara- tions as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV - COMMER- CIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work' done under a contract with that person or organization and included in the "products- completed operations hazard ". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 10 93 Copyright, Insurance Services Office, Inc., 1992 AGENT COPY C • • Page PR 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT REVISED PROPOSAL BACK BAY DRIVE ROADWAY AND BRIDGE APPROACHES REPAIR CONTRACT NO. 3180 To The Mayor and Members of the City Council City of Newport Beach P.O. Box 1768 Newport Beach, CA 92659 -1768 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all work required to complete this Contract No. 3180 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Mobilization @ boUYfiOtC`xiNDI Dollars and 'w Cents $Alg�_on Per Lump Sum 2. 1,050 Remove and Dispose of All A.C., C. Y. Base, Interfering Materials, and All Non - Native Material. @ Dollars and ZYAU Cents 1po $ 110,350. w Per Cubic Ya d 3. 500 Install Filter Fabric S. Y. _ Dollars and Cents $ 5.9D $ 2,950. w Per Square Yhrd • Page PR 2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 750 Construct Unclassified Fill C.Y. \` I�li& @ en_v%_ Dollars and 1� Cents $ A-00 oo $ I Z • oa Per Cubic Yard 5. 290 Construct Base Tons @ Dollars and v�o Cents $ 28. co $ IZO.ao Per Ton 6. 120 Construct P.C.C. Pavement C.Y. `` `` @(�u.%u✓ YtA -�ze]i ye, Dollars and V\.D Cents $1 I s a A p. om) Per Cubic Yard 7. 30 Construct Asphalt Concrete Pavement Tons t 1 @ (� JeA fV0X U51 Dollars and (,to Cents $ IOi . vo $ l0 Per Ton 8. Lump Sum Sawcut, Remove, and Dispose of Existing R.C.P. and Aluminum Arch Culvert \\ rr @1.5aN� �I�r,�lundY� DoNars and rw Cents $1 , 2`f3O • ofl Per Lump Sum 9. Lump Sum Repair Existing 18" RCP Drainage Pipe with 12 feet of new 18" RCP � Sewer `` I P fur er FVW AMSd^A @ Dollars and nA Cents $4,4CO.ao Per Lump Sum . • Page PR 3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 1,600 Construct Rip Rap Tons @ : 11 n(1 EUA #, Qvu- Dollars and Sege Aix_ Cents ft Per Ton 11. 12 Drive Treated Timber Piles Each Y3 @TW0i4&XM-> ,wcQ 0 Dollars and h.0 Cents $ Zt � Do $ 25, .00 Per Each 12. 400 Place Rock Tons ` Dollars and vlp Cents $ 75. VV $ �VLV . ea Per Ton 13. 700 Install Treated New Wooden Planks S. F. a@ Sk:,JC*L_ Dollars and t :ak.�nk Cents $i•CAD $5A&D•«-) Per Squa a FolA 14. 4 Re -attach Four (4) Ex. Wooden Each Handrails to New Head/Tail Walls @ ire %knt�r� 4i4u, Dollars and �o Cents $550.00 $Zj2jM0 -" Per Each 15. Lump Sum Place %" Thick Styrofoam Cushion Over Existing. 24 "" _DIIPSeeweerr q @ IDA& Dollars U and V�.Q Cents $,31 •co Per Lump Sum 0 . Page PR 4 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. Lump Sum P.C.C. Encase Existing 24" DIP Sewer Y @�(�Q-i%oa5a�►�A ti17� Dollars and rto Cents ${c0 Per Lump Sum 17. Lump Sum Retrieve and Dispose of Errant Rock And Rubble Within the Bay Downstream West Of Bridge 1 @ —Cti.yM e_6�`' Dollars and V\_0 Cents $34-1CQ00 Per Lump Sum 18. Lump Sum Place and Densify Weed -Free Soil Over Rip -Rap @�iKv►�SAr.[AJ� Dollars and aW Cents $ CO. coo Per Lump Sum TOTAL PRICE IN WRITTEN WORDS '"V JA aw-' a.r-q' Dollars and 1 Cents $ 11`1 C)w • CMD Total Price Bidder's Name SUMMIT CONTRACTING Bidder's Address 1824 FLOWER AVENUE, DUARTE, CA 91010 Bidder's Telephone Number ( 626) 357 -9211 Contractor's License No. & lliii�iaf[. Authorized SigAatGre & Title CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT F"O� �� \�� FO RNA ADDENDUM NO. 1 BACKBAY DRIVE ROADWAY REPAIR AND BRIDGE APPROACHES REPAIR CONTRACT NO. DATE: b !0 BY: `— Public Works Director TO: ALL PLANHOLDERS 1. Proposal: Add bid item number 17: 'Retrieve and dispose of errant rock and rubble within the Bay downstream west of bridge." (Submit bid on the attached revised Proposal.) 2. Proposal: Add bid item number 18: "Place and densify weed -free soil within and 6" over rip - rap." (Submit bid on the attached revised Proposal.) t ♦ r r • • Addendum No.1 Backbay Drive Roadway Repair and Bridge Approaches Repair Contract No. 3180 Page 2 3. Special Provisions SP 2 of 9: Replace the first paragraph of Section 6 -1 Construction Schedule and Commencement of Work with, "The Notice To Proceed construction start date shall be August 3, 1998." 4. Special Provisions SP 3 of 9: Revise the second paragraph of Section 6 -1 Construction Schedule and Commencement of Work with, "... (2) access to repair the washed -out roadway shall be made from the Back Bay Drive /Shellmaker Road intersection only, (3) in case The Irvine Company (TIC) has not cleared the slide that blocks Back Bay Drive just northerly of Shellmaker Road by the start of work, the Contractor shall work with TIC to remove the dirt or at least ramp over the dirt to gain access to the washed -out roadway work site from the Back Bay Drive /Shellmaker Road intersection at the cost of TIC; (4) the Contractor may use the viewing area on the west side and outside of the roadway width just northerly of the washed -out roadway repair work site for equipment turn - around; and (5) the Contractor may access the bridge approaches repair work site from the Back Bay Drive /San Joaquin Hills Road intersection or from the Back Bay Drive /Eastbluff Drive intersection. (See attached work sites access map.) 5. Special Provisions SP 6 of 9: Add to Section 9-3.2 General, "Payment for Bid Item No. 12 shall only be made for rock obtained from an outside source. No payment shall be made for rock retrieved under bid item No. 17 and then reused on the work." 6. Special Provisions SP 6 of 9: Add to Section 9 -3.2 General, "Payment for Bid Item No. 17 shall include the cost of all equipment, tools, materials, labor, and all other items required to retrieve and dispose of all errant rock and rubble that is found between the top of the channel embankments and within 100 feet downstream from the westerly edge of the new 1/4T rock." 7. Special Provisions SP 6 of 9: Add to Section 9 -3.2 General, "Payment for Bid Item No. 18 shall include the cost of all equipment, tools, materials, and labor to provide weed -free native soil, water, and all other items required to complete the work in place." Addendum No. 1 Backbay Drive Roadway Repair and Bridge Approaches Repair Contract No. 3180 Page 2 8. Mitigation Measures: The Contractor shall arrange for and complete the required mitigation measures prepared by LSA & Associates as shown on the attached. Where not provided for in the Revised Proposal, the cost of these work items shall be included as part of the Mobilization bid item. The City will hire the Biological Monitor to assist the Contractor with the work. Bidders must sign this Addendum No. 1 and attach it to the attached revised bid proposal. No bid will be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum No. 1 and have included full payment in the attached REVISED PROPOSAL. SUMMIT CONTRACTING Bidder's Name (Please Print) JUNE 16, 1998 Date Authorized Sigoal & Title 5L \I.f57 b 9 9tl 2 51P�l L S .a rsa anuciaon rsa minGATION MEASURES The City of Newport Beach shall retain a qualified biological con-ctrue- tion monitor (Biological Monitor) for the purpose of minimizing con- struction impacts. The construction monitor shall be a biologist with a thorough knowledge of the affected native plant communities and associated wildlife, as well as construction methods and equipment. The following specific tasks will be accomplished as part of the con- struction monitoring: Prior to construction, the Biological Monitor will coordinate with biologists studying the light - footed dapper rail in Upper Newport Bay and review/survey nesting localities and the nest- ing status for this species. In addition, the biologist will survey for nesting least Bell's vireo adjacent to the construction area Prior to construction, the Biological Monitor will meet with the contractor to review and define the following: The limits of work in the repair areas. The limits of stockpile/staging areas; these will be strictly limited to non - sensitive areas, based on habitat assess- ment, the clapper rail information, and least Dell's vitro survey. Haut routes. Methods for confining work to the delimited areas, e.g., snow fencing, stakes and ropes. Prc -construction conditions of temporary work areas (discuss and document). During construction, the Biological Monitor will periodically inspect the site to determine that the contractor confines activi- ties to the limits designated prior to construction. Prior to construction, the limits of work shall be fenced with four foot silt fence to provide a barrier to light - footed clapper rail (and young) and to prevent unnecessary additional impacts to native vegetation. The fencing shall extend an additional 30 feet on each side of the area of work. All of the temporary construction impact areas shall be restored to the pre construction condition, or letter, with respect to substrate condi- tion. Any areas compacted during construction shall be de -compacted via ripping or other methods acceptable to the Biological Monitor. Weed free soil, as identified by the Biological Monitor shall be placed In the upper pan of the riprap, to a depth of six inches above the top of the riprAp. 4.29,98- I \CWDN?IIDIOASU3' WFO- 10 • .. 0 • • All willows that will be potentially damaged during construction shall be pruned to minimize impacts. • Prior to bridge construction, a check dam shall be constructed to pm- vent the flow of water through the construction area. To the extent feasible, any mobile aquatic species that remain during drainage shall be relocated to the bay. • All ungrouted tiprap shall be buried to a minimum of six inches with native soil following being worked into the ungrouted riprap with a pressurized jet of water (i.e., fire hose). • All discharge of water into the Upper Newport Day shall be dear and free of silt and other contaminants. "Ihc contractor is responsible for obtaining any NPDES permits that may be necessary, e.g., for dewatering. • During the material removd from the landslide, a six foot soil berm shalt be left between the bay and the haul road to reduce noise to the adjacent light- footed dapper rail during the nesting season. The soil berm will be removed once the nesting season is over. • The landslide removal is planned to commence July 15, 1998; and the bridge construction and road repair are planned to commence after August 1, 1998. The actual dates will be coordinated with the USPWS and may be modified to avoid impacts to the light-footed dapper rail, depending on this species' nesting status. DRIVE / WORK SITE / ACCESS POINT NTS W N9 a o WASHED OUT BRIDGE 4 APPROACHES 3 BIG CANYON BARRICADED WORK SITE . ROAD aosuRE � ACCESS POINT STAGE AND STOCKPILE AREA 0PJ a 9W 11 p eP AD CLOSLIR 'b 9�y�N ROAD CLOSED WASHED OUT z �O W =° ROADWAY (✓\ WORK SITE ACCESS POINT ' DR FASHION ® ISLAND tiQ CoAyT NTS HrgiN r WORK SITES ACCESS MAPS 0 L CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Wakeham -Baker Inc. 18237 Mt. Baldy Circle Fountain Valley, California 92708 Gentlemen: (714) 644 -3005 July 6,1998 Thank you for your courtesy in submitting a bid for the Backbay Drive Roadway Repair and Bridge Approaches Repair (Contract No. 3180) 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 PAGE CITY Of NEWPORT BEACH PUBLIC WORKS DEPARTMENT BACKBAY DRIVE ROADWAY REPAIR AND BRIDGE APPROACHES REPAIR CONTRACT NO. 318D 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 BID dollars ($ lo% OF BIp to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of Backbay Drive Roadway Repair and Bridge Approaches Repair, Contract No. 3180 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 duty 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 11th day of MAY , 19 98 . WAKEHAM- BAKER, INC. Name of Contractor (Principal) AMWEST SURETY INSURANCE COMPANY Name of Surety 330 N. BRAND BLVD., STE 550 Address of Surety GLENDALE, CA 91203 9818) 246 -5353 Telephone Signaturelfitle D. STONG ATTORNEY -IN -FACT Print Name and Title (Notary acknowledgment of Principal S Surety must be attached) STATE OF CALIFORNIA SS. COUNTY OF RIVERSIDE On�0 -,before me, ROSEMARY STANDLEY PERSONALLY APPEARED MICHAEL D. STONG personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowl- edged to me that he /she /they executed the same in his/ her /their authorized capacity(ies), and that by his /her/ their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature OPTIONAL ROSEMARY STANDLEY COMM. #1090462 NOrRIV RIVERSIDE • COUNTY t11A RIVEREIDE Jun 7l' MT Caen.b Jun 7.4000 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 TVIE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ATTORNEY -IN -FACT TRUSTEES) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSONS) 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 EXPIRATION DATE D—Vo-•7o POWER NUMBER READ CAREFULLY This document is printed on white paper containing the artificial watermarked logo (A ) of Amwest Surety Insurance Company (the "Company ") on the front and brown security paper on the back. Only unaltered originals of the PDA are valid. Phis POA may not be used in conjunction with any other PDA. No representations or warranties regarding this POA may be made by any person. This POA is governed by the laws of the State of Cal ifomia and is only valid until the expiration date. The Company shall not be liable on any limited PDA which is fraudulently produced, forged or otherwise distributed without the permission of the Company. Any party concerned about the validity of this PDA or an accompanying Company bond should call your local Amwest branch office at (918) 2465353 constitute and appoint: SHAWN BLUME MICHAEL D. STONG SUSAN C. MONTEON ROSEMARY STANDLEY AS EMPLOYEES OF STONG INSURANCE SERVICES, INC. its true and lawful Attomey -in -fact, with limited power and authority for and on behalf of the Company thereto ifa seal is required on bonds, undertakings, recognizances, reinsurance agreement for a Miller F the nature thereof m follow: Bid Bonds up to 5••1,11000 m & Pay Contract (Perforance & Payment), Cowl, Subdivision 5'•5,000,000.00 `��y License & Permit Bonds up to S... •250,000.00 oas Miacellene Bonds up to 5••. •250,000.00 and to bind the company thereby. This appointment is made under and by 1, the undersigned secretary of Amwest Surety Insurance Company, force and effect and has not been revoked and furthermore, that the provisions of the By -Laws of the Company, are now in full force an the seal of the company written obligations in are now in full force and effect. 'IFY that this Power of Attorney remains in full on this Power of Attorney, and that the relevant Bond No. Signed &sealed 0ti o r T Karen G. Cohen, Secretary i is • ♦ tk 4 tit ♦ ♦ • f ONS T O DIRECTORS R • Is U Is • ! 4t ♦ #t It This PDA is signed and sealed by facsimile under nd by author o owip,LC utions adopted by the Board of Directors of Amwest Surety Insurance Company at a meeting duly held on Decembers �4' 975: tY� RESOLVED, that the President or any tc P�Sjdent, in nJune wit Secretary or any Assistant Secretary, may appoint attomrys -in -fact or agents with authority as defined or limited in the ins me vt emmn po tment%.ae case, for and on behalf of the Company, to execute and deliver and affix the seal of the Company to bonds, undertaking, n ces, ip obligatip4s ofall kinds; and said officers may remove any such attorney- in- fact or agent and revoke any PDA previously gmnte non. RESOLVED FURTHER, that an nd, unde gni eor uretyship obligation shall be valid and bind upon the Company (i) when signed by the President o any Vt rest d sealed (if a seal be required) by any Secretary or Assistant Secretary; or (ii) when signed by the President or airy dent Assist ant Secretary, and countersigned and sealed (ifa seal be required) by a duly authorized anomey -in -fact or age o ``__ (iii) when duly executed and seal (fa requir one or more anomeys -in -fact or agents pursuant to and within the limits of the authority evidenced by the power of attorney iss ompany to sue person or persons. RESOLVED FURTHER, that the sL a re of any authorized officer and the seal of the Company maybe affmod by facsimile to any POA or certification thereof authorizing the execution and del' cry of any bond, undertaking, recognizance, or other suretyship obligations of the Company; and such signature and seal when soused shall have the same force and effect as though manually affixed. M WITNESS WHEREOF, Amwest Surety Insurance Company has caused these presents to be signed by its proper officers, and its corporate seal W be hereunto affixed this 14th day of December, 1995, OOH 45 �V ft�/Cy1 C`r� '4�/ a40(`- John E. Savage, Pre dent Karen G. Cohen, Secretary Stale of California County of Los Angeles On December 14, 1995 before me, Peggy B. Lofton Notary Public, personally appeared John E. Savage and Karen G. Cohen, 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 all that he/ she /they executed the same in his/ her /their authorized capacity(ies), and that by his/her /their signature(s) in t en he er.• n 011huntily u on eh of which the verson(s) acted, executed the instrument. .a..• ... ,"••'•.,,, WITNESS hand and official seal. PH=&tOFMJ o" \N...... , — Conn slat i106lDy 'pPOg9T7,0 Signature (Seal)MpMwCardp e .Lofton,Notary Pu 01MVC=M.bq*"Aug6.WW W - DEC.14, 0%: 1885 n € . * X410 M v 4f ALL- PURPOE ACKNOWLEDGMENT • State of California County of Orange On May 12, 1998 beforeme, Camilla Rpnd;x Nntary P„hlic Data Name and Trde of OR,rar (e.g.,'Jane Doe,�ry Public) personally appeared W.R. Wakeham Name(s) of Signers) ® 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), CwnWm t 1133 or the entity upon behalf of which the person(s) acted, CaerMan � t 1�3J66 _@ NQpy executed the instrument. MvOmmb0ftApr W.2MI WITNESS my hand and official seal. Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: W.R. Wakeham ■ Individual Corporate Officer Title(s): Presiden Partner — ❑ Limited ❑ General Attorney -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing: Tap of thumb here Signer's Name: 0 Number of Pages: Individual Corporate Officer Title(s): Partner — ❑ Limited Attorney -in -Fact Trustee ❑ General ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT THUNISPRINT OF SIGNER III 0 1995 Natbrel Notary Association • 8236 Remmet Ave., P.O. Box 71M • Caioga Park, CA 91309 -7160 Prod. No. 5907 Reorder. Can TM -Free tAW- 676%627 • 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 MD Construction Group Post Office Box 1 Corona del Mar, California 92625 Gentlemen: (714) 6443005 July 6, 1998 Thank you for your courtesy in submitting a bid for the Backbay Drive Roadway Repair and Bridge Approaches Repair (Contract No. 3180) 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 John S. Meek Company, Inc. 1032 West C Street Wilmington, California 90744 Gentlemen: (714) 6443005 July 6, 1998 Thank you for your courtesy in submitting a bid for the Backbay Drive Roadway Repair and Bridge Approaches Repair (Contract No. 3180) 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, err, m . ✓� LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Metro Builders & Engineers Group Ltd. 2610 Avon Street, Unit A Newport Beach, California 92663 Gentlemen: (714) 644 -3005 July 6, 1998 Thank you for your courtesy in submitting a bid for the Backbay Drive Roadway Repair and Bridge Approaches Repair (Contract No. 3180) 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 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 E.A. Mendoza Contracting 130 S. Chaparral Court, Suite 205 Anaheim Hills, California 92808 -2238 Gentlemen: (714) 644 -3005 July 6, 1998 Thank you for your courtesy in submitting a bid for the Backbay Drive Roadway Repair and Bridge Approaches Repair (Contract No. 3180) 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, �og7,,," LaVonne M. Harkless, CMC f 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 4 -Con Engineering, Inc. 896 West Tenth Street Azusa, California 91702 Gentlemen: (714) 644 -3005 July 6, 1998 Thank you for your courtesy in submitting a bid for the Backbay Drive Roadway Repair and Bridge Approaches Repair (Contract No. 3180) 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 Gillespie Construction, Inc. 245 Fischer Avenue, Suite B -3 Costa Mesa, California 92626 Gentlemen: (714) 6443005 July 6, 1998 Thank you for your courtesy in submitting a bid for the Backbay Drive Roadway Repair and Bridge Approaches Repair (Contract No. 3180) 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, IYI. d.4, -" 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 Wakeham- Baker, Inc. 3152 E. La Palma Avenue, Suite I Anaheim, California 92806 Gentlemen: (714) 6443005 July 6,1998 Thank you for your courtesy in submitting a bid for the Backbay Drive Roadway Repair and Bridge Approaches Repair (Contract No. 3180) 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, ', t4ny' 4 /YV LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 1b 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Excel Paving Company Post Office Box 16406 Long Beach, California 90806 -5195 Gentlemen: (714) 6443005 July 6, 1998 Thank you for your courtesy in submitting a bid for the Backbay Drive Roadway Repair and Bridge Approaches Repair (Contract No. 3180) 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 P CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Wakeham -Baker Inc. 18237 Mt. Baldy Circle Fountain Valley, California 92708 Gentlemen: (714) 644 -3005 July 6,1998 Thank you for your courtesy in submitting a bid for the Backbay Drive Roadway Repair and Bridge Approaches Repair (Contract No. 3180) 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 r L 1 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Gillespie Construction, Inc. 245 Fischer Avenue, Suite B -3 Costa Mesa, California 92626 Gentlemen: (714) 6443005 July 6, 1998 Thank you for your courtesy in submitting a bid for the Backbay Drive Roadway Repair and Bridge Approaches Repair (Contract No. 3180) 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, O �� /�' 11tr�eO&I"_2 LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 Ll CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 E.A. Mendoza Contracting 130 S. Chaparral Court, Suite 205 Anaheim Hills, California 92808 -2238 Gentlemen: (714) 644 -3005 July 6, 1998 Thank you for your courtesy in submitting a bid for the Backbay Drive Roadway Repair and Bridge Approaches Repair (Contract No. 3180) 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 • • (33) June 22,1998 CITY COUNCIL AGENDA . _JTE.MN4 .. i2 er TO: MAYOR AND MEMBERS OF THE CITY COUNCIL -° JUN FROM: PUBLIC WORKS DEPARTMENT 2 2 p i i SUBJECT: BACKBAY DRIVE ROADWAY AND BRIDGE APPR AWARD OF CONTRACT NO. 3180 RECOMMENDATIONS: zp 1. Award Contract No. 3180 to Summit Contracting of Duarte for the total amount of $174,990.00, and authorize the Mayor and the City Clerk to execute the contract. 2. Establish an amount of $17,500 to cover the cost of materials testing and unforeseen work. 3. Establish an amount of $9,000 to cover the cost of consultant construction biological monitoring required by the U.S. Army Corps of Engineers (Corps) and the U.S. Fish and Wildlife Service ( USFWS) as part of the permit conditions and $6,100.00 for preconstruction environmental inventory. . 4. Authorize a budget amendment to transfer funds in the amount of $168,400.00 from Account No. 7013- C5100017 (Street, Alley, Bikeway Improvement) and $39,190.00 from Account No. 7013- C5100020 (Sidewalk, Curb, Gutter Replacement) to Account No. 7025- C5100427 (Backbay Drive Roadway). DISCUSSION: The contract work consists of roadway and bridge repairs in two locations that are to be constructed concurrently. The first part of the work consists of the construction of a 300 -foot long portland cement concrete pavement with a rip -rap embankment along the bay side of the road to replace the washed -out asphalt concrete roadway at the John Wayne Gulch outlet. The new concrete roadway and the rip -rap embankment: will be built 1 -foot lower than the existing roadway to act as a spillway to allow future storm runoffs to flow over the road without damaging the road as it did. The second part of the work consists of the reconstruction of approaches for the bridge just northerly of Big Canyon; the installation of timber piles and the construction of more substantial wing walls and tail walls; and the placement of rock along the channel bottom; and the construction of rip -rap embankments. All work is within the Upper Newport Bay Ecological Reserve and several wildlife species including the threatened Coastal California Gnatcatcher and the endangered Light- Footed Clapper Rail may breed adjacent to the construction sites during the summer months. The City has been required by the Corps and the USFWS to delay the repair work until early August. The portion of Back Bay Drive between the John SUBJECT: BACKBAY DO ROADWAY AND BRIDGE APPROACH REP* C -3178 June 22, 1997 Page 2 Wayne Gulch washed -out site and San Joaquin Hills Road is to remain closed and cannot be used by the Contractor for access to the washed -out site. The Contractor is therefore required to work with TIC to clear the Back Bay Drive slide just northerly of Shellmaker Road to gain access to perform the roadway repair work at the John Wayne Gulch outlet. In addition, the City is required by the Corps and the USFWS to retain a biologist familiar with the Upper Newport Bay wildlife habitat and the wildlife and plant species to monitor and document the work to ensure all construction is performed in accordance with the applicable federal guidelines and permit conditions. Staff anticipates that construction will begin on August 3 rd . The Contractor is required to complete all of the work within 20 consecutive working days thereafter. This project was previously advertised and bids were received on May 13 1998. The low bidder was determined as non - responsive and the remaining two bid amounts were unacceptable. On May 26, 1998, the City Council rejected all of the bids and authorized staff to re- advertise the project. The project was re- advertised while the staff was negotiating with the Corps, USFWS, and The Irvine Company (TIC) to reduce the scope of the construction and mitigation requirements that the agencies placed on the project to protect the native and endangered wildlife ano plant species that could be impacted by the repair work. Upon tentative agreement with the agencies, staff issued an addendum covering permit requirements to all prospective bidders for inclusion as a part of the bid documents. On June 17, 1998 at 11:00 A.M., the City Clerk opened and read the following bids for this project: BIDDER TOTAL BID PRICE Low Summit Contracting of Duarte $174,990.00 2nd MD Construction Group of Corona Del Mar $202,630.00 3'd John S. Meek Company, Inc. of Wilmington $217,590.00 4t° Metro Builders & Engineers of Newport Beach $230,811.00 5'" E. A. Mendoza Contracting of Anaheim Hills $235,915.00 6d' 4 -CON Engineering, Inc. of Azusa $245,820.00 7d' Gillespie Construction, Inc. of Costa Mesa $256,389.00 8'" Wakeham- Baker, Inc. of Anaheim $293,700.00 9'" Excel Paving Company of Long Beach. $315,800.00 \\dp\sys\groups\pubworks \ counciK98\ju ne- 22\backbay.doc • • I] + , SUBJECT: BACKBAY A ROADWAY AND BRIDGE APPROACH REP — C -3178 June 22, 1997 Page 3 0 The low total bid price of $174,990 is 3% below the Engineer's estimate of $180,000. 0 The low bidder, Summit Contracting, is a well- qualified general engineering contractor who possesses a Class -A Contractor's license. Although Summit has not worked for the City for the past few years, it has satisfactorily completed numerous construction projects for other Southern California agencies. A check with the State Contractors License Board confirmed that there are no pending actions against the Contractor and the Contractor's license is in good standing with the Board. While this project is not budgeted as part of the FY 1997 -98 Capital Improvement Program, staff proposes to transfer funds in the amount of $168,400.00 from Account No. 7013- C5100017 (Street, Alley, Bikeway Improvement) and $39,190.00 from Account No. 7013- C5100020 (Sidewalk, Curb, Gutter Replacement) to Account No. 7025- C5100427 (Backbay Drive Roadway). The majority of the damage to be repaired by this project was caused by the December 1997 and February 1998 rainstorms. Staff has obtained a commitment from the California State Office of Emergency Services (OES) that approximately $64,000 of the project construction costs will be reimbursed by OES to the City. Staff is also working with the Federal Emergency Management Agency (FEMA) to recover costs for repairs from the February 1998 storm damage. Res ectfully submitted, PUBLIC WORKS DEPARTMENT Don Webb, Director? Z-17 , . %/ 0 Fong Tse, P.E. Assistant Engineer Attachment: Project Location Map Bid Summary 11dp\sysl groups\ pubworks %coundl1981une- 22%backbay. doc M TIME -DN, �A WORK SITE / ACCESS POINT W NTS 7 a e9 WASHED OUT BRIDGE �90 APPROACHES 1v a W BIG CANYON SITE BARRICADED WORK ROAD CLOSURE ACCESS POINT l[ SAN yf! e STAGE AND <f STOCKPILE AREA ,pd 9d �\ 0Py a S y BAR �N�o LOSU RN ROADC 90G ROAD CL Ny /l WASHED OUT e °P° p qO Z ROADWAY F WORK SITE A ACCESS POINT OR U� =p Q FASHION ® ISLAND COgsT NTS o Hlgy.. Ay �oo �ST WORK SITES AND ACCESS EXHIBIT W Z V w Q W o Q LL W Op tige Z0 LL 7 O V U ; IL 1I I1 u i Q 0 Z 0 H U O J uj 02 ED J r r w W Y U w S U l m m �IW wZ Wr W U W _Z w .� z 0 Z w a M Ah Oi E w m m W N C O 16 0 C 6 N O m v 3 a 0 Z E a c m as a m 0 n m 0 v a am d 3 N E m a m m r S o888S:Sg 8SoDO�8gSSSOOO S z6 6 N N 0ajN on oN oO QSg Op S E U N N N N m N rM L; 6 H V u rM .W NM NW n U NM Q , Y d 4 N 0 O 0 O 0 N(pp S 0 O 0 O 0 O Sp 0 O 0 Oa 0 O 0 N(pp 0 O 0 O 0 O 0 O 0 O 0 O l7 H's N ( N N M O p m a O ( M Opi S p O O O 0 0 Z N e9 f9 tli M N tli � O N d t'7 19 d w M p M O O O O � Cl) � � M !M 'W 'M t9 M H NM A 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Z O G N O O C 0 0 0 0 0 0 0 0 0 0 p C 0 O N m C'k O M n d m m 0 o 0 M O m m rn O d O o N rD 0 n 0 N 0 o 0 0 0 0 M 1p D U 2¢ N � O O O O O O p 0........ 0 0 0 U O n m M 0 0 0 0 0 � O N N p 0 0 0 6 Q f- O th N rn 0 0 0 0 0 t7 O n Oi N O o O C Z O N M f9 N 1A 0 N 0 O 6 m N M O n N M Hi n t0 0 N 0 0 0 O 0 O Z FA � 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 6 0 0 0 p r d o d d d d d d d d d d d d o d d d o Z O m N N Nr Q m m O N O O m O m 0 0 0 rn N d N d N N o d N M � m n N O) m C ¢ r � U o m rn o 0 0 0 0 o n o o m o 0 0 0 0 � N Z O n !A fA lA N f9 rn m N O Q N fA O N IA 1A N N m M O m p n 0 N O a N N C4 B W N (d M M O O O O O O p 0 0 0 0 0 0 0 0 0 O r 0 0 0 0 0 0 0 p 0 0 0 0 0 0 0 0 p N O p d 0 0 0 p p p p 0 0 0 0 p m U cr� N N N N O N N N O O O d O p 0 O N E Q" f7 M N NT n N - w w M w% O "w V m a N N� w w p y I� aQ W � O O p 0 0 p 0 0 0 4 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 u`ml r p M9 _O d di O N O N N 19 O O M f9 M 0 N 0 O 0 O rW MW NW W W W D H 0 Y} Y Z i Z N N Z Q Z Ia_ Q fn EO U) CO J U Vl U r U r J J r r fn Ill J J J J > r r Q o d . - d = K Z c U " c m c o; fn m E O _ iL m _ c °m'a m a w a K c 0 E$ a c= m c U � IL m E 0 y> Uu H a s m mm E ? 0 m y rn K 0 W w LL c m U U o c C m D m cL ¢ E Nryry D N O W m O u m m 2 2 2 j 2 I- {Y WF— y _m n c> n �' o 0 o o ; ro m 0 'c m U y !L clovovl�ooaa0a w N m n m r Oi E w m m W N C O 16 0 C 6 N O m v 3 a 0 Z E a c m as a m 0 n m 0 v a am d 3 N E m a m m r LL O J F H W F U L Q W 2 W U ? z 0 U w a N O Z E v' c m Q a u m 0 a D m m 3 y _N a a d F �_J sssssssssossssssss g C Z 0 O S S S N S S 8 S O 0 S 0 0 S too S S O O O O O V w O i0 O O O O �O �Op g O v! a0 O OW S H O < 9 IA rM rW V A f9 f9 MW rW rW (Mp 10 Q O U O 0 O 0 O 0 O 0 O 0 S S S S S o S S O S S S S N H O O m di N f9 t0 eG M O N O O O S O pp Yf M O O G C O G O G O = N Z � o N IA dO N 19 1A 0 M {{pp {{pp N � f9 M f9 19 19 f9 U H O O O O O O O O O O O O O O O O O O O O O O O O O O O O o O o O O ti Z O p S p O p O O N 0 V N S�pp N O n S v N N W S fo0 n O Y O m . p Y M ( m (f0p m vi N N O O H NN 'C Q t9 W f9 M 19 H W M N M W Vi t9 M� M V' N :9 C_ 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 S 0 O 0 O W O N N 0 M O N O O N O N i0 O O O O O Z V' O t+1 1A di 19 N Nd) — N p S O MW MW f9 O r O Y p S = O Up riw w CIT � 16 Gi 16 rn m O 16w 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 00 C Z O O O O� O O O O O O O 0 0 0 0 0 U� O O O O i0 O aD 0 0 0 0 0 o 0 ap O O O O ifj rM rM U Q H N m N O a 0 O 0 O 0 O 0 O 0 N 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 m H O N f7 0 O� O t0 O O i7 N N V 0 0 0 0 0 O M N _m N 0 0 n M N O O O O 2 W � Z 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 0 O 0 O 0 O 0 O o O 0 O Z — N O S 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O N N N r O O O O O fp fN0 N OD R M N N N � M � W � eW 9 N � M Q 0 m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Z �� N- S Q a� O N Yan 0 0 r 0 0 0 0 0 0 0 = D N% t0 % i9 fA - f9 H f�D Y N N tH fA f9 fA r � f9 to J J H QQ QQ J J J J J U N U F U H W H N W F- Q D C3 m a y _ Z c -_ y m c N E O m c c m a m m p w K a c 'o Om ( CL N c U p m > � , 45 0 0 yaa > mKF E 2 W W li c m U �% O c �. a 3 Z' m `0 p c a 7 m a Q E .n Ir °-' .� m w N y y m O t 3 W Co N N I LL 2 2 N 2 2'= U - 2 F fr yU f —= m M yu {L N m o O y y y (p y m c p g 5 0 U 0 U 0 U 0 U N y m a 0 U 'C O tO S I _E N z ,V n. U a y o m a ILI N O Z E v' c m Q a u m 0 a D m m 3 y _N a a d F �_J • 0 E L n Y4 L Q z .i L 1 Z E v c D Q a U N O 6 0 °a °v m m 3 Ul d a y t r x 0 0 0 0 0 0 0 0 g 0 0 0 g 0 0 0 0 0 0 0 0 0 0 0 0 O Z o 0 0 0 0 o 0 d o 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 c p ao O. aq--IIQ � o$000OOgoO cl! IQ onoo �%,q -il Q N H Q N bi OD 0p bi fA tl! to 49 nO fA f9 t9 f9 M U C O O O O O O O o a G N0 0 0 0p 0 0 O O O a W IA N N t0 IA f9 a Y01 = Z cf m 6 M w r 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 0 o 0 a 0 o O p Z d d d d d d d d d d d d d d d d d O O O O O lh O N NM tD N O O eD N n OD M Q N O NN n d 'L N N IA m N fA M Q f9 f9 m m f M e9 N f11 fA E 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 t Oo 0 0 0 O 0 0 0 o a o 0 0 0 0 0 0 0 N o NM O y nM O N O N N V N O = Z cli M M ca'f m J J W? J H f0 W J J J y r F- Q � = U y co N 3 d v c p cm y m m o U Z a os r a o E R c= U v v 2 $' ov maa� U c m a s °-% E 3 0 o N fq x m U > M H 3 G W w° LL= w U o. a '''pppp L` Q c 'O fD G. Q E G y �. d Y g W cn Vmql O y O U V C N _ A F �r W yo N N N N 3 n C; yUyU O O C D y 5 O 0 O 0 O 0 O U {0 fn N Ir O U 'C o N a H _c 11 N 0-' d U d y 0 N a W A N m Z E v c D Q a U N O 6 0 °a °v m m 3 Ul d a y t r 0* of Newport Beach* BUDGET AMENDMENT 1997 -98 IFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase Budget Appropriations AM Hx Transfer Budget Appropriations NX X from e)dsting budget appropriations from additional estimated revenues from unappropriated fund balance EXPLANATION: NO. BA- 082 AMOUNT: S2o7,690.00 Increase in Budgetary Fund Balance Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance This budget amendment is requested to provide for the following: To construct a 300 foot portland concrete pavement replacing the John Wayne Gulch outlet washed -out roadway. To install timber piles, wing walls and tail walls. To construct rip-rap embankments and reconstruct bridge approach. ACCOUNTING ENTRY: Amount BUDGETARY FUND BALANCE Debit Credit Fund Account Description 010 3605 Fund Balance Control REVENUE APPROPRIATIONS (3601) Fund /Division Account Description EXPENDITURE APPROPRIATIONS (3603) Description Division Number 7013 Street Account Number C5100017 Street, Alley, Bikeway Impry Prgm $168,400.00 Division Number 7013 Street Account Number C5100020 Sidewalk, Curb, Gutter Rep Prgm $39,190.00 Division Number 7025 Culture and Leisure Account Number C5100427 Backbay Drive Roadway $207,590.00 Division Number Account Number • Automatic System Entry. Signed: / ancial Approval: Finance Director .Jigned: 6 —/7 -295 10 Ad ni ratio oval: City Manager Date Signed: City Council Approval: City Clerk Date Cis of Newport Beach O NO. BA- 082 BUDGET AMENDMENT '# \ �L- 1997-98 AMOUNT:1 $207,590.00 cFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase in Budgetary Fund Balance Increase Budget Appropriations Af(Q Decrease in Budgetary Fund Balance Hx Transfer Budget Appropriations X No effect on Budgetary Eua B ance V111 X from existing budget appropriations from additional estimated revenues JM 2 2 1998 from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To construct a 300 foot portland concrete pavement replacing the John Wayne Gulch outlet washed -out roadway. To install timber piles, wing walls and tail walls. To construct rip-rap embankments and reconstruct bridge approach. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description 010 3605 Fund Balance Control REVENUE APPROPRIATIONS (3601) Fund /Division Account Description EXPENDITURE APPROPRIATIONS (3603) Description Division Number 7013 Street Account Number C5100017 Street, Alley, Bikeway Impry Prgm Division Number 7013 Street Account Number C5100020 Sidewalk, Curb, Gutter Rep Prgm Division Number 7025 Culture and Leisure Account Number C5100427 Backbay Drive Roadway Division Number Account Number Off W. - Finance Director Signed: /JI . "&'& City Council Approval: City Clerk Amount Debit Credit $168,400.00 $39,190.00 $207,590.00 Date �= as -96 Date May 26, 1998 CITY COUNCIL AGENDA FUM ITEM NO. 6 NAY2 6 L APPROVED TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: BACK BAY DRIVE ROADWAY REPAIR AND BRIDGE APPROACHES REPAIR — CONTRACT NO. 3180 RECOMMENDATIONS: 1. Approve the Plans and Specifications. 2. Declare the low bid received as non-responsive. • 3. Reject all bids received. 4. Authorize staff to re-advertise the project for bids. DISCUSSION: On May 13, 1998, at 11:00 A.M., the City Clerk opened and read the following bids for this project: BIDDER TOTAL BID PRICE Low E. A. Mendoza Contracting of Anaheim Hills $ 184,206.00 2. Wakeham-Baker, Inc. of Anaheim $ 266,266.00 3. Gillespie Construction, Inc. of Costa Mesa $ 293,080.00 " Corrected bid total. The low total bid price of $184,206.00 is 8% above the Engineer's estimate of $170,000.00. 0 SUBJECT. BACK BAY DFIVE ROADWAY REPAIR AND BRIDGE POACHES REPAIR — CONTRACT NO. 3180 May 26, 1998 Page 2 This project provides for the repair of a 300 -foot long washed -out roadway with a concrete pavement and a grouted rip -rap embankment at the John Wayne Gulch outlet and the rebuilding of wing walls, tail walls, and abutements for the bridge at Big Canyon. Since the work sites are not accessible to the contractors, the project specifications required all bidders to attend a mandatory pre -bid meeting at the work sites so they can review and become familiarized with the project condition prior to submitting their bids. The project specifications further stipulated that "The City will not accept any bid submitted by a contractor that did not attend the pre -bid site meeting." Although the low bidder, E.A. Mendoza Contracting, is a qualified contractor for the work, they did not attend the required pre -bid site meeting, and are therefore non - responsive in their bid to perform the work. In addition, several contractors that wished to bid on the project, were told they could not bid because they did not attend the pre -bid site meeting. Inasmuch as the 2' low bidder is 54% above the Engineers Estimate, staff recommends that the City Council reject all bids and re- advertise with the requirement for a mandatory pre -bid site meeting being removed from the bid documents. Respectfully submitted, PUBLIC WORKS DEPARTMENT Don Webb, Director By. Fong Ts Assistant Engineer • •