HomeMy WebLinkAboutC-3191 - Corona del Mar Water Main and Alley Replacements 1997/98July 12,1999
CI-It OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
Gillespie Construction
245 Fischer Avenue, B -3
Costa Mesa, CA 92626
Subject: Corona del Mar Water Main & Alley Replacements FY 1997 -98
(C -3191)
To Whom It May Concern:
On May 24, 1999, the City Council of Newport Beach accepted the work of the
subject project and authorized the City Clerk to file a Notice of Completion and
to release the bonds 35 days after the Notice of Completion had been recorded in
accordance with applicable portions of the Civil Code.
The Notice of Completion was recorded by the Orange County Recorder on
June 7, 1999, Reference No. 19990418840. The Surety for the contract is United
Pacific Insurance Company, and the bond number is U2802471. 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
• I�
PAGE 4
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
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 AMT BID dollars ($ 10% OF BI% to be paid and forfeited to the
City of Newport Beach if the bid proposal of the undersigned Principal for the
construction of Corona Del Mar Water Main and Alley Replacements — FY 1997 -98 (Alley
Nos. 13F, 14, 22D, 23C, 31A, 31B, 30A, 30B, 29A, 29B, 39B, 44F, 440 & 44H), Contract
No. 3191 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 15th day of MAY . 19 98 .
GILLESPIE CONSTRUCTION, INC.
Name of Contractor (Principal)
UNITED PACIFIC INSURANCE COMPANY
Name of Surety
700 N. BRAND BLVD., STE 1250
Address of Surety GLENDALE , CA 91203
(818) 240 -6960
Telephone
• • B'
_'g; lure
MICHAEL D. STONG ATTORNEY -IN -FACT
Print Name and Title
(Notary acknowledgment of Principal & Surety must be attached)
STATE OF CALIFORNIA
SS.
COUNTY OF % RIVVEERSIDE
On �/1� I , 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
Tim COMM. #1090462
6 NOTARY PUBLIC - CALIFORNIA
RIVERSIDE COUNTY
My Comm. E)*@s Jar 7.2000
This area for Official Notarial Seal
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
❑ CORPORATE OFFICER
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
ATTORNEY -IN -FACT
TRUSTEE(S)
❑ GUARDIAN /CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTRY(IES)
DESCRIPTION OF ATTACHED DOCUMENT
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
ID-081 Rev. 6/94 - ALL - PURPOSE ACKNOWLEDGEMENT
RELIANCE SURETY COMPANY
INSURANCE COMPANY
UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY
ADMINISTRATIVE OFFICE, PHILADELPHIA, PENNSYLVANIA
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, that RELIANCE SURETY COMPANY is a corporation duly organized under the laws of the State of Delaware,
and that RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY, are corporations duly organized under the laws of the
Commonwealth of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the laws of the State of
Wisconsin (herein collectively called "the Companies ") and that the Companies by virtue of signature and seals do hereby make, constitute and appoint
Michael D. Stong, of Riverside, California their true and lawful Attomey(s) in -Fad, to make, execute, seal and deliver for and on their behalf, and as
their act and deed any and all bonds and undertakings of suretyship and to bind the Companies thereby as fully and to the same extent as if such
bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the Companies and sealed and attested
by one other of such officers, and hereby ratifies and confirms all that their said Attorney(s)-in-Fact may do in pursuance hereof.
This Power of Attorney is granted under and by the authority of Article VII of the By -Laws of RELIANCE SURETY COMPANY, RELIANCE
INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY which provisions are now in
full force and effect, reading as follows:
ARTICLE VII - EXECUTION OF BONDS AND UNDERTAKINGS
1. The Board of Directors, the PrnMmt, the ommwo of be Baud, my sceim vie Prmidmt, .,Vim Prtddeol w Astianat vice Premb ar w odue olfxar dmipaeel by the Bard of Dirtemn slWi have
poorer Bad a simian as (y appoint Amemy(s)-imFct and so edlnrba than m mtecme m behalf of the Cunpaoy, Imsds and ur d,nalm4s, «sopinnrcs, ooatncu of indemnity and other writing dditimey in de same
thereof, and (b) m resume my such A mmcy(,)-m -Pon a any, cast and retake the power and authority Vva to IMm.
3. AtmervAs}in -Fact then Moe power ant autferity, subject to the mss and limimdau of the Poertr of Ancestry lamed to them, to execom and deliver on behalf of the Company, binds aad undemtinp,
raagnisarco, muacti of immmity and other writing oblipmry in de a mre thereof. The aMome cal is cot ecommnr for de, validty of my bench and andendanp re opuses, contracts of indemnity, and odor
wridnp abliptory le the nature t eseof.
3. Atmmey(s}in -Pecs dWl Mve prover and ertMrity m eucue afBdaviu rt@rited m be nracleE m Eooda, • —^l_m. conoxu of indemnity or m r co"dooal w oblipmry undermLap and &cy shall
also have power and mthwity to artily the lumocul summmt of the Company and to spin of the ay -Leon of the Compmy or my article or section thereof.
This Power of Attorney is slped and »led by facsimile under Bed by authority of rite follommig resed.d. adopeed by the Exasodve tied Finance Committees of de Boards of Directors of Reliame Inmrame Company,
United Pacific Insurance Company ant Recluse National [stationary Cempmy by Unanimous; Consent dated as of February U. 1990 and by We U=dw and Financial Committee of the Bond of Directors of Reliance
Surety Cmmpany, by Umaimms Cmsmt laud m of Marels 31, 1990.
'Rmohed that the sipaurts of such direem s tid officers and the seal of the Company may be affixed to my such Power of Attorney or my certificates relatin me.. by f saimile, and my such
Power of Amrrcy, or cemfiwe baain6 m la famiraile sipumrm or (simile see sMli be valid ant Nedey upon the Cwnpny and my such Power so ercatM ant wdfied by fcemile vpumres
and fawmde mal dW l be valid and MrsIall upon the Compaty in the fm. with respect as my bind or utrMruhioB m which it is a is eel.'
IN WITNESS WHEREOF, the Companies have mused these presents to be signed and their corporate seals to be hereto affixed, this August 21, 1997.
t," saw�w� '�c m.uw� Pal �hna.
a" PP A c �� P �.. 0 PO 4
u o'm : � e" � vo4'm s � BS�ms
c SEAL SEAL � 419s9� i
are8gltc'' ',q'az?` a��eDOfi�n
STATE OF Washington )
COUNTY OF King ) ss.
RELIANCE SURETY COMPANY
RELIANCE INSURANCE COMPANY
UNITED PACIFIC INSURANCE COMPANY
RELIANCE NATIONAL INDEMNITY COMPANY
i � MA - KAM
On this, August 21, 1997, before me, Laura L. Wadsworth, personally appeared Mark W. Alsup , who acknowledged himself to be the Vice President
of the Reliance Surety Company, Reliance Insurance Company, United Pacific Insurance Company, and Reliance National Indemnity Company and that
as such, being authorized to do so, executed the foregoing instrument for the purpose therein contained by signing the name of the corporation by himself
as its duly authorized officer.
In witness whereof, I hereunto set my hand and official seal.
k3bi9111 NMry Public in and for the State of Washington
IN Residing at Puyallup
I, Robyn Laying, Assistant Secretary of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMP-
ANY, and RELIANCE NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a We and correct copy of the Power of
Attorney executed by said Companies, which is still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this ! day of 19 T
oopaoar, rs�~ �saPyoq�!„ °�o�d' .
e J ® t iT ayPP 'fi
i 1959 0
Assistant Secretary
` 4 a• �w,,.o ?,Ma r.J b • b`sa
California All- Purpose Certifi of Acknowledgment •
0 1997 ESI Edumional Seminars, Inc. Reproduction Prohibited Reorder Call 1- 800.303 -5123
State of California
County of OrC)rL
r
On this the 2(5+- day of 19 q8 , before me, (I T Awl ,
Name of Notary Public
110
a Notary Public for the State of California, personally appeared 4cl netf_
Name(s) of Signers(s)
personally known to me OR
❑ proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that
he /she /they executed the same in his/her /their authorized capacity(ies), and that by his /her /their signature(s) on
the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
Witness my hand and official seal.
JANET L. RUSSELL
Comm. /1166123 N
NOTARY KKIC-CALFORNIA
Crop cienty
1 Come. Ex aka Da. 11, 1001
Notary's Signa[u
Seal
OPTIONAL INFORMATION
The information below is optional. Hmvever, it may prove valuable and could prevent fraudulent attachment of this form to an unauthorized document.
CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT
❑ INDIVIDUAL 'd e n/U
ErCORPORATE OFFICER 1/ �peof/lt
Title or Type of Document
LTitle(s) Yet
❑ PARTNER(S) '
❑ ATTORNEY -IN -FACT
[] TRUSTEE(S) Number afPages
❑ GUARDIANICONSERVATOR
�j O
❑ OTHER: y4rw l!- I'm
t r ([ 7 /
ate of Document
ABSENT SIGNER (PRINCIPAL) IS REPRESENTING:
Other
Name of Person(s)
0 1997 ESI Edumional Seminars, Inc. Reproduction Prohibited Reorder Call 1- 800.303 -5123
0 EXECUTED *OUR COUNTERPARTS
PAGE 15
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CORONA DEL MAR WATER MAIN AND ALLEY REPLACEMENTS - FY 1997 -98
(ALLEY NOS 13F 14 220 23C 31A 316 30A 308 29A 296 398 44F. 44G & 44H)
CONTRACT NO. 3191
BOND NO. U2802471
PREMIUM INCLUDED IN PERFORMANCE BOND
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City Council of the City of Newport Beach, State of California. by
motion adopted, has awarded to Gillespie Construction, Inc _hereinafter designated as the
"Principal;" a contract for Corona Del Mar Water Main and Alley Replacements - FY 1997-
98 (Alley Nos. 13F, 14, 22D, 23C, 31A, 31 B. 30A, 308. 29A, 296, 398, 44F, 44G & 44H),
Contract No. 3191 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. 3191 and
the terms thereof require the furnishing of a bond, providing that if Principal or any of
Principal's subcontractors, shall fail to pay for any materials, provisions, or other
supplies used in, upon, for, or about the performance of the work agreed to be done. or
for any work or labor done thereon of any kind, the Surety on this bond will pay the
same to the extent hereinafter set forth:
NOW, THEREFORE, We the undersigned Principal, and,
duly authorized to transact business under the laws of the State of California, as Surety,
(referred to herein as 'Surety') are held firmly bound unto the City of Na��hI�� pin
the sum of SEVEN HUNDRED NINETY -ONE THOUSAND FOUR HUNDRED "89 ars la) 75 /100
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 find, 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.
STATE OF CALIFORNIA
SS.
COUNTY OF RIVERSIDE
On 41 J (011 0 , before me,
PERSONALLY APPEARED
SUSAN C. MONTEON
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
ROSEMARY STANDLEY
OPTIONAL
ROSEMARY S TAN
DLEY
E i COIL1M. #1090462
NOTARY PUBLIC •CALIFORNIA
ad • RIVERSIDE COUNTY
, ' MY CWM E>mires AM 7, 2000 -.
This area for Official Notarial Seal
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
❑ CORPORATE OFFICER
TITLE(S)
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIAN/CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITYQES)
DESCRIPTION OF ATTACHED DOCUMENT
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
70.081 Rev. 6/94 ALL - PURPOSE ACKNOWLEDGEMENT
PAGE 16
The Bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 3181 of the California Civil Code so as to
give a right of action to them or their assigns in any suit brought upon this Bond, as
required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil
Code of the State of California.
And Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the Contract or to the work to be
performed thereunder or the specifications accompanying the same shall in any wise
affect its obligations on this Bond, and it does hereby waive notice of any such change,
extension of time, alterations or additions to the terms of the Contract or to the work or to
the specifications.
In the event that any principal above named executed this Bond as an individual, it
is agreed that the death of any such principal shall not exonerate the Surety from its
obligations under this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the above
named Principal and Surety, on the 16th day of JUNE 1998 .
r
GILLESPIE CONSTRUCTION, INC.
Name of Contractor (Principal) Authoriz �gnaturefiitle T�2t'1 C ITJte
UNITED PACIFIC INSURANCE COMPANY
Name of Surety
700 N. BRAND BLVD., STE 1250
Address of Surety GLENDALE, CA 91203
(818) 240 -6960
Telephone
A orized Agent Signature
SUSAN C. MONTEON
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE
ATTACHED
-s
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
EXECUTLOIN FOUR COUNTERPARTS
PAGE 17
CORONA DEL MAR WATER MAIN AND ALLEY REPLACEMENTS - FY 1997.98
(ALLEY NOS. 13F. 14, 22D. 23C 31A. 318 30A 308 29A 296 398 44F 44G & 44H)
CONTRACT NO. 3191
BOND NO. U2802471 PREMIUM: $11,414.00
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 11, 14 1. 00
being at the rate of $ 25.00/15-00/10-00 thousand of the Contract price.
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted, awarded to Gillespie Construction, Inc. hereinafter designated as the
"Principal ", a contract for Corona Del Mar Water Main and Alley Replacements — FY 1997-
98 (Alley Nos. 13F, 14, 22D, 23C, 31A, 31 B, 30A, 308, 29A, 298, 39B, 44F, 44G & 44H),
Contract No. 3191 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. 3191 and
the terms thereof require the furnishing of a Bond for the faithful performance of the
Contract;
NOW, THEREFORE, we, the Principal, and UNITED PACIFIC INSURANCE COMPANY
, duty authorized to transact business under the laws of the
State of California as Surety (hereinafter 'Surety'), are held and firmly bound uuntto� lh City
of Newport Beach, in the sum of SEVEN HUNDRED NINETY -ONE THOUS Tars FOUR HUNDRED
($791,418.75) lawful money of the United States of America, said sum being equal to EIGHTEEN 75/100
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 shalt become null and
void.
STATE OF CALIFORNIA
SS.
COUNTY OF RIVERSIDE
On I /I b/9d , before me, ROSEMARY STANDLEY
PERSONALLY APPEARED
SUSAN C. MONTEON
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
WM
Ole
ROSEMARY STANDLEY
COMM. #1090462
NOTARY PUBLIC - CALIFORNIA
DD Mr CRIVERSIDE COUNTY
antu. E)OMS Jun 7.2000
This area for Official Notarial Seal
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
❑ CORPORATE OFFICER
nn.E(s)
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
Z ATTORN EY -I N -FACT
❑ TRUSTEE(S)
❑ GUARDIAN /CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(tES)
DESCRIPTION OF ATTACHED DOCUMENT
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
10-Ml Rcv.6 /94 ALL - PURPOSE ACKNOWLEDGEMENT
As a part of the obligatio n
specified in this Performance B
expenses and fees, including yeas
event the City is required to bring
obligations of this Bond.
0
PAGE 18
secured hereby, and in addition to the face amount
ond, there shall be included costs and reasonable
onable attorneys fees, incurred by the City, only in the
an action in law or equity against Surety to enforce the
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 speacations 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 16 eh day of
GILLESPIE CONSTRUCTION, INC.
Name of Contractor (Principal)
UNITED PACIFIC INSURANCE COMPANY
Name of Surety
700 N. BRAND BLVD., STE 1250
Address of Surety
(818) 240 -6960
Telephone
Sri= - •
Authorized Agent Signature
SUSAN C. MONTEON
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE
ATTACHED
RELIANCE SURETY COMPANY
RELIANCE INSURANCE COMPANY
UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY
ADMINISTRATIVE OFFICE, PHILADELPHIA, PENNSYLVANIA
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, that RELIANCE SURETY COMPANY is a corporation duly organized under the laws of the State of Del-
aware, and that RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY, are corporations duly organized under the laws
of the Commonwealth of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the laws of
the State of Wisconsin (herein collectively called 'the Companies") and that the Companies by virtue of signature and seals do hereby make,
constitute and appoint Susan C. Morrteron, of Riverside, Cal forma their true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver for
and on their behalf, and as their act and deed any and BE bonds and undertakings of suretyship and to bind the Companies thereby as fully and to
the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the
Companies and sealed and attested by one other of such officers, and hereby ratifies and confirms all that their said Attorney(s)-in-Fact may do in
pursuance hereof.
This Power of Attorney is granted under and by the authority of Article VII of the By -Laws of RELIANCE SURETY COMPANY,
RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY which
provisions are now in full force and effect, reading as follows:
AIRICLE Va - EXECUTION OF BONDS ANTI UNDERTAKINGS
1. The Board of Directors, the Prewdeny the ChWman of the Board wry Senior Vice Resident, any Yxa PretlMt w Aewtnt VIN Resident or other officer designated by that Board of
Directors shall hate power and auMwhy to W appoint Attwmyh HnFSct and W authorize them to eserrle on behall of the Co rpiry, bonds and snlrrtatirgs, raNBNZarces, contracts of indemnity
and other writings obigatory in t1r nature thrsof. and lb) to ra irwe my each Auorrrr fsj nFacr at any time and ra roks the power and Mhoriry give to germ.
2. AttarruyW- inFact shag here power and authority, srtfect to tha terms and anitstiru M the Power of Attomey iesW to them, to axewte deliver on behalf of the Comperry, bonds
and undwtakings, recognrsarces, contracts of indemnity, and other wridryp obligatory in the rotes mwof. The corporate seal is not necessary far the vechy of arty bards and wldrMatrhps.
reapgnai ces, Nrnrxh of indennty and other writings obligatory in the ruts, thereat.
3. Attarnsylat +nFact area have power and who ity to oxecuts ofndavtts rnuired to be attached to bards, racogniiames, contracts of indemnity or other conditional or obligatory
undertakings and they shall also have power and authority to certify the financial statement of the Colnpamy and to copies W the ay -Lava of the Crnpny or any rrich, or section threat.
This Power of Attonnsy is signed wd sealed by hcsimile under and by auBCrity of the following reedudm adopted by the Exectraye and! Finance Committees of the Boards of Directors or Rsaenc,
Inewanee Company, United PadBc Imurai Company and Reliance National indemnity C=Wy by Unanknous Consent domed as of February 28, 1994 and by the Exectnive and Financial
Co nmitteo of the Board of Directors of Regance S,esty Canary by Wo imous Consent dined n of March 31, 1994.
'Resolved that tha signorinas of win duectws cod officers end the seal of the Compny may be affixed to any such Power of Attains, w any crdficates relating thereto bar
fawimie.and airy such Power of Attorney or certificate boring suefh faNimila algnrsn at faeslmae sal shelf be used and binding upon the Company and wry, rrJt Power so
executed and certified by facsimile danownes and fecomile weal area M valid and binding upon the cwnpany, in the form with respect to any bond or wdrbkirp to which H is
attached. -
IN WITNESS WHEREOF, the Companies have caused these presents to be signed and their corporate seals to be hereto affixed, this July 19,
1996.
alt, i anise
able M� Y
STATE OF Washington )
COUNTY OF King ) ins.
RELIANCE SURETY COMPANY
RELIANCE INSURANCE COMPANY
UNITED PACIFIC INSURANCE COMPANY
RELIANCE NATIONAL INDEMNITY COMPANY
On this, July 19, 1996, before me, Janet Blankley, personally appeared Mark W. Alsup, who acknowledged himself to be the Vice President of
the Reliance Surety Company, and the Vice President of Reliance Insurance Company, United Pacific Insurance Company, and Reliance National
Indemnity Company and that as such, being authorized to do so, executed the foregoing instrument for the purpose therein contained by signing
the name of the corporation by himself as its duly authorized officer.
In witness whereof, 1 hereunto set my hand and official seal.
NotA Public in and for the State of Washi ton
Residing at Puyallup
I, Robyn Laying, Assistant Secretary of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMP-
ANY, and RELIANCE NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the Power
of Attorney executed by said Companies, which is still in tug force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this ML day of 19 /
we
�l
Assistant Secretary
THE BACK OF THIS DOCUMENT CONTAINS AN ARTIFICIAL WATERMARK - HOLD AT AN ANGLE TO VIEW
California All- Purpose Certifi
State of California
County of Ornn
of Acknowledgment
On this the jt day of 108 , before me, � L{i± /_ , �/ ,
Name of Notary Public
a Notary Public for the State of California, personally appeared ::[ Y l� D . I12KS0i'2J
Name(s) of Signers(s) r—
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
helshe /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. J=tP61U:1VL SELL N 113 N NOTFOIt �,My f21, 200t
Notary's Sign ure
Seal
OPTIONAL INFORMATION
The information below is optional. However. it may prove valuable and could prevem fraudulent attachment of this farm to an unauthorized document.
CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT
❑ J.NDIVIDUAL PPT�f11�fr)'cAno17
Er l%�Q �
CO ORATE OFFICER t
/Jr�� Id r// L Title or Type of Document
r r �-t Title(s)
PARTNERS)
ATTORNEY -IN -FACT
TRUSTEE(S)
GUARDIAN /CONSERVATOR
OTHER:
ABSENT SIGNER (PRINCIPAL) IS REPRESENTING:
2
Number of Pages
W - /Cp - /U
Date of Document
Other
Name of Person(s)
■
C 1997 ESI Educational Seminars, Inc. Reproduction Pmhibited Reorder: Call 1- 800 -303 -5123
Mease of Stop Notice 0
C-�Igl
'99 .JUN 28 P3:13
TO: CITY OF Nc?WPORT rtEAC`.i
Construction Lender orppony with whom StopNotica»ns//t''l d r - iNE „ -ERI(
3300 NR ?dPORT BEACH RI,VI). , N) WPORT REACH, CA 92fi Ci i i fi :" r,:.1i TV BEACH
You are hereby notified that the undersigned claimant releases that certain Stop Notice dated 6/23/99
, in the amount of 3 1, 026.17
CITY OF NEWPORT REACH
as owner or public body and GILLESPIE CONSTRUCTION
as prime contractor in connection with the work of improvement known as JOR# 6 5 3 — WATERLINE
REPLACEMENT, NEWPORT REACH
in the City of
NEWPORT REACH
Date 6/25/99
a I
CIO � E i
f �
p T
V in r c c T�k\ f cg q
County of ORANGE
State of California.
NameofClaimant Robertson's Ready Mi
VERIFICATION
(Pym Name)
Agent —MARIA VELA OUEZ
fOfficial Capacity)
1, the undersigned, state: l am the Agent
CAgentof' "Presidentof' "A Partnerof' "Ownerof'.tic.)
the claimant named in the foregoing Release; I have read said Release of Stop Notice and know the contents thereof,
and T certify that the same is true of my own knowledge.
1 certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true
and correct.
Executed on JUNE 25 19 99 at Riverside
California.
� Signature oJClaimant or Autboriit A
MARIA VELASOUEZ
r �
ROBERTSON'S
ROCK - SAND • BASE MATERIALS
READY MIX CONCRETE
UNCONDITIONAL WAIVER AND RELEASE UPON FINAL PAYMENT
The undersigned has been paid in full for all labor, services
equipment or material furnished to: BOB WETZEL CONC.INC
on the job of: CITY OF NEWPORT BEACH
located at: EMARCUS & 35TH ST TR #WATERLINE REPLACEMNT
NEWPORT BEACH LOT#
and does hereby waive and release any right to a mechanic's lien,
stop notice, or any right against a labor and material bond on the
job, except for disputed claims for extra work in the amount of
$ .00.
Dated: 06/21/1999 Robertson's
J.C.N. #: 990326
r�
i di Department
"NOTICE: THIS DOCUMENT WAIVES RIGHTS UNCONDITIONALLY AND STATES
THAT YOU HAVE BEEN PAID FOR GIVING UP THOSE RIGHTS. THIS
DOCUMENT IS ENFORCEABLE AGAINST YOU IF YOU SIGN IT,EVEN IF YOU
HAVE NOT BEEN PAID. IF YOU HAVE NOT BEEN PAID, USE A
Cbi,JDITIONAL FINAL RELEASE FORM."
State of ifornia
County of RiNkrside
on
NOTARY PUBLIC, PER ALLY APPEARED
known to me to be the rson whose
instrument and acknowled t
her authorized capaci n hat
the person or t ntity upon b
the instru .
S my hand and official seal.
before me,
personally
-subscribed nab bscribed to the within
o�xat he /she executed the same in his/
by his /her signature on the instrument
if of which the person acted, executed
6830 Van Buren Blvd. • Riverside, CA 92509
PO. Box 33140 • Riverside, CA 92519
X909) 685 -2200 • Fax )909) 685 -8371
• STOP NOTICE • C_ 2)101
(California Civil Code Section 3103)
NOTICE TO CITY OF NEWPORT BEACH _; a p
3300 NEWPORT BEACHNEWPORT BEACCA
(If Private Job -file with responsible officer or perWn ,MX MfFi$e13)r
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,audi&di6 rco(ti dtfl-MfY)a'ubfKc
disbursing officer whose duty it is to make paymentgf(14Fd� _rw ddns of
the contract -CIVIL CODE SECTIONS 3179 -3214)
Prime Contractor: GILLESPIE CONSTRUCTION
Sub Contractor (If Any):ROBERT E WETZEL CONCRETE
Owner or Public Body: CITY OF NEWPORT BEACH
Improvement known as EMARCUS & 35TH ST
County of ORANGE 1 -106-* (053 Ylpo��3eac%
State of California.
Robertson's, Claimant, a Partnership, furnished certain
labor service, equipment or materials used in the above described
work of improvement. The name of the person or company to whom
claimant furnished service, equipment, or materials is
ROBERT E WETZEL CONCRETE
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 ......
$
1,026.17
Total value
of labor,service,materials actually furnished..$
1,026.17
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 ....
$
1,026.17
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
$ 1,026.17 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 06/23/99 Name and address of Claimant ROBERTSON'S
P.O. Box 33140
Riverside, Calif. 92223
E 90 -6 5 -2200
o B Y
g
v a Authorize Agent
�� VERIFICATION
I, e 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 06/23/99 at Rivers.icje, State Califo nia.
Signature of claimant /Agent
RECORDING RE(RL(�TlkiWNAD
WHEN RECORDED RETURN TO:
City Clerk ,99 JUN 11 A10:03
City of Newport Beach
3300 Newport B� y E: ;i i Y CLERK
Newport Beac 91 011RT BEACH
Recorded in the County of Orange, California
Gary L. Granville, Clerk /Recorder
111111111111111 Jill Jill No Fee
19990418840 10:24am 06/07/99
005 7023460 07 28
N12 1 6.00 0.00 0.00 0.00 0.00 0.00
"Exempt
from recording fees
pursuant to Government Code Section 6103"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard,
Newport Beach, California, 92663, as Owner, and Gillespie Construction of Costa Mesa,
California, as Contractor, entered into a Contract on June 8, 1998. Said Contract set forth
certain improvements, as follows:
Corona del Mar Water Main and Alley Replacements, C -3191
Work on said Contract was completed on April 8, 1999, and was found to be acceptable
on May 24, 1999, by the City Council. Title to said property is vested in the Owner, and
the Surety for said Contract is United Pacific Insurance Company.
BY
Public Works Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed on �� Cx c l %� I C0 9 at Newport Beach, California.
BY
City Clerk
�1
� c�
r
May 26, 1999
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
Orange County Recorder
P. O. Box 238
Santa Ana, CA 92702
RE: Notice of Completion for the Grand Canal Dredging, Eelgrass Transplant
and Rock Buttresses (C-3154)
Notice of Completion for the Corona del Mar Water Main and Alley
Replacements (C -3191)
Notice of Completion for the 1997 -98 Alterations and Refurbishing of the
Police Facility (C -3217)
Please record the enclosed documents and return them to the City Clerk's
Office. Thank you.
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
Attachments
3300 Newport Boulevard, Newport Beach
r • .
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
"Exempt rom co ing
pursuant to Government re Code Sectiees on 6103"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard,
Newport Beach, California, 92663, as Owner, and Gillespie Construction of Costa Mesa,
California, as Contractor, entered into a Contract on June 8, 1998. Said Contract set forth
certain improvements, as follows:
Corona del Mar Water Main and Alley Replacements, C -3191
Work on said Contract was completed on April 8, 1999, and was found to be acceptable
on May 24, 1999, by the City Council. Title to said property is vested in the Owner, and
the Surety for said Contract is United Pacific Insurance Company.
BY (J )/�ff
Public Works Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed on /'`! a Y I at'] ) -)A f f r% � at Newport Beach, California.
BY �U9�' n - NQ XL�q i wpo
City Clerk �`o_
TO: Mayor and Members of the City Council
FROM: Public Works Department
May 24, 1999
CITY COUNCIL AGENDA
ITEM NO. 12
SUBJECT: CORONA DEL MAR WATER MAIN AND ALLEY REPLACEMENTS,
CONTRACT NO. 3191 - 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 8, 1998, the City Council authorized the award of Corona del Mar Water Main
and Alley Replacements, Contract No. 3191 to Gillespie Construction, Inc. of Costa
Mesa, California. The contract provided for the replacement of 5,200 linear feet (one
mile) of water main and the reconstruction of alley improvements in Corona Del Mar
(see Exhibit "A "). In addition, a sewer force main from the Buck Gully Pump Station
was reconstructed. 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: $791,418.75
Actual amount of bid items constructed: 757,984.69
Total amount of change orders: 77,860.56
Final contract cost: $835,845.25
The decrease in the amount of actual bid items constructed over the original bid
amount resulted from the deletion of reconstructing one alley and a reduction in the
amount of concrete pavement from the bid item quantities. The final overall
construction cost including change orders was 5.6% over the original bid amount.
A total of nine change orders were issued to complete the project. A summary of the
change orders are as follows:
1. Two change orders totalling $17,825.70 provided for the removal and
replacement of forty feet of sewer line and the reconstruction of a 23 foot
deep sewer manhole.
SUBJECT: Corona del Mar Water and Alley Replacements, Contract No. 3191 - Coon And Acceptance r
May 24, 1999
Page 2
2. Two change orders totalling $30,789.93 provided for the installation of dry
utilities (power and telephone) for future use on Poppy Avenue to the Buck
Gully Pump Station and phone service to the life guard station at Little
Corona Beach.
3. Two change orders totalling $5,651.65 provided for the relocation of a fire
hydrant and the placement of several concrete thrust blocks.
4. Two change orders totalling $23,593.28 provided for the removal and
disposal of unsuitable subgrade material, and the construction of an alley
added to the project between 5`" Street and Fernleaf Avenue.
5. One non - compensatory change order provided for a 5 working day time
extension for a construction shutdown during the Christmas /New Year holiday
season.
Funds for the project were budgeted in the General Fund as follows:
Description
Account Number
Amount
Street, Alley, Bikeway improvement Project
7013- C5100017
$9,081.26
Alley Replacement Program
7013- C5100227
179,581.13
CDM Water Main Replacement Program
7501- C5500286
532,636.66
Sewer Pump Station Master Plan Improvement
7532- C5600100
114,546.20
TOTAL
1 $835,845.25
The contract completion date, including the time extension and days given for inclement
weather, was April 8, 1999.
Respec m' e ,
PUBLIC WORKS DEPARTMENT
Don Webb, Director
1A--o1A&&
Horst Hlawaty, P.E.
Construction Engineer
Attachment: Exhibit A
F: \UsesTBW\SMredCOUNCIUFYWWV&y -24 \CDM Alley Water C.3191.dm
0
E
Ej
Z
O
0 s�cn
9
n
r
0
n
Z
CITY
R
4
O 9�O/
CORONA DEL MAR WATER MAIN
AND ALLEY REPLACEMENTS
C-3191
E
�I
DRAWING NQ EXHIBIT A
r�
i�
! ll�
Al
f , 1
City Clerk
CITY OF NEWPORT BEACH
i
`c�FOR/
PLANS, SPECIFICATIONS, AND
CONTRACT DOCUMENTS FOR
CORONA DEL MAR WATER MAIN AND
ALLEY REPLACEMENTS — FY 1997 -98
(ALLEY NOS. 13F, 14,22D, 23C, 31A, 3113, 30A, 30B,
29A, 29B. 3913, 44F3 44G & 44H)
Contract No. 3191
City of Newport Beach
Department of Public Works
3300 Newport Boulevard
Newport Beach, CA 92658 -8915
(949) 644 -3311
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 11:30 a.m. on the 21st day of May, 1998
at which time such bids shall be opened and read for
CORONA DEL MAR WATER MAIN AND ALLEY REPLACEMENTS
FY 1997 -98
(ALLEY NOS 13F 14,22D, 23C, 31A, 31B, 30A,
30B, 29A, 29B, 39B, 44F, 44G & 44H)
Title of Project
Contract No. 3191
$835,000
Engineer's Estimate
Approved b
(--�Q Don Webb
Public Works Director
Prospective bidders may obtain one set of bid documents at no
cost at the office of the Public Works Department, 3300 Newport
Boulevard, P. O. Box 1768, Newport Beach, CA 92658 -8915.
For further information, call Stephen Luy. Project Manager at (949) 644 -3330.
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PAGE 2
CORONA DEL MAR WATER MAIN AND ALLEY REPLACEMENTS - FY 1997 -98
(ALLEY NOS 13F 14,22D. 23C 31A 316 30A 30B. 29A. 29B. 396 44F. 44G & 44H)
CONTRACT NO. 3191
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.
PAGE 3
The securities shall be deposited in a state or federal chartered bank in California, as
the escrow agent.
In accordance with the California Labor Code (Sections 1770 et seq.), the Director of
Industrial Relations has ascertained the general prevailing rate of per diem wages in
the locality in which the work is to be performed for each craft, classification, or type of
workman or mechanic needed to execute the contract. A copy of said determination is
available in the office of the City Clerk. All parties to the contract shall be governed by
all provisions of the California Labor Code relating to prevailing wage rates (Sections
1770 -7981 inclusive).
The Contractor shall be responsible for insuring compliance with provisions of Section
1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of
the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act ".
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.
y14-702-5 " / 1 ''
Contractor's License No. & Classification
lieu Iq�(498
Date I
.,`.{. •
PAGE
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CORONA DEL MAR WATER MAIN AND ALLEY REPLACEMENTS - FY 1997 -98
(ALLEY NOS 13F 14 22D 23C 31A 31 B 30A 306 29A. 29B. 396 44F. 44G & 44H1
CONTRACT NO. 3191
DESIGNATION OF SUBCONTRACTOR(Sl
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.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
Subcontract Work Subcontractor Address
0 i 1 /gsoiv- (�nSALAaf) I Zip.
Bidder
0 0
PAGE
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CORONA DEL MAR WATER MAIN AND ALLEY REPLACEMENTS - FY 1997 -98
(ALLEY NOS 13F 14 22D 23C 31A 31 B 30A, 306 29A 29B 396 44F. 44G & 44H)
CONTRACT NO. 3191
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character to
that proposed herein which he /she has performed and successfully completed.
Year Project Person Telephone
Completed Name /Agency To Contact Number
o cnn.(lllalhAf4"
Autho - iI l/
•
GILLESPIE CONSTRUCTION, INC.
CON PLETED PROJECTS
As of April, 97
CUSTOMER NAME & ADDRESS JOB LOCATION
CONTRACT
A -MOUNT
A,YrERICAN GOLF CORP.
343 El Toro Golf Course
1 235,461
1633 26th Street
355 Cherry Ave. /Jeromino St. Improvements
228,629
Santa Monica, CA 90404
362 Rancho San Joaquin Storm Drain
13,132
CALIFORNLa CORRIDOR 1
447 San Joaquin Hills Transportation
66,475
CONSTRUCTORS
P.O. Box 57013
Irvine, CA 92619-7013
I
CALTRANS DEPT. OF TRaNSP.
356 Norco Housing
1,129,326
1120 "N" Street Room 39
429 Orange County Fairgrounds
147,192
Sacramento, CA 95814
I
CALVARY CHAPEL
377 Green Valley Tank Site
104,039
3800 S. Fairview Road
1
Santa Ana, CA
j
CALVARY CHAPEL GOLDEN
1 457 Calvary Chapel Golden Springs, Grading & Parking
V
116,029 1
SPR[NGS
4 Lot
CARLSON LANDSCAPL`iG
350 County of Orange
54,045
9050 Blackbird Ave.
Fountain Valley, CA 92703
CATELLUS
454 Akins- Ridgemoor Debris Bassin
327,000
5 Park Plaza, :400
1 464 Akins Westchester Grading
1,709,907
Irvine, CA 92714
1 465 Akins Westchester Storm Drain
55,002
476 Line A Outlet Structure
12,500
CITY OF ANAHEIM
108 Lakeview/LaPakma Storm
I
200 S. Anaheim Blvd.
109 Walnut Creek Sewer & Storm Drain
52,000
Anaheim, CA
156 Patrick Henry Storm Drain
441,000 11
(714) 254 -5100
376 Vintage Lane Soundwall
120,453 1
409 Residential Lou
12,233
t'mho1&r==niob1Lvfuiished.git I of 9 pages
GILLESPIE CONSTRUCTION, INC.
COMPLETED PROJECTS
As of April, 97
CUSTOMER NA,tifE & ADDRESS JOB LOCATION
CONTRACT
A.r10 UN
CITY OF BREA
146 Laurel Ave. Street Improvements
146,000
ml Civic Center Circle
152 Lambert Rd. Street Imorovemenis
15,000
Brea, CA 92621
172 Firesmtion 3
330,000
(714) 990 -7600
176 Sewer Relocation
44,640
CITY OF COSTA yfESA
196 Artin2ton Drive Storm Drain & Street Imp.
135,000
77 Fair Drive
316 Fire Station
325,1719
Costa Mesa, CA 92626
410 Iowa St. Storm Drain
50,494
(714) 754 -5000
427 Street Improvement Newport & 13th St.
171,450
432 Indus St. Drainage Imp.
45,733
CITY OF COVwA
396 5,000 Gallon Reservoir and Pumps
537,593
125 E. College 1
412 Sewage & Pump Station
64,151
Covina, CA
(318) 853 -7212 `
i
CI Y OF DANA POLNT
335 Street Widening - Stonehill & Selva
1,075,571
33232 Golden Lantern 1
451 Sidewalk Improvements on PCH
34,050
Dana Point, CA
(7 14) 248 -9890
CITY OF FULLERTON
122 Emery Park Phase JII
64,000
303 W. Commonwealth
123 Vfalvern -Brea Creek Tie -In Improvements
120,000
Fullerton CA 92632
198 Drainage Improvements
97,000
(714) 738- 6845
304 Harbor Bastanchury Road Widening
210,370
308 Lions Park Storm Drain
94,043
309 Brea Blvd, Widening
68,657
319 BerkeleyMarbor Storm Drain
i 106,694
321 Bike Trail
j 55,536
322 Highland Ave. Widening
f 113,365
i
CITY OF GARDEN GROVE
320 Street, Stone Drain Improvements
190,052
{ CITY OF FiUNTINGTON BEACH
401 HB. Pfaycourt Reconstruction
383 Huntington Lake Storm Drain
125,055
305,555
j Public Works Department
2000 Main Street
414 Inlet Drive
177,345
Huntington Beach, CA 92648
462 Corsican Flood Control Channel
50,727
463 Slater Flood Control Channel
16,733
fm,i,o1a%m =niob1=Tmsicagii 2 of 9 pages
GILLESPIE CONSTRUCTION, INC.
CONIPLETED PROJECTS
As of April, 97
CUSTOMER NAME & ADDRESS JOB LOCATION
CONTRACT
AMOUNT
CITY OF INDUSTRY 1 403 Commuter Rail Station Parking Loc Improvemencs 1,154,971
15651 E. Stafford Street (Grading & Storm Drain Imp.)
City of Industry, CA 91744 1 416 Industry Mills Parking Lot & Roadways 300,193
CITY OF IRVINE 419 Ama15 Drive Seepage tifitigation 13,530
1 Civic Center Plaza i 473 Westpark II - Offisite
Irvine, CA 92713
(714) 724 -6000
CITY OF LAGUNA BEACH
155 Heisler Park Slope Reconstruction
230,000
505 Forest Avenue
370 Wastewater Pump Station Improvements
239,413
Laguna Beach, CA 92651 `405
Storm Damage
40,076
(714) 497 -0339 ;
415 Animal Shelter
13,67;
(714) 644-1311
456 Cress Street Retaining Wall
105,114
1
453 Animal ShelterBridee
36,7 23
459 Canyon Acres Drive Fire Access Road
69,021
461 Dunning Drive Landslide Repair
693,201
466 Laguna Beach Water District
44,410
CITY OF LAGUNA NIGUEL 1 441 Cailendar Court 211,639
27801 La Paz
Laguna Niguel, CA 92656
(714) 362 -4300
CITY OF LONG BEACH
333 W. Ocean Blvd.
Long Beach, CA 90802
(310) 570- 6555
135 Landscape Modification
136 Gabion Slope Repair
148,000
163,000
CITY OF NEWPORT BEACH
101 Old Newport Blvd.
90,000
3300 Newport Blvd.
123 Oasis Park & 5th St. Improvement
242,000
Newport Beach, CA 92663
1 131 1983 -84 Storm Drain Improvement
218,000
(714) 644-1311
194 Ticket Booth Corot.
58,000
311 Hospital Road Widening
275,157
j 306 Backbay Trail
1,063,334
413 Vfisc. Storm Drain Const.
382,319
423 Hazel Drive
494,747
425 Channel Drive
51,365
450 Balboa Blvd. Recent.
391,513
452 Bolsa Park
161,152
460 vfain Street Sidewalk Improvements
66,902
471 MacArthur Blvd.
7,068
E'rnha iab i,Wanahcdgit 3 of pages
GILLESPIE CONSTRUCTION, INC.
CONeLETED PROJECTS
As of April, 97
CONTRACT
CUSTOMER NAME & ADDRESS JOB LOCATION ANIOUNT
C= OF NEtiVPORT BEACH (Cont.)
472 Balboa Manholes
475 Corona Del Nfar Alley & Water Nlain
17,293
373,649
I
CITY OF ORANGE
305 Tustin St. Street Improvements
216,620
300 E. Chapman Ave.
Orange, CA 92666
CITY OF SAN JUAN CAPISTRaNO
115 Sunhollow Improvements
120 Alipaz & Del Obispo St. Improvements
134,000
93,000
32400 Pasco Delano
San Juan Capistrano, CA 92675
302 Del Obispo St. Widening
209,000
(714) 493 -1171
323 Drainage Improvements
64,000
332 Del Obispo Storm Drain
234,000
CITY OF TUSTIN
195 Bell Avenue Storm Drain
96,673
300 Centennial Way
453 Pinetree Park Parking Bay Improvements
92,779
Tustin, CA 92630 i
455 Reconstruction "C" Street
65,983
i(714)573 -3000
CITY OF VILLA PARK
467 Villa Park Storm Drain
147,703
17355 Santiago Blvd.
1
Villa Park, CA 92861
j
(714) 998 -1500
I
CITY OF NVTff ER
353 Savage Canyon Landfill
1,224,745
li230 E. Penn Street
374 Savage Canyon Landfill
170,720
Whittier, CA
375 Gras Distribution Wells 15, 17 & 18
36,362
(310) 945 -8200
393 Savage Canyon Landfill
i 117,161
449 Well R13 MCC Building
54,950
CITY OF YORBA LINDA
X90 Street/Storm Drain
111,396
P.O. Box 7487
4 404 Remove & Replace AC
145,900
Yorba Linda, CA 92686
443 Town Center Plaza
93,333
(714) 961 -7100
445 Brooklyn Avenue
69,304
COTO DE CAZA DEVELOPr ENT
f 169 Gabion Drop Structures
130 Rip Ran Slope Protection
630,000
260,062
P.O. Box 438
Trabuco Canyon, CA 92673
131 Storm Drain Improv.
159,693
134 Crabion Slope Repair
16,295
136 Grabion Slope Repair
140, 5 li
133 Low Flow Crossing II
39,606
192 Corrective Work
I
_40,642
en noimniom raft
4 of 9 pages
GILLESPIE CONSTRUCTION, INC.
COMPLETED PROJECTS
As or April, 97
CUSTOM- aR NAME & ADDRESS JOB LOCATION
CONTRACT
Ati10L -N'T
COUNTY OF LOS Ai IGEL.ES, `
111 Rambla Pac fico
36,555
ROAD DEPARTMENT
1540 Alcazsr Street
Los Angeles, CA 90033
COUNri' OF ORANGE
149 Stonehill
316,120
400 Civic Center Drive
160 EMA Palm .Ave. Street and Storm Drain
253,364
Santa Arta, CA 92651 `
197 Stonehill Drainage Improvements
29,000
(714) 834 -3100
435 Delhi Channel
603,200
COUNTY OF ORANGE -ENLA
367 'vLssions Planned Community Road Closures
42,604
P.O. Box 4043
Santa Ana, CA 92702 -4043
CYPRESS HONES. P4C. 4443
Sorrento Stormwater Pump Station
469,500
14 Corporate Plaza
(Project 49226 -1)
Newport Beach, CA 92660
DANA STRAW BEACH CLUB
133 Rock Slope Protection
260,000
34001 Dana Strand Road
Dana Point, CA 92632
EASTERN MUPiICIPAL WATER
332 Grant Ave. and Corwin Pumping Plants
354,453
DISTRICT
ESSLINGER FAIMMY TRUST
470 Laguna Terrace Park
208,941
LAGUNA TERRACE PARK
30802 S. Coast Highway
Laguna Beach, CA 92651
FERGUSON PARTNERS
I Same As Above
4199 Campus Drive, 41000
1
Irvine, CA 92715
GENTRY GOLF
413 Island Golf Center
195,619
14893 E. Ball Road
Anaheim, CA
i
GORDON & NVILLLAMS
468 Rotoshake
175,3S3
26031 Merit Circle '123
477 Teen Center (K.B.F.)
49,140
Laguna Dills, CA 92653
434 Roaring Twenties - North Proiect (K.B.F.)
275,005
(714) 367 -7813
Pmhol&ge,rruljoblLaTm=ho> 5 of 9 pages
0
GILLESPIE CONSTRUCTION, INC.
COMPLETED PROJECTS
As of April, 97
CUSTOMER NAIN E & ADDRESS JOB LOCATION
CONTRACT
AMOUNT
RONDEVELOPMENT 1
335 Storm Drain, Stairway
755,420
25200 La Paz Rd., ;4n- 10
Laguna H&s, CA 92653
(714) 536 -4400.
IRVLNE RANCH WATER DISTRICT 1
337 Pump Station
575,7951
114
15600 Sand Canyon Ave. I
Irvine, 92613 j
(714) 453 -5300
KNOTT'S BERRY FARM
119 Various Grading & Improvements
734,000
3039 Beach Blvd.
121 Various Grading & Improvements
Buena Park, CA 90620
144 Storm Drain Improv.
(7) 14) 2205229 {
161 Parking Improvements
135 Dolphin Park Improv.
315 Landscape ✓taint. Grading
45,591 ,
339 Grand Ave. Parking Lot
373, =:90
407 Spirit Lodge
293,355
426 Steal: House
62,936
431 Fiber Optics Phase ILA
565,061
442 Farmwide Communications
171,361
463 Rotoshake
175,393
LAGUNA BEACH COUNTY WATER
339 Grading &Storm Drain Improvements
392,000
DISTRICT
306 3rd Street
Laguna Beach, CA
(714) 494 -1041
j
j
LAIDLAW GAS RECOVERY SYSTEMS
324 Grading Improvements
329 Sewer & Water
449,532
357,000
39399 Ballentine Dr., Ste. 275
Newark, CA 94560
334 Methane Gras Header
233,000
336 Landscaping
71,000
346 Realignment of Sewer, Water & Gas Line
161,1S9
352 Pump Station
X91
95,033
4
44,305
LAKE ELSINORE UN=D SCHOOL
1 369 Temescal Canvon High School
309,2.
DISTRICT
545 Chaney Street
Lake Elsinore, CA 92330
i
C4nhold\gmeral \jobli=Tutished I 6 of 9 pages
GILLESPIE CONSTRUCTION, INC.
COMPLETED PROJECTS
As or April, 97
CONTRACT
CUSTOMER NAME & ADDRESS JOB LOCATION AMOUNT
LOS ALISOS WATER DISTRICT
110 Grading & Site Improvements
95,000
P.O. Box 699
343 Rough Grading
817,434
El Toro, CA 92630
LOS ANGELES COUNTY DEPT. OF
371 Eaton Wash Spreading Grounds
373 Schabarum Regional Park
393,734
790,116
PUBLIC WORKS. bIISC. DEPT.
900 S. Fremont Ave.
393 San Dimas Reservoir
797,640
Alhambra, CA 91803
406 Kenneth Hahn Park
379,546
408 Santa Anita Debris Basin
261,343
434 Morgan Debris Basin
338,377
439 Rio Hondo Spreading Grounds
913,201
ORANGE COUNTY FNIA PUBLIC
340 Aliso Beach Front Improvements
344 OCE.VIA (Pelican Hill)
297,20"
434,735
DEPT.
P.Q. Box 4048 1
347 Bee Canvon Landfill
165,492
Santa Ana, CA 92702 -4048
351 Portola Parkway Storm Drain
113,000
( j
I I i
359 Santiago Canyon Landfill
507,039
ORANGE COUNTY WATER DIST.
330 Santiago Basin Revegetation
402 Alamitos Barrier Injection Well
178,080
142,567
10500 Ellis Avenue
Fountain Valley, CA 92708
PULTE HOME CORPORATION
337 Grading & Storm Drain Improvements
1,110,293
270 Newport Center Drive
345 Retaining Wall
33,731
Newport Beach, CA 92660
424 Storm Drain & Street Repair
{ 27,286
(714) 721 -0622
;
RANCHO SANTA MARGARITA
381 Antonio Parkway
i 166,196
30211 Avenida de Las Banderas, Ste. 200
;
Rancho Santa Margarita, CA 92688
i
i
I
RANCHO SANTIAGO CONVYMNiTY
j 372 Parking Improvements
I4
1,666,214
COLLEGE
17th Street at Bristol
Santa Ana, CA 92706
REAL ESTATE DEVELOPMENT
193 Grading - Tract 11356, Lot 6
i 303 Point Del Mar
29,758
70,000
13302 Irvine Blvd., Ste. 360
Tustin, CA 92680
i
f-�mhcl *nMa4\lobILaTuushedgit 7 of 9 pages
•
GILLESPIE CONSTRUCTION, INC.
COMPLETED PROJECTS
As of April, 97
CONTRACT
CUSTOMER NANL M & ADDRESS JOB LOCATION QVIOUNT
REGENTS OF THE UiNTVERSrrY
199 UCI Parking Lot No. 14
i 145,000
OF CALIFORNIA AT IRVINE
303 UCI Parking Lot No. I SC
110,000
Irvine, CA 92717 _
313 Lot 6 & 80 Modifications
118,963
318 Unit 5 Site Grading
252,567
384 UCI Grading Storm Drain
258,312
417 Erosion Control
18,803
433 Jamboree Widening
138,900
RESEARCH EN'T'ERPRISES �
323 Research Enterprises
2,500
SADDLEBACK VALLEY
430 Saddleback Valley School District
25,050
SCHOOL DISTRICT
I
STANDARD PACIFIC
327 Bike Way Drains
13,500
1565 W. MacArthur Blvd. 1
349 Retaining Walls
122,699
Costa Mesa, CA 92626
(714) 546 -1161 j
I
i
STATE OF CALIFORNIA DEPT.
108 El Pescador State Park
63,000
OF PARKS AND RECREATION
112 Topanga State Park
14,400
2422 Arden Way, Ste. A -1
Sacramento, CA
STATE OF CALIFORNIA MISC.
429 Pavement/Drainage
149,300
1111 Howe Ave., Ste. 650
Sacramento, CA 95825 -8541
I
f
TAISEI CONSTRUCTION
480 Monarch Beach Storm Drain
I 138,839
301 E. Ocean Blvd., Ste. 400
480 Monarch Beach Storm Drain Phase II
220,000
Long Beach CA 90802
I
i
THE BREN COMPANY
j 3.54 Pelican I3ii1 Pump Station
621,945
5 Civic Plaza, Ste. 100
Newport Beach CA 92660
THE IRVINE COMPANY
139 Big Carryon Grading
120,000
550 Newport Center Dr.
141 Entryway Improvements
165,000
Newport Beach CA 92660
145 Grading &Improvements
600,000
(714) 720 -2000
147 Site Improvements
480,000
i 149 Back Bay Erosion Control
120,000
1 157 Flagstone Park
143,693
i158 Big Canyon Landscape
700,000
310 Mac Arthur Blvd. Widenine
552,411
r:nnasgaur�yo,t�cuat 8 of pages
is
GILLESPIE CONSTRUCTION, INC.
COMPLETED PROJECTS
As of April, 97
CUSTOMER NAME & ADDRESS JOB LOCATION
CONTRACT
AMOUNT
TfiE rRVLNE COMPANY (Continued)
173 Center Dr. Realignment
179 Monroe Street Improv.
135,000
91,000
1
192 R.C. Box Structure
56,242
137 Jamboree Road Wide -=g
! 458,479
189 Big Canyon Slope Repair
66,000
190 Post Otnce Parking Lot
153,214
317 Sewer Cleanout
4,300
1
163 Back Bay Sewer
45,000
174 Los Trancos Parking Lot
140,000
333 Peters Canyon Grading
1 382,000
33 Jamboree Rd. Widening
566,000
360 Pelican Hill Syphon
414,000
361 Pelican Ell Road
35,000
373 Rock Shelter
27,729
1
392 Newport Coast
228,808
397 P--Scan Hils Golf Course
'I
126,687
THREE VALLEYS MUNICIPAL
336;VfrramarReservoir
1,537,000
WATER DISTRICT
3300 Padua Avenue
Claremont, CA 91711
TRI -STAR CONSTRUCTION
314 Luau Area and Gold Rush Camp
116,591
UNION OIL & GAS DIVISION
i 177 Kraemer Access Road
67,500
Western Region
9645 S. Santa Fe Springs
Santa Fe Springs, CA 90670
WESTERN INDUSTRIAL
342 Raymer Avenue Street Improvements
I
1 136,008
3325 Pico Blvd.
Fullerton
f:`mholdlgrnm�joblisffutishedgil 9 of 9 pages
i 0
PAGE 7
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CORONA DEL MAR WATER MAIN AND ALLEY REPLACEMENTS - FY 1997 -98
(ALLEY NOS 13F 14 22D 23C 31A 31 B 30A. 30B. 29A. 296 39B. 44F. 44G & 44H)
CONTRACT NO. 3191
NON - COLLUSION AFFIDAVIT
State of California )
) ss.
County ofi ffix) )
tnenymr bein first my sworn, deposes and says that he or she is
;�t�larU`[i�UC6+ of N 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.
Bidder Auth rized Signature/Title
.,2
Subscribed and sworn to before me this r r day of , 199 b
��� _ SEIMT L. RUSSELL
��G iC/1 � rl l 1166123 N
)ter NOURYVORIN;- CAER -0RNIA
OrenOe County �
ary Public MY Comm. Ex Nee Dee.21, t�
My Commission Expires: �l� • Z� �2D31
• 0
PAGE 8
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CORONA DEL MAR WATER MAIN AND ALLEY REPLACEMENTS - FY 1997 -98
(ALLEY NOS. 13F, 14, 22D, 23C, 31A 31 B, 30A, 30B 29A, 29B, 39B, 44F, 44G & 44H)
CONTRACT NO. 3191
NOTICE TO SUCCESSFUL BIDDER
The following Contract Documents shall be executed and delivered to the Engineer
within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date
of receipt of 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.
PAGE 9
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CORONA DEL MAR WATER MAIN AND ALLEY REPLACEMENTS - FY 1997 -98
(ALLEY NOS. 13F, 14, 22D, 23C, 31A, 31B, 30A, 30B, 29A, 29B, 39B, 44F, 44G & 44H)
CONTRACT NO. 3191
CONTRACT
THIS AGREEMENT, entered into this 8'" day of June, 1998, by and between the CITY
OF NEWPORT BEACH, hereinafter "City," and Gillespie Construction, Inc., hereinafter
"Contractor," is made with reference to the following facts:
A. WHEREAS, City has advertised for bids for the following described public work:
CORONA DEL MAR WATER MAIN AND ALLEY REPLACEMENTS - FY 1997 -98
(ALLEY NOS. 13F 14 22D 23C 31A 31B 30A 30B 29A 2913 3913 44F 44G & 44H)
Project Description
3191
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. 3191, 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:
PAGE 10
All of the work to be performed and materials to be furnished shall be in strict
accordance with the provisions of the Contract Documents. Contractor is
required to perform all activities, at no extra cost to City which are reasonably
inferable from the Contract Documents as being necessary to produce the
intended results.
3. As full compensation for the performance and completion of the Project as
required by the Contract Documents, City shall pay to Contractor and
Contractor accepts as full payment the sum of seven hundred ninety one
thousand four hundred eighteen and 75/100 Dollars ($791,418.75).
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: Stephen Luy
(949) 644 -3330
6. LABOR CODE 3700 LIABILITY INSURANCE
Contract, hereby certifies:
"I am aware of the provisions of Section
Gillespie Construction, Inc.
245 Fischer Avenue, B -3
Costa Mesa, CA 92626
(949) 957 -0233
Contractor, by executing this
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."
PAGE 11
7. INSURANCE
(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.
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.
PAGE 13
3. All Coverages
Each insurance policy required by this clause shall be endorsed to state that
coverage shall not be suspended, voided, canceled, rescinded by either
party, reduced in coverage or in limits except after thirty (30) days' prior
written notice by certified mail, return receipt requested, has been given to
City.
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 A.
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 parties hereto have caused this contract to be executed
the day and year first written above
ATTEST:
CLERK
APP
7 A-1�
FAD AS TO FORM:
CITY ATTORNEY
CITY OF P T BEACH
.' `l IA Munici al C ratio
By' r
Th s, Mayor
CONTRACTOR
0
Producer 714 2' —7676 'THIS CERTIFICATE Is ISSUED AS A M?a7ER OF INFORMATION
Seltzer Insurance Service D[IIY AM �S NO RIGHTS UPON THE CERTIFICATE HOLDER.
Selt East Insurance
fair Avenue 'mss CERTIFICATE DOES NOT AM@IIl, E=&ND OR ALTER THE
1524 COVERAGE AFFORDED BY THE POLICIES BBIOW.
Orange, CA 9 867 . w11
Company Reliance Insurance Company r..
Company / ..� //
p y Progressive Casualty Ins. Co.
GILLE03 -DEB B X
Company Fireman' s Fund Insurance Compan)V
Gillespie Construction, Inc. C
245 Fischer Avenue, STE #B -3 Company Cal Comp Insurance Company
rnmtn D
CCYS7Fil g
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE
TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
POLICY POLICY
CO TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EXPIRATION LIMITS
LTA
DATE
DATE
A
GENERAL LIABILITY
Commercial General Jiab
Claims Made occur
Owner's & Cont Protective
SIT 3002815
04/01/98
04/01/99
General AggrtgaZe
S
Products-COMP 0 s A
$
Personal & Ads InjuryS
Each Occurrence
S
Fire Dama e(an 1 fire)
S
Med Exp(any one erson)
$
B
AUTOMOBILE LIABILITY
Any Auto
All Owned Autos
Scheduled Autos
Hired Autos
Non -Owned Autos
COMP /COOL7TSS10N
CA08080671 -1
INCLUDED
12/05/97
12/05/9$
Combined Single Limit
S
Bodily Injury
(per person)
$
Bodily injury
(per accident)
$
Property Damage
5
GARAGE LIABILITY
Any Auto
Auto Only - Ea Accident
$
Other Than Auto Only
Each Accident
$
Aggregate
$
EXCESS LIABILITY
Umbrella Form
Other Than Umbrella Form
Each Occurrence
5
A re ate
5
5
D
NORRERS• COMPENSATION AM
EMPLOYERS' LIABILITY
The Proprietor/ Incl
ParCners /Executive
Officers are: Excl
W979110457
09/01/97
09/01/98
Statutory Limi the
,
EL Each Accident
5
EL Disease-Policy Limit
Is
EL Disease -Ea Employ ee
Is 1 000- 000
C
OTHER
Equipment Floats
Contractor Equip
MZX80701622
04/01/98
04/01/99
375,500 Limit
100,000 Hired /Rented
DESCRIPTION OF OPERATIONS /LOCATIONSNEHIM /SPECIAL ITEMS
ertificate Holder is named Additional Insured as per attached endorsement
ith respect to work performed: Corona Del Mar Water Main and Alley
orona Del Mar Water pain and Alley Replacements Contract No. 3191
AIVER OF SUBROGATION TO BE INCLUDED.
ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
'ION DATE THEREOF, THE ISSUING COMPANY WILL � MAIL
DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
Of Newport Beach
is Works Department
Newport Boulevard
ort Beach, CA 92663
Stephen Luy
i
POLICY NUMBER: SJ3002815
6
COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY
ADDITIONAL INSURED - OWNERS, LESSEES, OR
CONTRACTORS (FORM B)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART:
SCHEDULE
Name of Person or Organization:
THE CITY OF NEWPORT BEACH,
ITS OFFICERS, OFFICIALS, EMPLOYEES AND
VOLUNTEERS
3300 Newport Boulevard
Newport Beach, CA 92663
CONTRACT NO. 3191 - Corona Del Mar Water Main and Alley Replacements
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.
IT IS FURTHER AGREED THAT SUCH INSURANCE IS AFFORDED BY THIS POLICY FOR
THE BENEFIT OF THE ADDITIONAL INSURED SHOWN SHALL BE PRIMARY INSURANCE,
AND ANY OTHER INSURANCE MAINTAINED BY THE ADDITIONAL INSURED SHALL BE
EXCESS AND NON- CONTRIBUTORY, BUT ONLY AS RESPECTS ANY CLAIM, LOSS OR
OR LIABILTIY ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, AND
ONLY IF SUCH CLAIM, LOSS OR LIABILITY IS DETERMINED TO BE SOLELY THE
NEGLIGENCE OR RESPONSIBILITY OF THE NAMED INSURED.
SIGNED:t
Aut orized Repre" ntitive Date
CG 20 10 11 85 Copyright, Insurance Services Office, Inc., 1984
PROGREII/f/E
ADDITIONAL INSURED
The person or organization named below Is a person insured with respect to such liability coverage as is afforded
by the policy but this insurance applies to said insured only as a person liable for the conduct of another insured ana
then only to the extent of that liability. We also agree with you that insurance provided by this agreement will be
excess insurance over any other valid and collectible insurance.
NAME OF PERSON OR ORGANIZATION:
THE CITY OF NEWPORT BEACH,
IT'S OFFICERS, OFFICIALS,
EMPLOYEES AND VOLUNTEERS
All other parts of this policy remain unchanged.
This endorsement changes Policy No.: oeo6oe71 - 1
Issued to (Name Of Insured): GILLESPIE CONSTRUCTION I
3300 NEWPORT BOULEVARD
NEWPORT BEACH, CA 92663
Endorsement Effective: 12/05/97 Expiration: 12/05/96
THORIZED SI TURE
Forrn No. 1198(8.93) CVPC1106961637L119802
Page PR -1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
CORONA DEL MAR WATER MAIN AND ALLEY REPLACEMENTS — FY 1997 -98
(ALLEY NOS 13F 14, 22D. 23C. 31 A. 31 B. 30A. 30B. 29A. 29B. 39B. 44F. 44G & 44H)
CONTRACT NO. 3191
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard, P. O. Box 1768
Newport Beach, California 92663 -8915
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has read the
Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes
to furnish all materials except that material supplied by the City and shall perform all work required
to complete Contract No. 3191 in accord with the Plans and Special Provisions, and will take in full
payment therefore the following unit prices for the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
Lump Sum Mobilization
@ 1 h -�h I�OUS&,L Dollars
and
Cents $ 00O °' $ 30
Per Lump Sum 3C?7 66C
2. Lump Sum Traffic Control
@ JW5dd Dollars
and /^^�
Cents $ 6dD "`� $ ��+/�rj
Per Lump Sum
3,250 L.F. Remove Existing Water Main
and Install New 6 -Inch P.V.C.
C -900 Water Main
@ ollars
and
Cents $ 17.00 $ 55T_
Per Linear Foot
Page PR -2
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 210 L.F. Remove Existing Water Main
and Install New 6 -Inch P.V.C.
C -900 Water Main, Including
A.C. Trench Resurfacing
Dollars
and
Cents $ 751.00 $
Per Linear Foot
5. 330 L.F. Remove Existing Water Main
and Install New 6 -Inch P.V.C.
C -900 Water Main, Including
P.C.C. Trench Resurfacing
@ 151X: U CLSK t Dollars
and
SBUeA4.dA �(V42-- Cents $ i
Page PR -3
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
9. 525 L.F. Remove Existing 6 -Inch Water
Main and Install New 12 -Inch
P.V.C. C -900 Water Main
10.
11
12.
13
@ "Th Dollars
and
No Cents
Per Linear Foot
6 Each Install 12 -Inch Gate Valve Including
Valve Box and Cover
$ __50 �w _ $ 105 -7 X co
@ SeJJ°lUtIQKLk6dDollars
and
1�0 Cents $ I $ (QrZCO.°O
Per Each
76 Each Remove Existing and Install New
1 -Inch Water Service Including
Meter Box and Coveer'�'��,.��yy
@ �lx i-RU.NO1YeI)5? ollars
and
Cents
Per Each
103 Each Remove Existing and Install New
1 -Inch Water Service, Long Side,
Including Meter Box and Cover
Si4Flurn rr�
@ �ollars
M, and
— 4;5-91z- Cents
Per Each
210 L.F. Remove Existing 6 -Inch C.I.P. and
Install 6 -Inch Yelomine Restrained
Joint, Class 160 PVC Sewer Force
Main.
@ LEAD Dollars
and
/Lo Cents
Per Linear Foot
$ W7o� $ 35�.7200
..� Mob
S,.
$ Z-7 $
Page PR-4
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
14. 490 L.F. Install 6 -Inch Yelomine Restrained
Joint, Class 160 PVC Sewer Force
Main Including Trench Resurfacing.
@ t fl hJ- Dollars
and
=t itr Cents $ 38,$° $leiBU5.°O
Per Linear Foot
15. 215 L.F. Install 6 -Inch Yelomine Restrained
Joint, Class 160 PVC Sewer Force
Main.
@ �0� f-ea, Dollars
and
Cents $ ge3'S5 $ 9352?
Per Linear Foot
16. 5 Each Remove Existing and Install New
Fire Hydrant Assembly Including
Valve With Trench Resurfacing
@TLe*flj Q ld(A/Dollars
and
e� Cents
$L�fgcopo
$ LOCO
Per Each
17. 3,400 S.F. Remove Existing and Construct
6 -Inch Thick P.C.C. Alley Approach
@ ___ PAX Dollars
and
S2�P,YfiU I/?J Cents
$ 5. ?'5
Per Square F
18. 62,500 S.F. Remove Existing and Construct
6 -Inch Thick P.C.C. Alley
@ —M(ca— Dollars
and
&..90
Z37 tZb
45i4T Cents
$
$ 1=_
Per Square Foot
Page PR -5
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
19. 10,000 S.F. Remove and Replace Existing
8 -Inch Thick P.C.C. Roadway.
@ �,-OoN Dollars
and
Cents $ BOO $ 4401OW00
Per Square Foot
20. 6,275 S.F. Remove Existing and Construct
6 -Inch Thick P.C.C. Patchback
@ T%1YeA Dollars
and
Tu&A.h4 Cents $ 3,26 $ Zdr 393 �5
Per Square Foot
21. 1,250 S.F. Remove Existing and Construct
4 -Inch Thick A.C. Patchback
@ Thr2a.., Dollars
and c�,��o�
Tu1�Yl*G Cents $ 3•� $
Per Square Foot
22. 75 S.F. Remove Brick Paving and Construct
Brick Patchback
@ Dollars
and
Cents $ (70()
Per Square Foot
23. Lump Sum Provide and Install Temporary
Water Main Bypass
@ I�ThrP� dJ ollars
and
Cents
Per Lump Sum
24. Lump Sum Provide Sewer Force Main Bypassing
@JIlYtYl�Qj1 tTDollars
n and
/(g Cents $ W,00
Per Lump Sum
$ 2q0pp,a&
J,
@ .& 4 k.I KdVPli Dollars
and
ilD Cents $ 45i (20a:°O $ 5110
Per Lump Sum
27. 2 Each Remove Existing and Install
Street End Barricades
@ -Chr Dollars
and
Cents $ � $ 700,00
Per Each
28. 40 S.F. Remove Existing and Construct
PCC Sidewalk
@ �I /� rf/iIl Dollars
and
Cents $ -N30 °O
Per Square oot
29. 25 L.F. Remove Existing and Construct
PCC Curb and Gutter
@ 1` i lie Dollars
and
09 Cents $ Z" PS oa $ 692)S IOU
Per Linear Foot
30. 610 S.F. Remove Existing and Construct
PCC Cross Gutter
@ Dollars
and
`LkXAlh_j V Cents $ �Z� $ A?A2 -456
Per Square Foot
Page PR -6
ITEM QUANTITY
ITEM DESCRIPTION AND UNIT
UNIT TOTAL
AND UNIT
PRICE WRITTEN IN WORDS
PRICE PRICE
25. 5 Each
Remove Existing Sewer Cleanout
and Construct Sewer Manhole
per CNB Std. 401 -L
od
@Two?"', #Y lollars
and
AA Cents
���
�
$ z �` $
Per Each
26. Lump Sum
Pressure Test, Disinfect and Flush
Water Main
@ .& 4 k.I KdVPli Dollars
and
ilD Cents $ 45i (20a:°O $ 5110
Per Lump Sum
27. 2 Each Remove Existing and Install
Street End Barricades
@ -Chr Dollars
and
Cents $ � $ 700,00
Per Each
28. 40 S.F. Remove Existing and Construct
PCC Sidewalk
@ �I /� rf/iIl Dollars
and
Cents $ -N30 °O
Per Square oot
29. 25 L.F. Remove Existing and Construct
PCC Curb and Gutter
@ 1` i lie Dollars
and
09 Cents $ Z" PS oa $ 692)S IOU
Per Linear Foot
30. 610 S.F. Remove Existing and Construct
PCC Cross Gutter
@ Dollars
and
`LkXAlh_j V Cents $ �Z� $ A?A2 -456
Per Square Foot
Page PR -7
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
31. 1 Each Remove Existing and Construct
Sanitary Sewer Manhole at
Carnation Avenue
@ :BL n tAQQSajt d Dollars
and
%lA Cents
Per Each
32. 5,150 S.F. Remove and Replace Additional
Existing 8 -Inch Thick P.C.C. Roadway
As Shown on Plan Construction
Note 19
@ - meek, Dollars
and
SPWeklfH �1y-e— Cents
Per Square Foot
33. 3,700 S.F. Grind Existing and Place 1 %-Inch
Thick A.C. Overlay
@ TWA Dollars
������,� and
— ��`{NJt- Cents
Per Square Foot
34. Lump Sum Modify Existing Sewer Pump Station
Including 6 -Inch Ductile Iron Force
Main to Valve Vault Including
Trench Resurfacing
$ Zoco,Q9 $ 2-ICJ06-110
$ 3,-715' $1_ J3 Z,
$ Z.-7T $ jolrrs.E
@1�i Je {;i l(dyd Dollars
and
/l0 Cents $ 15,5760,0 0 $
Per Lump Sum
35, Lump Sum Construct Sewer Force Main
Valve Vault
mI I W-• r I � Be
and
rw Cents $ (4060'", $ 1qjW0,01,
Per Lump Sum
TOTAL PRICE IN WRITTEN WORDS
I�Q
t
(apaLf 2 �Doll
r
A_ and
Cents
$ -7g1.4 /8.7 5
Total Price
Bidder's Name �iI le nfe �r1� trUC'YtoYl �cLiiC .. �/yj ,
Bidder's Address .2-45 1—1 SUIllY 3 (SkS� I !U `a 9 JG
Bidder's Telephone Number
Contractor's License No. & Classification A
Date Autho ized Signature & Title 'FO tU
�,r�u-� Tre�sur
M
1I7-Ai
TO:
IR 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
I�
ADDENDUM NO. 1
CORONA DEL MAR WATER MAIN AND ALLEY REPLACEMENTS
CONTRACT NO. 3191
- 4 BY:
City Engineer 6rPu6lic Works Director
ALL PLANHOLDERS
1. The last sentence of Section 207 -21 -1 General on page 16 of the specifications shall
be revised to read "Fittings for Yelomine Certa -lok restrained joint PVC pressure piping
shall be permanent Certa -Lok fittings. Ductile Iron fittings will not be allowed."
2. For all mechanical joint fittings only "Star All Grip" retainer glands will be allowed.
3. For CNB Std. -500 -L delete Note 5 for the 6" X 6" breakable hydrant flange unit. This
flange is not required.
Bidders must sign this Addendum No. 1 and attach it to the bid proposal. Bids
may not be considered unless this signed Addendum No. 1 is attached.
I have carefully examined this Addendum and have
included full payment in my Proposal.
Citoof Newport Beach NO. BA- 075
BUDGET AMENDMENT
1997 -98 AMOUNT: Sa1,4a7.so
EFFECT ON BUDGETARY FUND BALANCE:
Increase Revenue Estimates Increase in Budgetary Fund Balance
X Increase Budget Appropriations AND X Decrease in Budgetary. Fund Balance
Transfer Budget Appropriations No effect on Budgetary Fund Balance
from existing budget appropriations CITY OF NEWPORT BE
from additional estimated revenues
X from unappropriated fund balance
EXPLANATION:
This budget amendment is requested to provide for the following:
To replace one mile of water main and the reconstruction of alley improvements. Also to reconstruct the sewer
force main from the Buck Gully Pump Station and the Buck Gully Pump Station access ramp will be rebuilt.
ACCOUNTING ENTRY:
Amount
BUDGETARY FUND BALANCE Debit Credit
Fund Accoun Description
530 3605 Fund Balance Control $81,437.50
REVENUE APPROPRIATIONS (3601)
Fund /Division Account Description
EXPENDITURE APPROPRIATIONS (3603)
Description
Division Number 7532 Sewer Pump Station Improvement Program
Account Number C5600292 Sewer Main Replacement Program $61,437.50
Division Number
Account Number
Division Number
Account Number
Division Number
Account Number
Automatic System Entry_
Signed:
Fi ancial val: Finance D' actor / Date
signed: Sy'-
A rative Appr val: Manager Dilate
Signed: —m —Its
City Council Approval: City Clerk Date
_ June 8,1998
Cliff C,
JUN 8 CITY COUNCIL NO.G�NDA
t I
ITEM
TO: MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: PUBLIC WORKS DEPARTMENT
SUBJECT: CORONA DEL MAR ALLEY, SEWER AND WATER MAIN —AWARD OF
CONTRACT NO. 3191
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Award Contract No. 3191 to Gillespie Construction, Inc. for the Total Bid Price of
$791,418.75, and authorize the Mayor and the City Clerk to execute the contract.
3. Establish construction reserves in the various accounts that total $79,000.00.
4. Authorize a budget amendment to transfer funds in the amount of $81,437.50,
from Wastewater Fund balance to account number 7532- C5600292, Sewer
Pump Station Improvement Program.
DISCUSSION:
At 11:30 A.M. on May 21, 1998, the City Clerk opened and read the following bids for
this project:
`Corrected total
The low bidder is 5% below the Engineer's estimate of $835,000.00. The low bidder,
Gillespie Construction, Inc., is a well - qualified general engineering contractor who has
successfully completed previous contracts for the City. A check with their references
and the State Contractor's License Board indicates that Gillespie Construction
Company has successfully completed projects of a similar nature for other Southern
California agencies and has no pending actions detrimental to their contractor's license.
Bidder
Total Bid Amount
Low
Gillespie Construction, Inc.
$791,418.75
2
Los Angeles Engineering, Inc.
$862,053.00
3
Fleming Engineering, Inc.
$918,740.00 "
4
Highland Engineering
$971,212.50
5
Trautwein Construction
$999,670.00
`Corrected total
The low bidder is 5% below the Engineer's estimate of $835,000.00. The low bidder,
Gillespie Construction, Inc., is a well - qualified general engineering contractor who has
successfully completed previous contracts for the City. A check with their references
and the State Contractor's License Board indicates that Gillespie Construction
Company has successfully completed projects of a similar nature for other Southern
California agencies and has no pending actions detrimental to their contractor's license.
li�' ,.
SUBJECT: CORONA DE• R ALLEY, SEWER AND WATER MAIN — AWARD OF CONTRACT NO. 3191
June 8, 1998
Page 2
PROJECT DESCRIPTION
This project provides for the replacement of approximately 5,200 lineal feet (one mile)
of water main and the reconstruction of alley improvements, as shown on the attached
Exhibit "A ". In addition, the sewer force main from the Buck Gully Pump Station will be
reconstructed as a part of this project. The access ramp to the Buck Gully Pump
Station will be rebuilt this summer with the outlet repairs that are necessary due to this
years El-Nino storms.
The replacement of water mains will improve domestic water service and provide
increased pressure and reliability for fire protection. The water main replacement is
part of the continuing program to replace existing deteriorated mains in the City. The
reconstruction of the alley improvements will facilitate drainage and provide a smooth
driving surface. Prior to the alley replacement, sewer lateral clean -outs will be installed
by City forces to provide for future maintenance to the homes.
The plans and specifications were prepared by the Public Works Department. All work
is anticipated to be complete in November 1998.
PROJECT FUNDING AND ADDITIONAL WORK 0
Funds to award the contract and to provide construction reserves to cover the cost of
change orders for unforeseen conditions and additional work are available in the
following appropriations:
Description
Account No.
Contract
Construction
Total
Amount
Reserve
Alley Replacement Program
7013- C5100227
$196,009.38
$10,418.88
$206,428.26
Street, Alley, Bikeway Improvement
7013- C5100017
$9,081.12
$9,081.12
Project
Corona del Mar Water Main
7501- C5500286
$521,371.87
$52,100.00
$573,471.87
Replacement Program
Sewer Pump Station Master Plan
7532- C5600100
$74,037.50
$7,400.00
$81,437.50
Improvements (FY 98199)
TOTAL
$791,418.75
79,000.00
$870,418.75
During the installation of clean -outs in the alley between Poppy Avenue and Poinsettia
Avenue approximately 50 feet of sewer was found in need of replacement. A change
order will be negotiated with the contractor to add this work. It is estimated that the
additional cost will be approximately $5,000.00.
The construction reserves indicated above will allow enough funding to provide for
additional costs for unforeseen conditions and the above change orders.
%% dpl sys\ groups\pubworkstcouncih98juns- 8kdm.doc
SUBJECT: CORONA DEL MAR ALLEY, SEWER AND WATER MAIN — AWARRPOF CONTRACT NO. 3191
June 8, 1998
Page 3
i
Sewer funding in the 1997 -98 fiscal year has been obligated. A budget amendment is
needed to appropriate the funds from the wastewater fund balance to the sewer main
replacement program account no. 7531- C5600292 in the amount of $81,437.50.
Respectfully submitted,
PUBLIC WORKS DEPARTMENT
Don Webb, Director
By: and
Step n Luy, P.E. Michael J. Sina I, P.E.
Associate Engineer Utilities Engine r
Attachment: Bid Summary
. Exhibit A
Budget Amendment
Udplsyslgroupslpubwodcs %counciR98yune- 81edm.doc
r
LL
O
WI
1,
IL
V
Q
W
M
0
a
w
Z
LL
0
�TT
,.j
a
w'w
F 0 m
J
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
j
g
S
g
0
O
0
m
O
m
O
m
g
g
O
O
O
m
G
A
g
O
A
O
O
O
m
9
g
N
N
N
g
g
C
O
m
N
10
C
�fl
O
O
C
O
O
mW
N
N
Y
V
N
r
A
r
�-
N
O
N
pp.pp
m
N
{ O{pp
O
r
M
V
N
Iq
N
m
n
O
O
m
m
N
N
N
O
A
O
a0
O
Y;
O
A
IO
N
r'
N
-I
C
mW
0
A
IN
M
mW
H
M
19
�
19
19
W
19
V/
M
M
pp
C
W
c
O
g
o
O
o
0
0
0p
0
o
O
g
g
g
o
N
o
0
0
0
0
0
O
o
O
opp
o
O
g
o
O
o
O
g
d
Z
N
y$
p
A
AN
a
8
W
A�
W
O
W
a
M
mW
W
p
Ml
8
8
O
O
W
�uppi
f9
N
O
O
;L
�Op
p
/9
K
N
N
tl!
vt
W
19
2
O
O
C6
vW
f�
W
f9
Vf
�
~
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
O
p
0
0
O
S
0
0
OU
O
O
g
QV
0
0
0
0
�p
0
m
0
p
S
0
m
0
N
0
O
G
O
G
O
N
A
O
C O
0
G O
0
p
0
0
0
O
0
C C
G
m
0
G O
0
��llll
0
O
0
O
0
O
O
Co
yc
C
7
O
N
O
O
r
H
r
O
Y°
r
a O
O
m
O
SN
A
O
t7
Q
m
N
p O
•-
O
N
m
O
N
S
S
aa
f 9
�p
19
m
e
1�
0
0
0
m
N
'
�
M
tl1
f9
19
tlf
19
w
w
M
t 9
N
M
w
19
m
Q
M
19
m
{V
w
b
N
m
S
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
0
O
S
S
S
S
O
O
S
0
A
0
A
0
m
0
O
0
O
0
O
00
O
O
S
S
S
O
O
O
O
O
O
O
O
8888
Q~
O
O
M
«,
E NO
19
N
Omi
V
N
19
f9
a
f9
O
a°D
O
r
p m
��p}
��{{
8
H
H
13=0000
8°
W
N
mW
O
mM
W
°O
O
w
J
Z
O
0
N
0
df
«,
1A
t7
rW
M
N�
f9
tll
M
O
W
m
m
O,
mW
�N
O
N
IA
p
O
O
Z
N
19
19
w
W
a
V!
O
O
O
O
S
O
m
S
O
O
0
O
O
O
O
O
O
O
O
O
O
O
N
O
S
S
0
0
0
0
0
0
0
0
0
S
O
O
V
0
0
0
0
0
0
0
m
O
0
0
0
A
O
0
0
0
0
0
O
N
O
m
0
0
In
C
S
O
S
OI
O
i0
0
0
0
0
0
C
N
tV
O
N
h
0
0
A
Z
O
O
CO
N
�
A
m
tp
Pt
A
W
N
p
O
N
A
O
N
N
A
O
OD
A
m
m
m
C'1
Q
m
M
N
O
m
O
0
G1
M
O
O
A
N
O
O
O
O
PO
A
O
m
O
A
m
A
N
m
O
N
0
0
M
A
r
0
i0
0
O
m
U
�
tll
M
M
f9
/9
/9
M
'W
'W
f9
19
to
W
W
N
fQ9
M
1A
2Q
N
C
�
U
N
O
O
O
O
O
O
O
O
m
A
O
O
O
O
O
O
O
O
O
O
O
O
m
O
O
i0
O
O
i0
0
0
0
0
0
0
0
0
0
i0
O
N
m
O
O
_H
O
O
A
rW
r•
a�pD
0
1�
O
8
O
O
O
S
O
to
O
A
m
MW
O
N
�
N
W-
0
O
0
S
0
0
0
N-
N
O
N
N
W
O
O
A
lhW
A
0
O
0
O
Z
S
S�pp
19
n
H
r
V
m�
Yi
M
W
19
19
S
w
19
O
th
0O
m
M
19
O
N
O
O
�
NW
w
W
w
wi
J
'
O
0
O
0
O
0
O
0
O
0
o
0
o
0
o
O
S
S
S
S
O
p
O
O
O
0
o
0
0
0
o
0
o
0
o
0
o
0
0
0
o
0
p
S
p
O
O
O
O°
0
0
p
0
pp
0
O
0
S
S
m
Z
Z
i0
0
0
S
S
O
6
O
6
O
O
O
G
G
G
G
O
p
S
S
O
O
O
N
O
O
6
O
O
C
G
�0
N
O
O
O
C
C
b
E
0
O
m
N
�0
O
O
O
N
A
M
Q
m
�O
tp
p
LO
r
0
m
tV
0
m
W
0
m
0
O
M
0
m
f0
th
m
W
V
v
0"
io
O
m
W
g
M
l7
N
O
O
S
p
O
N
O
O
N
N
�
O
O
L(1
O
O
tV
O
O
O
O
O
O
O
N��
O_
N
m
o
A
N
O
0
g
N
A
0
V
0
O
-
0
N
N
O
W
Q
H
H
19
f
N
l"
N
w-
H
w
H
y
fA
19
!A
-
fV
W
f
H
!A
�/;
1-
19
f9
M
M
m
f9
yb
G
0
0
0
0
0
0
0
S
O
O
O
O
O
O
N
S
S
SO
O
O
O
O
O
O
h
O
N
S
8000
O
S
N
eO
O
O
O
O
O
N
O
O
W
j
Z
O
O
O
O
O
w
o
O
N
w
l�
rW
N
w
H
N
19
lV
19
N
[9
19
W
a
Vl
m
LL
LL
LL
Q
LL
LL
LL
Q
Q
Q
LL
LL
LL
Q
LL
LL
LL
LL
LL
LL
y
m
a
N
a
LL
LL
LL
Q
y�
J
J
J
J
J
J
J
1W17
J
J
J
LLLL11
1W11
IW11
J
J
J
{{1111
fA
(/J
m
f0
!n
(/7
J
J
ll1lJJ
J
LLLLII
f0
J
fA
LLLL1I
N
O
r
N
pp
N
M
N
C°D
N
N
m
m
A
0°
N
T
N
m
N
A
r
.-
10
e-
N
p
O
N
0
E
m
O
m
1�
A
LO
V
l7
°
N
.-
m
al
I
0
U
'C
t
X
m_
m>
d
b
T
m
A
E
m
'O
L
m
m
m
lY
U>
>
m
Ny
W
y
U
w
T
V%
2
V.
U
U
O
D
U
a
o$$
m
Q
QCqqL
T
T
O
m
W
CO
S`
N
N
y
ed
b
and
O
¢aUIL
V
x
d
rn
�m
y
LL
E
m
m
0t
mt
m
my2�m
y
m
°c
m�
W
U
1°
U
yV
N
2
LL
c
?
o
>
etl
o
of
K
ri
K
3
CO
L
°I
U
k
9
S
U
U
U
a
m
a
b
p
LL
N
ly
(p
U
U
r.
4
l
m
e
`rfc
c
cN
�
m
�aaaUV
n
c°�5ULLa
9W;
m
o
tf
U
_0—
oLL
mio
cD
71¢mmm
p
u)aio
io
Ja
P
w
9
3
5>
m
k
k
2
y
N
a
m
b
w
w
w
n
n"
JT
c
crn�
0
b
C
b
C
b
?
3_
4>
m
b
C
b
c
b
C
�T'
S'
b
C
c
0
c
0
c
0
U
c
c
c
0
c
Q
U
E
m
E
m
U
m
b
t7
y
C
C
O
C
O
C
O
C
O
O
m
x
W
Yr�l
N
CC
J
.�
m
�+
U
U
i
J
Mn
m
m
N
b
b
LL
U
IL
U>
C
J
b
V
V
b_X
V
12
U
J
.1�
V
0X
N
F
�
1-'
0
J
w
yxl
U
a
U
5
U
a
U
J
U
J
1
O
O
C
C
W
W
W
O
c
ao�
W
W
W
Il
x
W
W
XN_
W
W
W
W
W
C
c
111
~
IV
xM
117
XV
111
%w_
W
%w
W
.�_5
0W
p
N
U
>
>
>m
>
>
>
>
?
>
m
m
i
>
i
>
>
>
>
W
U
4
Z
IE
O
O
O
Q
0
0
0
4
0
0
0
a
4
o
b
o
o
m
o
o
E
m
E
m
E
m
3
w
w
9
w
E
m
S9
w
E
m
E
m
E
m
.1p
w
9
w
E
E
E
E
E
E
E
>>
Q
E
E
H1
L°
E
E
E
m
E
E
E
c
c
1-
GC
K¢
c
E
c
z
5
z
lY
lY
E
m
w
m
w
m
lY
m
ce
m
w
m
lY
m
IY
a
a
m
K
a
m
12
m
IY
lY
m
12
a:
W
A
N
M
O
�O
m
A
m
0/
0
r
N
t'1
Y
N
m
A
CD
O!
O
N
t+l
Y
m
m
A
aD
OI
O
N
O
N
•
•
z
0
0
2
z
z
D
0
2
z
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
j
°
o oO
0O 0
o °N
oo
0 °t0
0 0N
0
0 0f0
0 0O
0 0�O
0 0�O
o °f7
n
0t0
p
$
0 0
-
0
8
o °eA
S
o °
o °
o °
W °
N
o °
°n
°
JIM
N
W
c°?
N
O
N
�
N
O
O
O
m
N
C
0
�O
pM
iR
Oo
y
C
Q
19
t9
r
f9
W
f9
f9
IN
fA
tli
W
F9
IA
FA
fA
N
N
fR
b!
W
W
C6
U
C
•O
0
0
0
0
0
0
O
0
O
0
O
0
O
0
O
O
O
O
O
O
O
O
008
O
O
O
O
O
O
O
N
O
N
O
O
O
LLy'1
O
0
O
0
O
O
0
S
0
O
0
0
0
N
0
N
N
00008
{{ pp
y
OW
OW
0
0
p
p
O
9
0
0
0
N
N
{ pp
c pp
N
IH
tlf
W
O
N
t7W
o
O
F-
ww
W
t`�w
H
H
ww
0
0
0
0
0
0
0
o
0
0
0
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
o
S
0
0
0
0
0
o
0
o
0
0
0
0
0
0
0
0
0
o
0
O
0
o
0
0
c
0
0
0
0
0
0
0
0
o
0
O
C�
z
Z
O
O
O
O
O
O
O
u>
n
O
C`
Ol
O
n
0
N
t`
0
O
tD
R
O
O
W
N
N
n
O
O
N
O
O
t0
N
W
N
(J
N
O
O
t7
0
�0
n
tD
0
O
Y9
S
fD
0
O
N
0
O
o
0
O
S
tV
ttpp
OQ
Y>
N
�
O
0
O
O
0
t9
O
0
N
G
S
O
O
O
0
p
tD
0
N
t`
0
�-
n
0�
O
N
r
�
0
O
O
0
O
O
0
S
N
y
cQ
0
N
N
�N
r
OI
N
wwww
i0
N
nW
�iwww
W
W
M
m
M
W
N
Q
W
eH
N
w;
N
fA
N
hW
N
ww�ww
ww
Nw
t�sw
w
w
w
wtn
n
rn
c
W
tq
C
O
O
O
O
O
S
O
S
O
O
O
N
O
O
O
0
00
0
0
S
N
S
S
S
y
L
F
Z
S
O
0
O
y
N
N
m
w
NjO
W
H
o
W
m
pppp
M
7
N
O
O
O
W
O
N
O
O
0
S
W
W
S
W%
0
W
W
O
S
O
O
x
A
N
N
N
N
t7
W
C6
fQQ9
fQQq
f9
tQQO
fq
fA
O1
V7
LL
LL
LL
Q
Q
J
QM
ss{{
QQ
J
J
y
J
QW
J
co
J
J
J
J
J
W
W
(7
U
W
f7
(7
J
W
J
W
m
w
W
y
N
J
r
F
¢"
N
M
N
W
N
W
r
0
0
0
OO
V
IQ
C
N
N
W
n
N
N
O
W
N
O
N
pp
O
'
t0
N
YNi
N
N
t'f
N
O
W
r
m^
N
t7
C7
a
m
N
m
j
N
no
m
d
m
y
N
C
y
>
m
ayiK
m
dai
��
rs
O
0
9
>
ir
U
U
o
V
c
?
i;;
a
i
v
Z
tn
u
mr
X
10
t
>
c
O
of
H
m
w
E
t
U
U
Nm
URO'
V
a
m
E
F
U
U
»>
U
O
K
O
mz
D
C
U
C
>.
xUOC>
U
U
U
a
y
a
a
N
LL
H>
LL
W
N
a
m°v
U
4
y
2
a
aaam
v
rT
3
y
CL
CL
N
o
m
LL
O
omy
maW
iu
UM)
N
W
>
'o
y-
R
-
d
ar
J
E
E
.-
0
C
C
C
y
»
>
y
C
y
C
y
C
rG
rc'
y
C
O
O
O
O
O
o
fU
m
V
N
0
y
C
C
O
C
O
G
O
C
O
C
O
L,
X
(A
QQQ
U
U
J
LL
LL
J
U
U
V
V
U
U
F-
r
y
U
U
U
U
U
a
W
O
O
N
N
V
U
L
O
C $
p
W X
x
W
X
W
LLJ
X
NW
W
W
W
X
W
y
u
i
i
i
�_
i>
i>
i
>>
i
>
>>
i>
i
,�C
m
IE
O
E
O
E
O
E
c
2
1°
O—
E
:°.
O
E
O
O
—
p
0
0
0
0
0
p
s
I
O
y
t^
0
0
0
D
0
0
pc
°'
O�
y
to
to
y
y
y
to
y
m
E
y
E
to
m
.10.
y
E
E
E
E
E
E
E
e
e
E
LD
E
E
E
E
E
E
co
ocm¢
c
c
cxE�¢z
c
c�RwKKKKaaacasxxzirr1c
y
to
y
m
to
m
to
d
u
of
y
to
w
o
0
w
H
N
O
O
-O
0
n
W
to
O
N
W
O
N
t0
n
tO
Ot
�
0
N
N
N
N
(7
N
O
N
N
N
W
N
n
N
W
N
OI
N
O
l7
l'+l
N
(•Y
t+l
l�
pp
f�l
N
l7
107712
Z
0
0 o En
Y mm
0
IA
rl
r
0
n
D
ti
0
Z
CITY OF NE
CORONA DEL MAR WATER MAIN
AND ALLEY REPLACEMENTS
f% HARA
ORIWINS NO. PYWIRIT A
l�
6�
CitSof Newport Beach 0 No. BA- 076
BUDGET AMENDMENT
1997 -98 AMOUNT: $a1,a37.6o
OFECT ON BUDGETARY FUND BALANCE:
Increase Revenue Estimates Increase in Budgetary Fund Balance
X Increase Budget Appropriations AND X Decrease in Budgetary Fund Balance
Transfer Budget Appropriations No effect on Budgetary Fund Balance
from existing budget appropriations
from additional estimated revenues
X from unappropriated fund balance
EXPLANATION:
This budget amendment is requested to provide for the following:
To replace one mile of water main and the reconstruction of alley improvements. Also to reconstruct the sewer
force main from the Buck Gully Pump Station and the Buck Gully Pump Station access ramp will be rebuilt.
ACCOUNTING ENTRY:
BUDGETARY FUND BALANCE
Eund Account
530 3605
+
VENUE APPROPRIATIONS (3601)
Fund /Division Account
Description
Fund Balance Control
Description
EXPENDITURE APPROPRIA77ONS (3603)
Description
Division Number 7532 Sewer Pump Station Improvement Program
Account Number C5600292 Sewer Main Replacement Program
Division Number
Account Number
Division Number
Account Number
Division Number
Account Number
Signed:
Fi anci Approval:: Finance
41ned: o °liy
Signed:
City Council Approval: City Clerk
Amount
Debit Credit
$81,437.50
$81,437.50
Date
--3- 8
Date
Date
I
Authorized to Publish Advertisements of all kinds intruding public notices by
Dccrec of the Superior Court of Orange County, California. Number A•6214,
Scplcmber 29, 1961, and A•24631 June 11, 1961.
PROOF OF PUBLICATION
STATE OF CALIFORNIA)
) SS.
County of Orange )
I am a Citizen of the United States and a
resident of the County aforesaid; I am over
the age of eighteen years, and not a party to
or interested in the below entitled matter. I
am a principal clerk of the NEWPORT
BEACH -COSTA MESA DAILY PILOT, a
newspaper of general circulation, printed and
published in the City.of Costa Mesa, County
of Orange, State of California, and that
attached Notice is a true and complete copy
as was printed and published on the
following dates:
May 6, 14, 1998
II declare, under penalty of perjury, that the
foregoing is true and correct.
IExecuted on May 14 , 199 8
at Costa Mesa, California.
Signature
�2Ab
CITY OF
NEWPORT BEACH
NOTICE
INVITING 8I08
Seated bids may be re-
ceived at the office of the
LEY NOS 13F. 14,
23C, 31A, 318, 30A.
29A. 290. 3991 44F,
6 44H)
lraorNb. 3191,
pneer'a Est"Tate:
000
Proved by
Don Webb, F,Ybllo
at Director
mpec9ve bidden inlay
n one act of bid dopy.
a at no cost at the of-'
of the Public Words
9915.
For further Informadon,,
call Stephen Luy, Profect.
Manager: at, (949) 6"
3330.
PANIshed -Ne,wport1
Mena bay
Pilot. 0, 1�19B&
WThm
0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
Highland Engineering
7851 E. Bridgewood
Anaheim, California 92808
Gentlemen:
(714) 6443005
July 6,1998
Thank you for your courtesy in submitting a bid for the Fiscal Year 1997 -98 Corona del
Mar Water Main and Alley Replacements (Contract No. 3191) 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
Ll
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
Fleming Engineering, Inc.
6130 Valley View Street
Buena Park, California 90620 -1030
Gentlemen:
(714) 644 -3005
July 6, 1998
Thank you for your courtesy in submitting a bid for the Fiscal Year 1997 -98 Corona del
Mar Water Main and Alley Replacements (Contract No. 3191) in the City of Newport
Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
Los Angeles Engineering, Inc.
4134 Temple City Boulevard
Rosemead, California 91770
Gentlemen:
(714) 6443005
July 6, 1998
Thank you for your courtesy in submitting a bid for the Fiscal Year 1997 -98 Corona del
Mar Water Main and Alley Replacements (Contract No. 3191) in the City of Newport
Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach
0 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
Trautwein Construction
14046 Santa Ana Avenue
Fontana, California 92337
Gentlemen:
(714) 644 -3005
July 6, 1998
Thank you for your courtesy in submitting a bid for the Fiscal Year 1997 -98 Corona del
Mar Water Main and Alley Replacements (Contract No. 3191) 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,
��1 Uc�.� /�1, � ✓cam
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach