Loading...
HomeMy WebLinkAboutC-3202(B) - Intersection Improvements at Jamboree Road and Eastbluff Drive - Construction ContractCITY OF NEWPORT REACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 December 13, 2000 Mr. Dick Vogels Vice President Peterson -Chase General Engineering Construction, Inc. 1792 Kaiser Avenue Irvine, CA 92614 -5706 Subject: Jamboree Road /Eastbluff Drive Intersection Improvement (C- 3202B) Dear Mr. Vogels: On June 13, 2000, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code and to release the Faithful Performance Bond six months after Council acceptance. The Labor & Materials Bond was released on July 20, 2000. contract is Great American Insurance Company, and the 3972762. Enclosed is the Faithful Performance Bond. Sincerely, ,L i v' Gil 7�_ L- LaVonne M. Harkless, CMC /AAE City Clerk LH:cf cc: Public Works Department Horst Hlawaty, Construction Engineer enclosure 3300 Newport Boulevard, Newport Beach The Surety for the bond number is July 20, 2000 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 Mr. Dick Vogels Vice President Peterson -Chase General Engineering Construction, Inc. 1792 Kaiser Avenue Irvine, CA 92614 -5706 Subject: Jamboree Road /Eastbluff Drive Intersection Improvement [C- 3202(B)] To Whom It May Concern: On June 13, 2000, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on June 15, 2000, Reference No. 20000316036. The Surety for the contract is Great American Insurance Company, and the bond numbers are 0284226 and 3972762. Enclosed are the Bidders Bond and the Labor & Materials Payment Bond. Sincerely, d is LaVonne M. Harkless, CMC /AAE City Clerk LMH:lib cc: Public Works Department 3300 Newport Boulevard, Newport Beach RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 L] Roonrjod ir, vff;cir =l ^;- __:,;:• Gary Granville, Clerk - t` °' `0`i Recorder �'� Il lil ll!i ^fnl ll. Ifll: i.;ial'; flifl;l'l;,u FEE /V 114 21 N12 OOO� i n036 02:7�pm 06/15100 0.00 0.00 OAO 0.00 0.00 0.00 0.00 200 "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 Peterson -Chase General Engineering Construction, Inc. of Irvine, California, as Contractor, entered into a Contract on May 24, 1999. Said Contract set forth certain improvements, as follows: Jamboree Road /Eastbluff Drive Intersection Improvements Project, C-3202(B) Work on said Contract was completed on December 17, 1999, and was found to be acceptable on June 13, 2000, by the City Council. Title to said property is vested in the Owner, and the-Surety for said Contract is Great American Insurance Company. 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 at Newport Beach, California. m City Clerk June 13, 2000 CITY COUNCIL AGENDA APPROVED ITEM NO. 16 TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: JAMBOREE ROAD /EASTBLUFF DRIVE INTERSECTION IMPROVEMENTS, CONTRACT NO. 3202 B- 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 Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 4. Release the Faithful Performance Bond six months after Council acceptance. DISCUSSION: On May 24, 1999, the City Council authorized the award of Jamboree Road /Eastbluff Drive Intersection Improvements contract to Peterson -Chase General Engineering Construction, Inc., of Irvine, California. The contract provided for the construction of a free right -turn lane from eastbound Eastbluff Drive to southbound Jamboree Road. To accommodate the right -turn lane, an architecturally treated (river rock pattern) retaining wall, sloped landscape improvements, and traffic signal modifications were included in the project. 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: $1,013,906.00 Actual amount of bid items constructed: 1,021,863.50 Total amount of change orders: 31,370.78 Final contract cost: $1,053,234.28 The increase in the amount of actual bid items constructed over the original bid amount resulted from quantity increases exceeding the bid item quantities. The final overall construction cost including change orders was 3.9% over the original bid amount. A total of 6 change orders were issued to complete the project. They were as follows: SUBJECT: JAMBOREE R EASTBLUFF DRIVE INTERSECTION IMPROVEOS, CONTRACT NO. 3202 B- COMPLETIONO ACCEPTANCE June 13, 2000 Page 2 1. A change order in the amount of $2,493.18 provided for extra drilling costs due to unforeseen bedrock that was encountered in the retaining wall pile footings. 2. A change order in the amount of $6,437.17 provided for 24 -hour performance tests on the retaining wall's tie -back anchors, as required by the geotechnical engineer. 3. A change order in the amount of $3,834.39 provided for the fabrication and installation of a parkway culvert; and the modification to the traffic control to allow three southbound travel lanes during the boat parade. 4. A change order in the amount of $4,618.82 provided for installation of signal loop detectors, fabrication and installation of St. Marks Presbyterian Church wall letters; and the removal of an old encased sewer line. 5. A change order in the amount of $7,411.12 provided for corrective work where the sidewalk joined the decorative wall. 6. A change order in the amount of $6,576.10 provided for the installation of an ADA pedestrian push button assembly, potholing for a gas line and other miscellaneous minor items of work. Funds for the project were budgeted in the following account: Description Account No. Amount Transportation and Circulation 7261- C5200473 $1,003,234.28 Contributions 7251- C5200473 ( $ 50,000.00 The scheduled completion date was December 17, 1999. Due to extra work, inclement weather, and a shutdown of work during the boat parade, the completion date was extended to March 12, 2000. All work was completed by that date. Respectfully submitted, PUBLIORKS DEPARTMENT Don Webb, Director By: Horst Hlawaty, P.E. Construction Engineer CONFORiv" COPY Not Coalpared�h Original RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 • Recorded in G�Irtci:J ftecorcls. Cut; t .�f Oringe Gary Granville,,! Clerk- Recorder s i t !I I�f SI l�I I::ai::.u... .I. {i L..i.,l.:li :ISw 20000316036 0223pm 06(1,5100 114 21 N12 1 C•AO 0.00 0.00 0.30 0.00 0.0, 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 Peterson -Chase General Engineering Construction, Inc. of Irvine, California, as Contractor, entered into a Contract on May 24, 1999. Said Contract set forth certain improvements, as follows: Jamboree Road /Eastbluff Drive Intersection Improvements Project, C- 3202(8) Work on said Contract was completed on December 17, 1999, and was found to be acceptable on June 13, 2000, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Great American Insurance Company. 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 ��. ,� LC r' at Newport Beach, California. BY ew City Clerk o``8 (� FO � PRELIMINARY 0 -DAY NRM OTI1105 -C CE (This form may be used on both public and private projects) TO: CONSTRUCTION LENDER (Or Reputed Construction Lender) (if any) Name None Known Street City, State, Zip TO: ❑ OWNER (Or Reputed Owner) k] PUBLIC AGENCY (On Private Work) (On Public Work) Name City of Newport Beach City C1prk Street 3300 Newport Blvd City, State, Zip Newport Beach, CA 92658 -8915 TO: ORIGINAL CONTRACTOR (Or Reputed Original Contractor) Name Peterson —Chase General Engineeri Street 1792 Kaiser Avenue I City, State, Zip Irvine, CA 92614 General description of the labor, service, equipment, or materials furnished, or to be furnished and an estimate of the total price thereof: Construct Piles and Tiebacks NAME AND ADDRESS OF CLAIMANT GIVING THIS NOTICE Name August Construction, Inc Street 13400 S. Figueroa Street Cty,State,Zip Los Angeles, CA 90061 NAME OF PERSON OR FIRM THAT CONTRACTED TO PURCHASE THE LABOR, SERVICE, EQUIPMENT, OR MATERIALS Name Peterson -Chase General Engineering DESCRIPTION OF JOB SITE SUFFICIENT FOR IDENTIFICATION Jamboree Road & Eastbluff Drive Intersection #3202B -Job #316 ".a q�ayj�g Copies Sent To: STAPLE RETURN RECEIPTS HERE ❑ Council Member alter 100218 NOTICE TO PROPERTY OWNER N bills are not paid In full for the labor, services, equipment, or mate- rials furnished or to be furnished, a mechanic's lien leading to the loss, through court foreclosure proceed- ings, of all or part of your property being so improved may be placed against the property even though you have paid your contractor In full. You may wish to protect yourself against this consequence by (1) requiring your contractor to furnish a signed release by the person or Nrrn giving you this notice before making payment to your contractor or (2) any other method or device that Is appropriate under the circumstances. MAILING INSTRUCTIONS (1) If the person resides in Califor- nia, the notice may be served by first class registered or certified mail, post- age prepaid, addressed to the person at his or her residence, or place of busi- ness address, or at the address shown by the building permit on file, or at the address shown on a recorded Con- struction Trust Deed. (2) When service is made by first class registered or certified mail, serv- ice is complete at the time of the de- posit of mail. If this notice is given by a subcontrac- tor who is required under a collective bargaining agreement to pay fringe benefits, the names and addresses of the fringe benefits trusts follow: n/a r� PROOF OPSERVICE`hFFIDAVIT The undersigned served copies of this Preliminary 20 -Day Notice by first class registered or certified mail, post- age prepaid, on the persons and at the addresses shown on: 9 -17 -99 (Dare) I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Dated: 9-17-99 Signature: /0 ___.- I FORM 1e5-C — © 1996 — AFINI BUILDING NEWS FORM PREPARED BY JAMES ACRET w J r a U V w J m W a a rn i n O U 0 J W 0 z w r a O U w x rn r� PROOF OPSERVICE`hFFIDAVIT The undersigned served copies of this Preliminary 20 -Day Notice by first class registered or certified mail, post- age prepaid, on the persons and at the addresses shown on: 9 -17 -99 (Dare) I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Dated: 9-17-99 Signature: /0 ___.- I FORM 1e5-C — © 1996 — AFINI BUILDING NEWS FORM PREPARED BY JAMES ACRET w J r a U V w J m W a a rn i n O U 0 J W 0 z w r a O U w x PRELIMARY NOTICE - -- PUBLIC "YORK IPu. nt to California Civil Code Section 34 r0: _..__FETERSON- C VIA S_E_ GENE RAL _ENGINEERIPiG_CONSTRUCT10N, INC._.._.________ contractor 1792 KAISER AVE. IRVINE, CA 92614 address of contractor 'r0:_ CITY OF NEWPORT BEACH CITY CLE_ public agency 3300 NEWPORT BLVD. NEWPORT BEACH, CA 92658 -8915 YOU AIIE HEREBY NOTIFIED that GOLDENWEST FENCE CO.,INC__ name, address and title of person furnishing labor, P.O. BOX 946 'AGO , , f WESTMINSTER, CA 9���4 has furrusLeo or wlh furnish labor, service,, services, equipment or materials equipment or materials to __PETERSON-CHASE GENERAL ENGINEERING CONSTRLCTIGN�INC_ name of person'to whore labor, services, equipment or materials use on a public work at the furnished or to he furnished following jobsite:" JAMBOREE RD_ & EASTBLUFF INTE-RSECTIQN __ __ address or other description sufficient for identification The labor, services, equipment or materials are described as follows: _ VINYL COATED CABLE RAILINGyGHAIN LINK FUNGI NG AND A1dODIZEO ALUMINUM RAILI1dG_ state with substantial accuracy a general description DATED: 1999 1999 signature of princilial or agent MELISSA VEEDER / CFO CD Z` N rim.. .A ._.. rn c > _ � x O r- - -- ,oCORV. CERTIFICA OF INSURANCE 'ss;o 999 _ PRODUCER Cert# 2097 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND SHIPKEY INSURANCE AGENCY, INC. CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE 15375 BARRANCA PKWY. SUITE 8201' I' DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE IRVINE, CA 92619' - - POLICIES BELOW. (949)453 -1115 FAX (949)453 -1244 COMPANIES AFFORDING COVERAGE '99 NOV 1 9 .;'3 ; COMPANY A EMPLOYERS MUTUAL INSURANCE COMPANY INSURED I COMPANY Cr F! "` ` t • 'K - B EMPLOYERS MUTUAL INSURANCE COMPANY GOLDENWEST FENCE, IhC. COMPANY P.O. BOX 946 WESTMINSTER, CA 92683 COMPANY D 'I COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTINITHSTA.NOING ANY P.EOUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. cXCLUSIONS AND CONDITIONS OF SUCH POL!C!ES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE (MWDD/YY) DATE (MMIDD /YY) GENERAL LIABILITY GENERAL AGGREGATE '$ 2,000,000 X 'COMMERCIAL GENERAL LIABILITY BD84$87 -00 NOV 6 99 NOV 6 OO PRODUCTS - COMP /OP AGE. I $ 2,000,000 A,= 1CLAIMS MADE X ;OCCUR, ;PERSONAL BAOV INJURY $ ,000,000 I OWNER'S & CONTRACTOR'S PROT. " "' - - " "" " "" - I_ EACH OCCURRENCE I$ 1,000,000 - L I FIRE D MAGE(Any One Fire) $. 100,000 1 �MED. E %PEN$E(Any One Person) $ 5,000 AUTOMOBILE LIABILITY I ANY AUTO 8XB4587-99 NOV 6 99 NOV 6 00 COMBINED SINGLE OMIT $ 1,000,000 ALL OWNED AUTOS BODILY INJURY X I SCHEDULED AUTOS I (Per Person) $ B; Xy'HIREDAUTOS i. BODILY INJURY is X NON -OWNED AUTOS j (Per AccitlenU PROPERTY DAMAGE $ 'GARAGE LIABILITY AUTO ONLY. EA ACCIDENT $ I ANY AUTO .OTHER THAN AUTO ONLY: ! !. ..._.. ..... ..... . ... .. ........ ......_... ...... ._. ....... ................. EACH ACCIDENT I $ _. I - -- AGGREGATE $ EXCESS LIABILITY ! EACH OCCURRENCE is 1,000,000 -I 8J64587 -00 NOV 6 99 NOV 6 00 - /{� X .UMBRELLA FORM I .AGGREGATE $ 1,000.QQQ ! OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION AND' i STATUTORY LIMITS _ _ ___ EMPLOYERS' LIABILITY EACH ACCIDENT is THE PROPRIETOR/ INCL DISEASE - POLICY LIMIT i$ (PARTNERS /EXECUTIVE L---- -- -- -- ....- --- r— .._..... OFFICERS ARE EXCL DISEASE -EACH EMPLOYEE I$ i DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES /SPECIAL ITEMS ALL OPERATIONS - FENCING - JAMBOREE RE. & EASTBLUFF DRIVE, CONTRACT #3202 (B), P/C JOB #316 SUBCONTRACT #316 -4 ADDITIONAL INSURED PER ATTACHED CG7174 6 -94 30 DAYS NOTICE COMPANY ELECTION EXCEPT FOR NON - PAYM ... ..._. _... .., .. 1, 1. 1........ .. ..... .., CERTIFICATE HOLDER _ CANCELLATION _,.,., -, -, CITY OF NEWPORT BEACH CITY CLERK 3300 NEWPORT BLVD. NEWPORT BEACH, CA 92658 -8915 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE E %PIRATiON DATE THEREOF, THE ISSUING COMPANY WILL MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. - -- .._... - - - -. SiYY t� 0 GOLDM WEST FENCE COMPANY Cann 1111W am" Uabft Policy #81)84587 Effective 11/6/99 Expires 11/6/00' THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED — CONSTRUCTION CONTRACTS This endorsement modifies the insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Name of Person or Organization as Additional Insured Contract# or Location SEE BELOW SEE BEr.CW WHO IS AN INSURED (Section 10 is amended to Include as in Insured any person or organization (called Additional Insured) whom you am required to add as an Additional Insured on this policy under s written contract or agreement where a Certificate of Insurance showing that person or organization as an Additional Insured has been issued. The written contract or agreement must be: (a) currently in effect or becoming effective during the term of this policy; and (b) executed prior to the "bodily injury" or "property damage ". The insurance provided to the Additional Insured is limited as follows: 1. That person or organization Is only an Additbnal insured with raped to liability arising out of your ongoing operations performed for that Additional Insured by or for you. 2. The limits of insurance applicable to the Additional Insured are those specified in the Declarations for this policy or in the written contract or agreement, whichever is lower. These limits of Insurance are inclusive of and not In addition to the limits of insurance shown in the Declarations. 3. The insurance provided to the Additional Insured does not apply to "bodily injury. "Property damage ". "personal injury or "advertising injury" arising out of an architect's, engineers, or surveyors rendering of or failure to'render any professional services including: a. The preparing, approving, or failing to prepare or approve maps, drawings, opinions, reports, surveys, change orders, design or specifications; and b. Supervisory, inspection, or engineering services. 4. Any coverage provided hereunder shall be excess over any other valid and collectible insurance available to the Additional Insured whether primary, excess, contingent or any other basis. unless a contract specifically requires that this insurance be primary, or you request that It apply on a primary basis. 5. All other terms and conditions of this policy remain unchanged. Name of Person or Organization Contract# or Contract Location: as Additional Insured: Cg�ITY OF NEWPORT BEACH CITY CLERK JAMBOREE & EASTBLUFF DRIVE 3300 NEWPORT BLVD. JOB #316 NEWPORT BEACH, CA 92658 -8915 Fare+ CG7174 (ED. 694) J_ - • • CITY CLERK CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P.O. Box 1768 Newport Beach, CA 92658 -8915 until 11:00 AM on the 13TH day of MAY 1999, at which time such bids shall be opened and read for JAMBOREE ROAD /EASTBLUFF DRIVE INTERSECTION IMPROVEMENT Title of Project Contract No. 3202 (B) $670,580.00 Engineer's Estimate 7 A oved by4 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 Tony Brine, Project Manager at (949) 644 -3311. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD /EASTBLUFF DRIVE INTERSECTION IMPROVEMENT CONTRACT NO. 3202 (B) TABLE OF CONTENTS NOTICE INVITING BIDS .......................................................... ............................... Cover INSTRUCTIONS TO BIDDERS ........................................................ ..............................1 BIDDER'S BOND ............................................................................... ..............................3 DESIGNATION OF SUBCONTRACTOR( S) ...................................... ..............................4 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................5 NON - COLLUSION AFFIDAVIT .......................................................... ..............................6 NOTICE TO SUCCESSFUL BIDDER ............................................... ..............................7 CONTRACT...................................................................................... ..............................8 LABOR AND MATERIALS BOND .................................................... .............................14 FAITHFUL PERFORMANCE BOND ................................................ .............................16 PROPOSAL.................................................................................... ...........................PR -1 SPECIALPROVISIONS ................................................................. ...........................SP -1 PAGE 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD /EASTBLUFF DRIVE INTERSECTION IMPROVEMENT CONTRACT NO. 3202 (B) 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 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. 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 2 The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act ". 10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. W 51blb A, CIS C�?i Contractor's License No. & Classific tion Bidder C� � LN v A rized Signature/Title V / i rew- iK.q cml�cC VJTAC- • PAGE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD /EASTBLUFF DRIVE INTERSECTION IMPROVEMENT CONTRACT NO. 3202 (B) DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he /she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10, Subcontract Work Subcontractor Secret 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD /EASTBLUFF DRIVE INTERSECTION IMPROVEMENT CONTRACT NO. 3202 (B) TECHNICAL ABILITY AND EXPERIENCE REFERENCES PAGE 5 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 p�Name /Agency To Contact Number Jqq� CICgo fTotra r5(OPe &Cti0trdNi>',Me4er L;/IP)S -iq Illol Iq I� FI1o� yrdgNyy�intenance7ltrnoufi5 /1WIIA�1 �%CIc�1rJ(v2 5� ��a��� Gl'►W�ti�cQl1Z1�tAno �_81P�) lad %•2566 I�qS- ylo�etDt2iiNa G Cali P-aks� Y S L I I (i{1eYt C714 10 2 ZS�q chatitA�q�� frhj�ywall R -ClIal al MCCg1 'e� L�10N -q�?* I��� Galt�a�y TeffrsoH /G6g,�c &4+ 41 I'wgitieeviKa C)ns}rucli'mt idder Auth rized nature(fitle Seclei�� `({ZUYel • • PAGE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD /EASTBLUFF DRIVE INTERSECTION IMPROVEMENT CONTRACT NO. 3202 (B) NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of OfaindfZ ) 0 �y bein first duly sworn, deposes and say th�t."he or she is Vi�eN evl tiYeQ- of Fe ew�Dw� 17asc6ckera] FAw.ill iLi iRl'�` y fining the foregoing bid; that thdfbid is not made in the int rest of, or on be Half of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. P�wyoh /Ctaac t;(MdYAI RIilcaiKA Com41 ct� 1411 C. v �i✓ lldremdC4. cYc� Bidder Authoriz d Si ature/Title Subscribed and sworn to before me this JL day of MA 19-" [SEAL] Notary Public �YY— J KAT }1EZNA VON SCHONFELDT My Commission Expires: r Commission # 1157109 ,.y Notary Public - California ; "•`" Orange County My Comm. Expires Sep 28. RID 1 PAGE 7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD /EASTBLUFF DRIVE INTERSECTION IMPROVEMENT CONTRACT NO. 3202 (B) NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of receipt Notice of Award to the successful bidder: • CONTRACT • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND • CERTIFICATE(S) OF INSURANCE • GENERAL LIABILITY INSURANCE ENDORSEMENT • AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 0 0 PAGE 8 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD /EASTBLUFF DRIVE INTERSECTION IMPROVEMENT CONTRACT NO. 3202 (B) CONTRACT THIS AGREEMENT, entered into this 24th day of May, 1999, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Peterson -Chase General Engineering Construction, Inc, hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: JAMBOREE ROAD /EASTBLUFF DRIVE INTERSECTION IMPROVEMENT Project Description 3202 (B) Contract No. WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, City and Contractor agree as follows: A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 3202 (B), Standard Specifications for Public Works Construction (current adopted edition and all supplements) and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents "). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. B. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: All of the work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 0 PAGE C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of One Million Thirteen Thousand Nine Hundred and Six Dollars ($1.013,906.00). This compensation includes: (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (3) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Tony Brine (949) 644 -3329 F. LABOR CODE 3700 LIABILITY INSURANCE hereby certifies: Peterson -Chase General Engineering Construction Inc. 1792 Kaiser Avenue Irvine, CA 92614 -5706 Attn: Dick Vogels, Vice President 949 - 252 -0441 Contractor, by executing this Contract, "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self - insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. 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 • i PAGE 10 insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. 1. Minimum Scope of Insurance Coverage shall be at least as broad as: a) Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0001 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. b) Insurance Services Office Business Auto Coverage form number CA 0001 0187 covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. c) Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 2. Minimum Limits of Insurance Coverage limits shall be no less than: a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. c) Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. 3. Deductibles and Self- Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or 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. PAGE 11 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages City, its officers, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. ii. Contractor's insurance coverage shall be primary insurance and /or primary source of recovery as respects City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, officials, employees and volunteers. iv. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. v. The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. b) Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against City, its officers, officials, employees and volunteers for losses arising from work performed by Contractor for City. c) All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. 5. Acts of God Pursuant to Public Contract Code Section 7105, 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 PAGE 12 amount provided that the Work damaged is built in accordance with the plans and specifications. 6. 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. H. RESPONSIBILITY FOR DAMAGES OR INJURY City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the sole or active negligence or willful misconduct of City, its officers or employees. 4. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 5. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in H.3, above. The rights and obligations set forth in this Article shall survive the termination of this Contract. 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. Page 13 CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. K. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above.,,oem,0,F\ ATTEST: CITY CLERK APPROVED AS TO FORM: CI Y A EY CITY OF NEWPORT BEACH A Municipal Corporation Dennis D. O'Neil, Mayor PETERSON -CHASE GENERAL ENGINEERING CONSTRUCTION, INC. By !N Au riz , Suture and T' ACORD CERTIFICAT60F LIABILITY INSU C�PID NM DATE (M i 9) PRODUCER THIS CERTIFICATE 15 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE J. Gregory Brown 6 Co., Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1900 Ave of the Stars, 8th Fl. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Los Angeles CA 90067 COMPANIES AFFORDING COVERAGE S. Troy Bagwell COMPANY Phone No. 310- 785 -1100 Fa.No. 310- 785 -1379 A Lexington Insurance Company tt' INSURED COMPANY B Hartford Insurance Company t X✓ Peterson /Chase General Engineering Construction, Inc. COMPANY C Fremont Compensation COMPANY D 1792 Kaiser Avenue Irvine, CA 92714 COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE(MM/DD/YY) POLICY EXPIRATION DATE(MM /DD/YY) LIMITS GENERAL LIABILITY GENERAL AGGREGATE 22,000,000 A X COMMERCIAL GENERAL LIABILITY 5359905 01/01/99 01 /01 /00 PRODUCTS COMP /OPAGG 52,000,000 CLAIMS MADE 1XI OCCUR PERSONAL s ADV INJURY $1,000,000 EACH OCCURRENCE S1,000,000 OWNER'S a CONTRACTOR'S PROT FIRE DAMAGE (Any one fire) $100,000 MED EXP (Any one person) $5,000 B AUTOMOBILE LIABILITY ANY AUTO 72UENGL3482 02/19/99 01 /01 /00 COMBINED SINGLE LIMIT $1,000,000 X BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS X BODILY INJURY (Per accident) S HIRED AUTOS NON -OWNED AUTOS X PROPERTY DAMAGE S GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN AUTO ONLY: ANY AUTO EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ AGGREGATE S UMBRELLA FORM S OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND EMPLOYERS' LIABILITY X TORY LIMITS OER EL EACH ACCIDENT $1,000,000 L. THE PROPRIETOR/ X INCL PARTNERS /EXECUTIVE OFFICERS ARE: EXCL WN9978231301 01/01/99 01/01/00 EL DISEASE- POLICY LIMIT $1,000,000 EL DISEASE- EA EMPLOYEE $1,000,000 OTHER DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES /SPECIAL ITEMS R 'Jamboree Road /Eastbluff Drive Intersection Improvement,Contract #3202(B) P7C Job 316. As respects to General Liability and Automobile Liability, they Certificate Holder is named as Additional Insured. The Insured's coverage shall be primary insurance. (Form 11/140296 is attached.) As respects to Workers' Com ensation, Waiver o£ Subrogation a lies. *10 -da s for non _payment CERTIFICATE HOLDER CANCELLATION NEWPORI SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENBGAI/GR TO MAIL City of Newport Beach 3O • DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Public Works Department Attn: Tony Brine BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 3300 Newport Blvd. OF ANY KIND UPON THE C ITLAgFNTS OR REPRESENTATIVES. AUTHORIZED REPRESENT Newport Beach CA 92663 S. Troy Bagwel ACORD 25 -S (1 /95) ' ACC RD CORPORATION 1988 RECE!!/EE MAY '"n4 POLICY NUMBER: 5359905 COMMERCIAL GENERAL LIABILITY NAMED INSURED: Peterson/Chase General Engineering Construction, Inc. THIS ENDORSEMENT CH INGES THE POLICY. READ IT CAREFULLY. ADDITIONAL INSURED - OWNER, LESSEES OR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. WHO IS AN INSURED (Section In is amended to include as an insured the person or organization you have agreed to add to this policy as an additional insured but only with respect to liability arising out of your ongoing operations for that additional insured and subject to the following: I. You have agreed in a written contract to add chat person or organization as an additional insured to your . liability insurance policy; 2. A certificate of insurance has been issued by to showing the person or organization as an additional insured; 3. This endorsement will not take effect for the benefit of any additional insured unless the preceding occurs prior to loss and during the policy period and 4. The coverage provided the additional insured is the lesser of the following: a. Tie terms, conditional and limits of the policy; or b. The contract requirements. B. Paragraph -t. Othe. Insurance of COMMERCIAL GEN—ERAL LLABILITY CONDITIONS (Section IV) is amended by me addition of the following: The coverage provided the additional inst:red is primary and any liability insurance policy where the additional insured is a named insured will be considered excess insurance. For any damages covered by [his policy. we will not seek contribution tram the preceding described excess insurance for our named insured's liability impmed to this additional insured. This paragraph B. does not apply unless we have issued a certificate of insurance showing that our policy is primary and the additional insurea's policy is not contributory. NAME OF PERSON' OR ORGANIZATION': City of Newport Beach, its officers, officials, employees and volunteers _. 1te: Jamboree Road /Eastbluff Drive Intersection Improvement Contract No. 3202 (B), P/C Job No. 316 MLI 904 0196 JUN -11 -1999 FRI 09:12 AN • FAX N0. • P. 01/05 KCAL- SURANCE COMMERCIAL DEPARTMENT FAX COVER SHEET DATE: 6/11/1999 TIME: 9:06 A, M. TOTAL NO. OF PAGES INCLUDING COVER (5 ) TO FROM FAX NO.: (949)6443318 FAX NO.: (714)939.1654 COMPANY: City of Newport Beach SENDER: Celia James ATTENTION: Shauna PHONE NO.: (714)940 -6828 RE: City of Newport Beach Certificate of Insurance - Peterson /Chase General DearShauna: Enclosed Is the certificate of insurance checked for you on Peterson /Chase General. Everything looks fine with this certificate. Should you have any questions with regards to this, feel free to give me a call. Thank you. Celia 333 City Boulevard Wce6 Orange, CA 92868 • P.O. Box 7048, Orange, CA 92868 -70,18 • 714- D39.0800 - 714.939.1651 • CITY OF NEWPORT BEACH • PUBLIC WORKS DEPARTMENT PROPOSAL JAMBOREE ROAD AND EASTBLUFFF DRIVE INTERSECTION IMPROVEMENTS CONTRACT NO. 3202(8) To The Mayor and the Members of the City Council City of Newport Beach P.O. Box 1768 Newport Beach, CA 92659 -1768 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all work required to complete this Contract No. 3202(B) in accordance with the Plans and Special Provisions, and will take in full payment therefore the following units prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Mobilization @ k,iVIZ4-�u ollars and ho Cents $ DODO $�7Toa Per Lump Sum 2. Lump Sum Traffic Handling (Stages 1 & 2 ilz 1{ }irOtt ollars �4,voo: o � oCO,QD and °" i 20 00 Cents $�� Per Lump Sum 3. Lump Sum Clearing and Grubbing @ Dollars and DD Q0— Cents $ C) n� w - $ LC), U�G' Per Lump Sum ITEM 4. 6.1 1:11 7 E 0 • QUANTITY ITEM DESCRIPTION AND UNIT UNIT PRICE WRITTEN IN WORDS • PR 1.2 UNIT TOTAL PRICE PRICE 490 Remove Retaining Curb Lineal Feet @ Dollars and n0 Cents $ $ �)92p_oo Per Lineal Foot 110 Remove Retaining Wall Lineal Feet @ -- 44\iCb�1 Dollars and Cents $ 9-jaq�,- $.� Per Lineal Foot Lump Sum Remove Bus Stop Bench @ Dollars and ho Cents $ 200, °O $ 2-W-0" Per Lump Sum 21 Remove Trees EA @ Dollars and (t0 Cents $. °¢ $ (8 co. Per Each 730 Unclassified Excavation CY @ Dollars and no Cents $ $ 21 nee Per Cubic Yard 800 Raw Slope Excavation CY @ Dollars and hta Cents $ Per Cubic Yard r �I ITEM 10. 11 12. 13. 14. 15 • • PR 1.3 QUANTITY ITEM DESCRIPTION UNIT TOTAL AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 400 Raw Slope Fill CY @ Dollars and w C\C� Cents $ �• — $ � Per Cubic Yard 333 Construct Crushed Miscellaneous Base CY @ �AC�,A Dollars and (l0 Cents $ Per Cubic Yard 300 Construct Asphalt Concrete Ton Base Course @ Dollars and �U Cents $ Per Ton 115 Construct Asphalt Concrete Ton Finish Course /Overlay @ Dollars and Cents $ Per Ton 2,200 Cold Plane AC Pavement (2" Nominal) SF @ Dollars and f\0 Cents $ Per Square Foot 590 Construct 8" PCC Curb & Gutter Type A LF @ Dollars and `(BCD Cents $ 2--C) $ Per Lineal Foot L ITEM QUANTITY AND UNIT 16. 17 In 19. got 21 ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS • PR 1.4 UNIT TOTAL PRICE PRICE 115 Construct 6" PCC Curb Type B LF @ n Dollars and nD Cents $\` .CD $ ZO20—, Per Lineal Foot 5620 Construct 4" PCC Sidewalk SF Dollars and Cents $ C $ 2_,Z CO- Per Square Foot 160 Construct 4" Pattern Stamped Concrete SF 1 @ Dollars and �0 Cents Per Square Foot 460 Construct PCC Curb Access Ramp SF @ Dollars and _ rU Cents Per Square Foot 520 Construct PCC Wall Gutter LF @ Dollars and l \tb Cents $ Q . aL $ U 2A0. � Per Lineal Foot 311 Construct PCC Ret Wall (H =6', level backfill) LF Q�&V,iA Dollars and Cents $7' Per Lineal Foot a • • PR 1.5 ITEM QUANTITY ` AND UNIT 22 23. 24 e�� 26. 27 ITEM DESCRIPTION UNIT UNIT PRICE WRITTEN IN WORDS PRICE TOTAL PRICE 205 Construct PCC Ret Wall (H =6', 2:1 backfill) LF @ \-i,)(\clA Dollars and �n Cents $� s 5a A Per Lineal Foot 4 Construct PCC Ret Wall (H =8', level backfill) LF 11 VCQ V 1_ @ A\J09A Dollars and (lO Cents $ 7 •qg�- $ \Zm.C3 Per Lineal Foot 75 Construct PCC Ret Wall (H =10', level backfill) LF ` p @ thCeP �Aoxx �C 3 Dollars and ND Cents $� $ZZ� Per Lineal Foot 540 Furnish and Install W14x82 Steel Soldier Piles LF @ e_\C� \k A _�W -0 Dollars and t7cJ ents $ � Z$ O (�0 C — $ 44} Per Lineal Foot 81 Furnish and Install W1 4x61 Steel Soldier Piles LF @ Dollars and C\U Cents $ o $ -1 Lq Q. 0o Per Lineal Foot 352 Furnish and Install W12x50 Steel Soldier Piles LF ��L @ e��Y« 1 - \X Dollars and p nn Cents $ $ 2�2 Per Lineal Foot ITEM 28. 92 30. 31 32. 33 `. • PR 1.6 QUANTITY ITEM DESCRIPTION UNIT TOTAL AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 34 Construct Tieback/Anchor System EA `_� f� @ 4 i ^��c ec� IYJN(W Dollars and n� Cents $1`hl� $ 1 2 Per Each 74 Construct Concrete Encasement for CY Soldier Piles @ CM hOMZA -�tk�-A Dollars and C\4 Cents $ ���•�� $ � Per Cubic Yard 103 Construct Cement Slurry for Soldier Piles CY \ �--__\\ @ l�� h��L�� �SLrl Dollars and Cents $ \ZO. $ �Zt3(p0• °C� Per Cubic Yard 3500 Furnish and Install Wood Lagging SF @ �l�J�(�� 1 Dollars and nC� Cents $ $� Per Square Foot 95 Construct Structural Concrete Facing CY �n Dollars and Cents Per Cubic Yard 798 Construct Cable Railing w/ Black LF Vinyl Coating @ Nm Dollars and (�Cents $� Per Lineal Lineal Foot PR 1.7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 34. 270 Construct 5' CL Fence w/ Black LF Vinyl Coating @ e Dollars —Cents and 00 Per Lineaf Foot 35. 98 Construct Anodized Aluminum Railing LF @ Dollars �— and b (�O Cents $1(o C). 0—b $A5 � LaQ Per Lineal Foot 36. 116 Construct Gravel and Redwood Header LF Improvement @ Dollars and ny Cents $ CID 2 •CL0_ Per Lineal Foot 37. Lump Sum Construct Drainage System Improvement @ \dam AA)0,)n. h r9 Dollars and C1Ci Cents $�QQQ_� $ SCE. cg Per Lump Sum 38. 1 Relocate Air/Vacuum Release Assembly EA c1\ <t Dollars and (\b Cents $�tl1CD.� $' Per Each 39. 1 Relocate Fire Hydrant EA @6+a nA �\t Z:_ 1 "Dollars and Cents $25 M,92° $Z� Per Each ITEM 40. 41 W 43 03 QUANTITY AND UNIT 7 EA ID ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS • PR 1.8 UNIT TOTAL PRICE PRICE Relocate Signal and St Lighting Pull Boxes @�uA �JALcA --,RrN �Aollars and �D Cents $ Per Each 3 Relocate Cathodic Protection Test Station EA zc� @ ,cWU c9J k,Jch ollars and Cents $ $ —1, S coo Per Each 1 Adjust Water Valve to Grade EA p @ S.va� �'�arsnc9 ��� hollars and pc Cents $ Per Each Lump Sum Relocate Interfering Sewer Lateral and Reconnect @ -V(\«-Q- -\.NA-bn,N3 Dollars and Cents $ —a: — $ 2J CC)O• 'IQ Per Lump Sum Lump Sum Install Stage 1 Temp Traffic Signal System @ Dollars and Cents $ ZA `�oc� $ u.uz),cl' Per Lump Sum 45. Lump Sum Install Stage 2 Temp Traffic Signal System @lC \iC�`L�c� Dollars and CD- h(� Cents $4'' $ Per Lump Sum ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT PRICE WRITTEN IN WORDS 46. Lump Sum Install Permanent Traffic Signal System PR 1.9 UNIT TOTAL PRICE PRICE @�UC�Ut`Q �hQJAr� Dollars and YV� —Cents $4\k0()6.LO $ Per Lump Sum 47. Lump Sum Install Signing and Striping @ QD,,* � n� UL oars �� ' and CCU Cents $�5�,� $ Per Lump Sum 48. Lump Sum Install Landscaping and Irrigation @c-i et i, \ AA��Nd Dollars and Cents Per Lump Sum Per Lump Sum 49. Lump Sum 60 Day Plant Establishment Pe @ -\ 9iZ �h3Ls�rc� �� ����i7o`li ri�rio��d ars and NL Cents $?`�� � Per Lump Sum and .V 01 3I otov - Nb Cents $ I.M4,ZO(O.c-°— TOTAL BID PRICE (WORDS) TOTAL BID PRICE (FIGURES) IN Date' idder's Telephone Number Bidder's License No(s). and Classification(s) 1P,t-Gi�sbu.��.�tGiSt uehWU� F,�tAIk2P,VIuAI,DlnSiNi�� Bidder s and A, qzu�- 6 Y 06 Bidder's Address 1� JSICI b May 24, 1999 4IFil i_ c{ CITY COUNCIL AGENDA APPROVED ITEM NO. 14 TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: JAMBOREE ROAD /EASTBLUFF DRIVE INTERSECTION IMPROVEMENTS - AWARD OF CONTRACT NO. 3202 B RECOMMENDATIONS: 1. Approve the Plans and Specifications. 2. Award Contract No. 3202B to Peterson -Chase General Engineering Construction, Inc. for the Total Bid Price of $1,013,906.00, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $101,000.00 to cover the cost of unforeseen work. 4. Approve a budget amendment appropriating $614,906.00 to Account No. 7261 - 05200473 from the unappropriated Circulation and Transportation Fund Reserves. 5. Approve a budget amendment appropriating $50,000.00 to Contributions Fund, Account No. 7251- C5200473. DISCUSSION: At 11:00 A.M on May 13, 1999, the City Clerk opened and read the following bids for this project: TOTAL BID AMOUNT $817,770.00 $1,014,206.00 $1,059,799.00 $1,060,364.90 $1,134,738.50 $1,191,644.00 $1,259,801.00 *Corrected Bid Amount is $ 1,013,906.00 The low bidder, MJ Contractor, submitted written notice on May 14, 1999, asking the City to withdraw their bid proposal because of a bid mistake. The contractor specified in the notice in detail how the mistake occurred, and the mistake made the bid materially different than they intended it to be. The mistake was made in filling out the bid and not due to error in judgment or to carelessness in inspecting the site of the work, or in reading the plans or BIDDER Low MJ Contractor 2 Peterson -Chase 3 Beador Construction Company 4 GCI Construction Company 5 Griffith Company 6 KEC Engineering 7 Shawnan TOTAL BID AMOUNT $817,770.00 $1,014,206.00 $1,059,799.00 $1,060,364.90 $1,134,738.50 $1,191,644.00 $1,259,801.00 *Corrected Bid Amount is $ 1,013,906.00 The low bidder, MJ Contractor, submitted written notice on May 14, 1999, asking the City to withdraw their bid proposal because of a bid mistake. The contractor specified in the notice in detail how the mistake occurred, and the mistake made the bid materially different than they intended it to be. The mistake was made in filling out the bid and not due to error in judgment or to carelessness in inspecting the site of the work, or in reading the plans or SUBJECT: Jamboree Road/Eastbluff DOIntersection Improvements -Award Of Contract No. 340B May 24, 1999 Page: 2 specifications. With the bid from MJ Contractor withdrawn, the low bidder becomes Peterson - Chase. Peterson -Chase possesses a General Engineering Contractor "A" license as required by the project specifications. Peterson -Chase has satisfactorily completed similar projects. The Jamboree Road /Eastbluff Drive intersection improvements include the construction of a free right -turn lane from eastbound Eastbluff Drive to southbound Jamboree Road. A free right -turn lane allows traffic to complete a right turn without stopping. The intersection of Jamboree Road and Eastbluff Drive /Ford Road is one of the busiest in the City, especially in the morning peak hour when commuter traffic and school traffic from Corona del Mar High School coincide. At peak hours, traffic backs up along eastbound Eastbluff Drive, in part, because cars are restricted from turning right on a red light. The construction of the free right turn lane will improve the level of service and the operation of the intersection. Construction of the project improvements will affect two adjacent properties, the St. Mark Presbyterian Church and the apartments located just south of the church. During the design process, numerous meetings were held with representatives of both the St. Mark Presbyterian Church and the apartment owners to address their questions and concerns. The church and apartment properties are situated approximately 10 to 15 feet higher than Jamboree Road. The existing slope adjacent to Jamboree Road is steep, has eroded, and shows signs of instability. Because of the slope height, and in an effort to minimize extensive slope excavation, a complex retaining wall system including cantilever and tieback walls was chosen as the preferred retaining wall design. The finished face of the new retaining wall adjacent to the sidewalk will be architecturally treated in a "random river rock" pattern. The river rock color will be a mix of bronze, amber, green, and terracotta. Extensive landscaping and irrigation improvements are also planned for the project. In exchange for the slope repair, retaining wall, and landscaping improvements, St. Mark Presbyterian Church and the apartment owners have both agreed to dedicate the needed right -of -way for the project to the City. The total bid amount is 51% above the Engineer's Estimate of $670,580.00. The reasons for the higher than expected bids on this project are varied. The construction of the complex retaining wall system requires specialized subcontractors to construct the structural tiebacks and the soldier pile wall. A review of the bid summary would show that the costs involved in the construction of these specialized items were the primary difference between the engineers estimate and the bid amount. Also, the costs associated with the "river rock" facing of the wall were also higher than projected. This type of architecturally treated wall is unique and certainly atypical of the majority of retaining walls constructed. With so few of this type of wall constructed, it is difficult to estimate the construction cost in today's fluid competitive bid environment. Excluding the bid that was withdrawn, the next 5 bids came in within 15% of each other. This indicates that the prices bid for the project are very competitive and that rebidding will not change the price significantly. Funding for the project will come primarily from the Circulation and Transportation Fund • Account No. 7261- C5200473. An Agreement also exists between the City, The Irvine Company, and Barry Eaton, President of the Eastbluff Homeowners Association, with regards to funding for this project. The Irvine Company will contribute to the City an amount of 0 SUBJECT: Jamboree RoadlEastbluff Driveiff2rse ton Improvements - Award Of Contract No. 32020 May 24, 1999 Page: 3 between $50,000 and $100,000.00 for the design and construction of this project. This is based on a Fair Share contribution for the Bonita Canyon development. The fair share has not been determined and their contribution will be adjusted if necessary. In the current budget, $450,000.00 remains for the construction of this project. With the estimated contribution of $50,000.00 from The Irvine Company, a budget amendment will be needed to appropriate $614,906.00 to Account No. 7261- C5200473 from the unappropriated Circulation and Transportation Fund Reserves and $50,000.00 to the Contributions Fund, Account No. 7251- C5200473. It is recommended that this project be awarded. This is one of the busiest intersections in the community during peak hours. The addition of the right turn lane will help ease the congestion and has a high priority for improving the flow of traffic leaving the high school area. Because of the right -of -way and hillside constraints this is a very expensive project and there are no improvements that can be made easily. This project has a high priority among intersection improvements that can be made at this time. Respectfully submitted, C. I PUBLIC WORKS DEPARTMENT Don Webb, Director By: Antony Brine, .E� Senior Civil Engineer Attachments: Project Location Map Bid Summary Letter dated May 17, 1999 F:\ Users \PBW\SharedlCOUNCIL\FY9 8-99 \May- 24\Jamboree- Eastbluff C- 3202B.doc JAMBOREE ROAD /EASTBLUFF DRIVE INTERSECTION IMPROVEMENT 0 0 TITLE: Jamboree Road /Eastbluff Drive Intersection /"IIAITO A/ 7 Kll - ENGINEER'S ESTIMATE: PROJECT MANAGER: Tony Brine 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BID LOCATION: City Clerk's Office DATE:5 /13/99 TIME:11:00 BY: Mary Locey CHECKED: f.*\u rm\pbw\shared\oontmct\98\Bid Summary 0-3202 B.xls Engineer's Estimate MJ Contractor ITEM DESCRIPTION QUANTITY UNIT AMOUNT UNIT AMOUNT 1 Mobilzation 1 LS $15,000.00 $15,000.00 $50,000.00 $50,000.00 2 Traffic Handling (Stages 1 & 2) 1 LS $15,000.00 $15,000.00 $50,000.00 $50,000.00 3 Clearing &Grabbing 1 LS $3,000.00 $3,000.00 $10,000.00 $10,000.00 4 Remove Retaining Curb 490 LF $3.00 $1,470.00 $10.00 $4,900.00 5 Repave Retaining Wall 110 LF $30.00 $3,300.00 $35.00 $3,850.00 6 Repave Bus SloplBench 1 LS $600.00 $600.00 $300.00 $300.00 7 Remove Trees 21 EA $400.00 $8,400.00 $350.00 $7,350.00 8 j Unclassified Excavation 730 CV $25.00 $18,250.00 $35.00 $25,550.00 9 Raw Slope Excavation 800 Cy $5.00 $4,000.00 $35.001 $28,000.00 10 Raw Slope Fill 400 Cy $2.00 $800.00 $50.00 $20,000.00 11 Construct Crushed Miscellaneous Base 333 Cy $25.00 $8,325.00 $35.00 $11,655.00 12 Constract Asphalt Concrete Base Course 300 TN $40.00 $12,000.00 $60.00 $18,000.00 13 Construct 2" Asphalt Concrete Finish Course /Overlay 115 TN $42.00 $4,830.00 $85.00 $9,775.00 14 Cold Plane AC Pavement (2" Nominal) 2,200 SF $2.00 $4,400.00 $5.00 $11,000.00 15 Construct 8" PCC Curb & Gutter Type A 590 LF $15.00 $8,850.00 $25.00 $14,750.00 16 Construct 6" PCC Curb Type 115 LF $10.00 $1,150.00 $22.00 $2,530.00 17 Construct 4" PCC Sidewalk 5,620 SF $3.75 $21,075.00 $3.50 $19,670.00 18 Construct 4" Pattern Stamped Concrete 160 SF $7.00 $1,120.00 $5.00 $800.00 19 Construct PCC Curb Access Ramp 460 SF $6.00 $2,760.00 $5.50 $2,530.00 dML 20 Construct PCC Wall Gutter 520 LF $2.00 $1,040.00 $20.00 $10,400.00 21 Construct PCC Rat Wall (H =6') 311 LF $144.00 $44,784.00 $90.00 $27,990.00 22 Construct PCC Ret Wall (H= 6',2:1) 205 LF $150.00 $30,750.00 $90.00 $18,450.00 23 Construct PCC Ret Wall (H =8') 4 LF $280.00 $1,120.00 $90.00 $360.00 24 Construct PCC Ret Wall (H =10') 75 LF $300.00 $22,500.001 $90.00 $6,750.00 25 Furnish /Install W 14x82 Soldier Piles 540 LF $70.00 $37,800.00 $75.00 $40.500.00 26 Fumish /Install W 14x61 Soldier Piles 81 LF $51.00 $4,131.00 $75.00 $6,075.00 27 Furnish /Install W 12x50 Soldier Piles 352 LF $42.00 $14,784.00 $60.00 $21,120.00 28 Construct Tieback/Anchor System 34 EA $1,800.00 $61,200.00 $2,000.00 $68,000.00 29 Construct Concrete Encasement for Soldier Piles 74 Cy $50.00 $3,700.00 $275.00 $20,350.00 30 Construct Cement Slurry For Soldier Piles 103 Cy $50.00 $5,150.00 $275.00 $28,325.00 31 Fumish /Install Wood Lagging 3,500 SF $10.00 $35,000.00 $10.00 $35,000.00 32 Construct Structural Concrete Facing 95 GY $350.00 $33,250.00 $350.00 $33,250.00 33 Construct Cable Railing wBlack Vinyl Coating 798 Cy $15.00 $11,970.00 $15,001 $11,970.00 34 Construct 5' CL Fence wBlack Vinyl Coating 270 LF $20.00 $5,400.00 $25.00 $6,750.00 35 Construct Anodized Aluminum Railing 98 LF $50.00 $4,900.00 $200.00 $19,600.00 36 Construct Gravel & Redwood Header Improvement 116 LF $10.00 $1,160.00 $20.00 $2,320.00 37 Construct Drainage System Improvement i LS $2,100.00 $2,100.00 $15,000.00 $15,000.00 38 Relocate Air/Vacuum Release Assembly 1 EA $2,500.00 $2,500.00 $3,000.00 $3,000.00 39 Relocate Fire Hydrant 1 FA $2,500.00 $2,500.00 $5.000.00 $5,000.00 40 Relocate Signal and St Lighting Pull Boxes 7 EA $500.00 $3500.00 $200.00 $1,400.00 41 Relocate Cathodic Protection Test Station 3 EA $350.00 $1,050.00 $2,000.00 $6,000.00 42 Adjust Water Valve to Grade 1 EA $500.00 $500.00 $500.00 $500.00 43 Relocate Interfering Sewer Lateral and Reconnect i EA $1,500.00 $1,500.00 $7,000.00 $7,000.00 44 Install Stage 1 Temp Traffic Signal System 1 LS $2,500.00 $2,500.00 $18,000.00 $18,000.00 45 Install Stage 2 Temp Traffic Signal System 1 LS $2,500.00 $2,500.00 $34,000.00 $34,000.00 46 Install Permanent Traffic Signal Modifications 1 LS $50,000.00 $50,000.00 $25.000.00 $25,000.00 Alift 47 Install Signing and Striping 1 LS $5,000.00 $5,000.00 $10,000.00 $10,000.00 1p 48 Landscaping and Irrigation 1 LS $82,000.00 $82,000.00 $40.000.00 $40,000.00 49 60 Day Plant Estabishment 1 LS $1,010.00 $1,000.00 $5,000.00 $5,000.00 Contingency 60,961.00 Corrected Bid Amount EE 670,580.00 1 LOW 817,770.00 f.*\u rm\pbw\shared\oontmct\98\Bid Summary 0-3202 B.xls 0 TITLE: Jamboree Road /Eastbluff Drive Intersection Improvement CONTRACT NO.: 3202 (B) ENGINEER'S ESTIMATE: 5670,580.00 PROJECT MANAGER: Tony Brine f: \users \pbw\shared\contmct\98\Bid Summary 0-3202 B.xls 1' 40 40 Peterson -Chase Beador Construction Company ITEM DESCRIPTION QUANTITY UNIT AMOUNT UNIT AMOUNT 1 Mobilzation 1 LS $97,000.00 $97,000.00 $19,723.00 $19,723.00 2 Traffic Handling (Stages 1 & 2) 1 LS $34,000.00 $34,000.00 $50,000.00 $50,000.00 3 Clearing & Grubbing 1 LS $10,000.00 $10,000.00 $10,000.00 $10,000.00 4 Remove Retaining Curb 490 LF $8.00 $3,920.00 $10.00 $4,900.00 5 Remove Retaining Wall 110 LF $30.00 $3,300.00 $15.00 $1,650.00 6 Remove Bus Stop /Bench 1 LS $200.00 $200.00 $250.00 $250.00 7 Remove Trees 21 EA $300.00 $6,300.00 $200.00 $4,200.00 8 Unclassified Excavation 730 CY $30.00 $21,900.00 $20.001 $14,600.00 9 Raw Slope Excavation 800 CY $20.00 $16,000.00 $45.00 $36,000.00 10 Raw Slope Fill 400 CY $50.00 $20,000.00 $50.00 $20,000.00 11 Construct Crushed Miscellaneous Base 333 CY $40.00 $13,320.00 $62.00 $20,646.00 12 Construct Asphalt Concrete Base Course 300 TN $50.00 $15,000.00 $50.00 $15,000.00 13 Construct 2" Asphalt Concrete Finish Course/Overlay 115 TN $50.00 $5,750.00 $55.00 $6,325.00 14 Cold Plane AC Pavement (2" Nominal) 2,200 SF $2.00 $4,400.00 $2.00 $4,400.00 15 Construct 8" PCC Curb & Gutter Type A 590 LF $20.00 $11,800.00 $20.00 $11,800.00 16 Construct 6" PCC Curb Type B 115 LF $18.00 $2,070.00 $50.00 $5,750.00 17 Construct 4" PCC Sidewalk 5,620 SF $4.00 $22,480.00 $1.50 $8,430.00 18 Construct 4" Pattern Stamped Concrete 160 SF $20.00 $3,200.00 $20.00 $3,200.00 19 Construct PCC Curb Access Ramp 460 SF $8.00 $3,680.00 $7.00 $3,220.00 20 Construct PCC Wall Gutter 520 LF $12.00 $6,240.00 $14.00 $7,280.00 21 Construct PCC Rat Wall (H =6') 311 LF $280.00 $87,080.00 $350.00 $108,850.00 22 Construct PCC Ret Wall (H= 6',2:1) 205 LF $280.00 $57,400.00 $350.00 $71,750.00 23 Construct PCC Rat Wall (H =8') 4 LF $300.00 $1,200.00 $650.00 $2,600.00 24 Construct PCC Rat Wall (H =10') 75 LF $300.00 $22,500.00 $650.00 $48,750.00 25 Furnish/Install W 14x82 Soldier Piles 540 LF $82.00 $44,280.00 $90.00 $48,600.00 26 Fumish /Install W14x61 Soldier Piles 81 LF $90.00 $7,290.00 $90.00 $7,290.00 27 Furnish /Install W 12x50 Soldier Piles 352 LF $86.00 $30,272.00 $90.00 $31,680.00 28 Construct Tieback/Anchor System 34 EA $1,800.00 $61,200.00 $1,500.00 $51,000.00 29 Construct Concrete Encasement for Soldier Piles 74 CY $140.00 $10,360.00 $425.00 $31,450.00 30 Construct Cement Slurry For Soldier Piles 103 CY $120.00 $12,360.00 $360.00 $37,080.00 31 Furnish/Install Wood Lagging 3,500 SF $20.00 $70,000.00 $17.50 $61,250.00 32 Construct Structural Concrete Facing 95 CY $770.00 $73,150.00 $800.00 $76,000.00 33 Construct Cable Railing w /Black Vinyl Coating 798 CY $9.00 $7,182.00 $7.50 $5,985.00 34 Construct 5' CL Fence w/Black Vinyl Coating 270 LF $18.50 $4,995.00 $26.00 $7,020.00 35 Construct Anodized Aluminum Railing 98 LF $160.00 $15,680.00 $150.00 $14,700.00 36 Construct Gravel & Redwood Header Improvement 116 LF $17.00 $1,972.00 $20.00 $2,320.00 37 Construct Drainage System Improvement 1 LS $5,000.00 $5,000.00 $17,500.00 $17,500.00 38 Relocate Air/Vacuum Release Assembly 1 EA $3,000.00 $3,000.00 $2,500.00 $2,500.00 39 Relocate Fire Hydrant 1 FA $2,500.00 $2,500.00 $3,500.00 $3,500.00 40 Relocate Signal and St Lighting Pull Boxes 7 FA $275.00 $1,925.00 $300.00 $2,100.00 41 Relocate Cathodic Protection Test Station 3 EA $2,500.00 $7,500.00 $4,000.00 $12,000.00 42 Adjust Water Valve to Grade 1 FA $2,500.00 $2,500.00 $500.00 $500.00 43 Relocate Interfering Sewer Lateral and Reconnect 1 EA $3,000.00 $3,000.00 $3,500.00 $3,500.00 44 Install Stage 1 Temp Traffic Signal System 1 LS $21,000.00 $21,000.00 $20,000.00 $20,000.00 45 Install Stage 2 Temp Traffic Signal System 1 LS $30,000.00 $30,000.00 $33,500.00 $33,500.00 46 Install Permanent Traffic Signal Modifications 1 LS $41,000.00 $41,000.00 $40,000.00 $40,000.00 47 Install Signing and Striping 1 LS $8,500.00 $8,500.00 $6.000.00 $6,000.00 48 Landscaping and Irrigation 1 LS $78,000.00 $78,000.00 $50,000.00 $50,000.00 49 160 Day Plant Estabishment i LS $2,500.00 $2,500.00 $15,000.00 $15,000.00 lContingency Corrected Bid Amount 2ND 1,013,906.00 3RD 1,059,799.00 f: \users \pbw\shared\contmct\98\Bid Summary 0-3202 B.xls 1' 40 40 Ll 0 0 0 TITLE: Jamboree Road /Eastbluff Drive Intersection Improvement CONTRACT NO.: 3202 (B) ENGINEER'S ESTIMATE: $670,580.00 PROJECT MANAGER: Tony Brine f.'\U emlpbwlsharedtcontmet1981Bid Summary C -3202 B.xls GCI Construction Company Griffith Company ITEM DESCRIPTION QUANTITY UNIT AMOUNT UNIT I AMOUNT 1 Mobilzation 1 LS $40,000.00 $40,000.00 $95.0oo.001 $95,000.00 2 Traffic Handling (Stages 1 & 2) 1 LS $30,000.00 $30,000.00 $6,500.00 $6,500.00 3 Cleanng 8 Grubbing 1 LS $20,000.00 $20,000.00 $10,000.00 $10,000.00 4 Remove Retaining Curb 490 LF $7.00 $3,430.00 $14.00 $6,860.00 5 Remove Retaining Wall 110 LF $14.00 $1,540.00 $100.00 $11,000.00 6 Remove Bus Stop /Bench 1 LS $400.00 $400.00 $500.00 $500.00 7 Remove Trees 21 EA $500.00 $10,500.00 $200.00 $4,200.00 8 Unclassified Excavation 730 CY $28.00 $20,440.00 $43.00 $31,390.00 9 Raw Slope Excavation 800 CY $25.00 $20,000.00 $5.00 $4,000.00 10 Raw Slope Fill 400 CY $30.00 $12,000.00 $90.001 $36,000.00 11 Construct Crushed Miscellaneous Base 333 CY $31.30 $10,422.90 $44.00 $14,652.00 12 Construct Asphalt Concrete Base Course 300 TN $48.00 $14,400.00 $43.00 $12,900.00 13 Construct 2" Asphalt Concrete Finish Course /Overlay 115 TN $69.00 $7,935.00 $43.00 $4,945.00 14 Cold Plane AC Pavement IT Nominal) 2,200 SF $0.70 $1,540.00 $2.00 $4,400.00 15 Construct 8" PCC Curb & Gutter Type A 590 LF $16.60 $9,794.00 $17.00 $10,030.00 16 Construct 6" PCC Curb Type B 115 LF $12.40 $1,426.00 $20.00 $2,300.00 17 Construct 4 "PCC Sidewalk 5,620 SF $2.75 $15,455.00 $2.65 $14,89100 18 Construct 4" Pattern Stamped Concrete 160 SF $8.50 $1,360.00 $12.00 $1,920.00 19 Construct PCC Curb Access Ramp 460 SF $1.75 $805.00 $5.00 $2,300.00 20 Construct PCC Wall Gutter 520 LF $17.30 $8,996.00 $15.00 $7,800.00 21 Construct PCC Ret Wall (H =6') 311 LF $400.00 $124,400.00 $500.00 $155,500.00 22 Construct PCC Ret Wall (H= 6',2:1) 205 LF $400.00 $82,000.00 $515.00 $105,575.00 23 Construct PCC Rat Wall (H =8') 4 LF $1,040.00 $4,160.00 $1,000.00 $4,000.00 24 Construct PCC Ret Wall (H =10') 75 LF $1,000.00 $75,000.00 $950.00 $71,250.00 25 Fumishlinstall W 14x82 Soldier Piles 540 LF $120.00 $64,800.00 $69.00 $37,260.00 26 Furnish/Install W14x61 Soldier Piles 81 LF $125.00 $10,125.00 $50.00 $4,050.00 27 Furnish/Install W 12x50 Soldier Piles 352 LF $120.00 $42,240.00 $41.00 $14,432.00 28 Construct Tieback/Anchor System 34 EA $1,500.00 $51,000.00 $2,125.00 $72,250.00 29 Construct Concrete Encasement for Soldier Piles 74 CY $400.00 $29,600.00 $270.00 $19,980.00 30 Construct Cement Slurry For Soldier Piles 103 CY $350.00 $36,050.00 $270.00 $27,810.00 31 Furnish/Install Wood Lagging 3,500 SF $13.00 $45,500.00 $14.00 $49,000.00 32 Construct Structural Concrete Facing 95 CY $700.00 $66,500.00 $750.00 $71,250.00 33 1 Construct Cable Railing w /Black Vinyl Coating 798 CY $7.00 $5,586.00 $7.251 $5,785.50 34 lConstruct 5' CL Fence wBlack Vinyl Coating 270 LF $18.00 $4,860.00 $18.00 $4,860.00 35 Construct Anodized Aluminum Railing 98 LF $170.00 $16,660.00 $170.00 $16,660.00 36 Construct Gravel 8 Redwood Header Improvement 116 LF $10.00 $1,160.00 $21.00 $2,436.00 37 Construct Drainage System Improvement 1 LS $3,000.00 $3,000.00 $9,000.00 $9,000.00 38 Relocate Air/Vacuum Release Assembly 1 EA $1,500.00 $1,500.00 $2,700.00 $2,700.00 39 Relocate Fire Hydrant 1 EA $1,500.00 $1,500.00 $2,700.00 $2,700.00 40 Relocate Signal and $I Lighting Pull Boxes 7 FA $100.00 $700.00 $100 .00 $700.00 41 Relocate Cathodic Protection Test Station 3 EA $210.00 $630.001 $1,100.00 $3,300.00 42 Adjust Water Valve to Grade 1 FA $350.00 $350.00 $550.00 $550.00 43 Relocate Interfering Sewer Lateral and Reconnect 1 EA $1,000.00 $1,000.00 $5,500.00 $5,500.00 44 Install Stage 1 Temp Traffic Signal System 1 LS $18,000.00 $18,000.00 $20,000.00 $20,000.00 45 Install Stage 2 Temp Traffic Signal System 1 LS $35,000.00 $35,000.00 $32,000.00 $32,000.00 46 Install Permanent Traffic Signal Modifications 1 LS $25,000.00 $25,000.00 $30,000.00 $30,000.00 47 Install Signing and Striping 1 LS $9,600.00 $9,600.00 $6,000.00 $6,000.00 48 49 Landscaping and Irrigation 60 Day Plant Estabishment 1 LS $73,000.00 $73,000.00 1 $75,000.00 $75,000.00 $3,600.00 1 LS $1,000.00 $1,01)(3.001 $3,600.001 Contingen Corrected Bid Amount 4TH 1,060,364.90 5TH 1,134,738.50 f.'\U emlpbwlsharedtcontmet1981Bid Summary C -3202 B.xls 0 0 TITLE: Jamboree Road /Eastbluff Drive Intersection Improvement CONTRACT NO.: 3202 (B) ENGINEER'S ESTIMATE: $670,580.00 PROJECT MANAGER: Tony Brine f: %userslpbwLsharedlcontract\98IBid Summary 0-3202 B.xls E 0 u KEC En ineering Shaman ITEM DESCRIPTION QUANTITY UNIT AMOUNT UNIT AMOUNT 1 Mobilzation 1 LS $90,000.00 $90,000.00 $326,000.00 $326,000.00 2 Traffic Handling (Stages 1 & 2) 1 LS $25,000.00 $25,000.00 $48,000.00 $48,000.00 3 Clearing & Grubbing 1 LS $10,000.00 $10,000.00 $120,000.00 $120,000.00 4 Remove Retaining Curb 490 LF $20.00 $9,800.00 $5.00 $2,450.00 5 Reprove Retaining Wall 110 LF $95.00 $10,450.00 $35.00 $3,850.00 6 Reprove Bus Stop/Bench 1 LS $2,800.00 $2,800.00 $100.00 $100.00 7 Remove Trees 21 EA $250.00 $5,250.00 $200.00 $4,200.00 8 Unclassified Excavation 730 CY $63.00 $45,990.00 $65.001 $47,450.00 9 Raw Slope Excavation 800 CY $57.00 $45,600.00 $24.00 $19,200.00 10 Raw Slope Fill 400 CY $60.00 $24,000.00 $50.00 $20,000.00 11 Construct Crushed Miscellaneous Base 333 CY $60.00 $19,980.00 $20.00 $6,660.00 12 Construct Asphalt Concrete Base Course 300 TN $55.00 $16,500.00 $30.00 $9,000.00 13 Construct 2" Asphalt Concrete Finish Course/Oveday 115 TN $56.00 $6,440.00 $40.00 $4,600.00 14 Cold Plane AC Pavement IT Nominal) 2,2DO SF $1.30 $2,860.00 $1.00 $2,200.00 15 Construct 8' PCC Curb & Gutter Type A 590 LF $17.00 $10,030.00 $14.00 $8,260.00 16 Construct 6" PCC Curb Type B 115 LF $15.00 $1,725.00 $14.00 $1,61D.OD 17 Construct 4" PCC Sidewalk 5,620 SF $4.00 $22,480.00 $2.00 $11,240.00 18 Construct 4' Pattern Stamped Concrete 160 SF $15.00 $2,400.00 $6.01) $960.00 19 Construct PCC Curb Access Ramp 460 SF $5.00 $2,300.00 $4.00 $1,840.00 20 Construct PCC Wall Gutter 520 LF $25.00 $13,000.00 $18.00 $9,360.00 21 Construct PCC Ret Wall (H =6') 311 LF $400.00 $124,400.00 $300.01) $93,300.00 22 Construct PCC Ret Wall (H= 6',2:1) 205 LF $300.00 $61,500.00 S30D.00 $61,500.00 23 Construct PCC Ret Wall (H =8') 4 LF $2,100.00 $8,400,001 $650.00 $2,600.00 24 Construct PCC Ret Wall (H =10') 75 LF $475.00 $35,625.00 $450.00 $33,750.00 25 Furnish/Install W 14x82 Soldier Piles 540 LF $85.00 $45,900.00 $70.00 $37,800.00 26 Fumish/Install W 14x61 Soldier Piles 81 LF $60.00 $4,860.00 $80.00 $6,480.00 27 Furnish /Install W 12x50 Soldier Piles 352 LF $50.00 $17,600.00 $68.00 $23,936.00 28 Construct Tieback/Anchor System 34 EA $2,500.00 $85,000.00 $2,000.00 $58,000.00 29 Construct Concrete Encasement for Soldier Piles 74 CY $330.00 $24,420.00 $265.00 $19,610.DO 30 Construct Cement Slurry For Soldier Piles 103 CY $330.00 $33,990.00 $265.00 $27,295.00 31 Furnish/Install Wood Lagging 3,500 SF $1100 $45,500.00 $11.00 $38,500.00 32 Construct Structural Concrete Facing 95 CY $690.00 $65,550.00 5450.00 $42,750.00 33 Construct Cable Railing w /Black Vinyl Coating 798 CY $8.00 $6,384.00 $15.00 $11,970.00 34 Construct 5' CL Fence w/Black Vinyl Coating 270 LF $22.00 $5,940.00 $18.00 $4,860.00 35 Construct Anodized Aluminum Railing 98 LF $175.00 $17,150.00 $80.00 $7,840.00 36 Construct Gravel & Redwood Header Improvement 116 LF $30.00 $3,480.00 $30.00 $3,480.00 37 Construct Drainage System Improvement 1 LS $13,000.00 $13,000.00 $18,000.00 $18,000.00 38 Relocate AirNacuum Release Assembly 1 EA $4,500.00 $4,500.00 $3,000.00 $3,000.00 39 Relocate Fire Hydrant 1 EA $5,800.00 $5,000.00 $3,000.00 $3,000.00 40 Relocate Signal and St Lighting Pull Boxes 7 EA $120.00 $840.00 $200.00 $1,400.00 41 Relocate Cathodic Protection Test Station 3 FA $2,600.00 $7,800.00 $3,500.00 $10,500.00 42 Adjust Water Valve to Grade 1 EA $1,700.00 $1,700.00 $250.00 $250.00 43 Relocate Interfering Sewer Lateral and Reconnect 1 EA $8,800.00 $8,800.00 $2,500.00 $2,500.00 44 Install Stage 1 Temp Traffic Signal System 1 LS $21,000.00 $21,000.00 $7,000.00 $7,000.00 45 Install Stage 2 Temp Traffic Signal System 1 LS $42,000.00 $42,000.00 $7,000.00 $7,000.00 46 Install Permanent Traffic Signal Modifications 1 LS $30,000.00 $30,000.00 $25,000.00 $25,000.00 47 Install Signing and Striping 1 LS $10,000.00 $10,000.00 $9,000.00 $9,000.00 48 Landscaping and Irrigation 1 LS $91,000.131 $91,000.00 $40,000.00 $40,000.00 49 160 Day Plant Estabishment 1 LS $2,900.00 $2,900.00 $2,500.00 $2,500.00 lContingency Corrected Bid Amount 6TH 1,191,644.00 7TH 1,259,801.00 f: %userslpbwLsharedlcontract\98IBid Summary 0-3202 B.xls E 0 u From : ERTON RESIDENCE /OCESR 714 -760 -1691 Play. 16. 1999 12:18 PM P01 L] May 17, 1999 Honorable City Councilmembers City of Newport Beach 3300 Newport Blvd Newport Beach, CA 92658 Dear Councilmembers: L At your May 24th meeting, you will have before you the recommended awarding of the contract for the improvement at Jamboree Road and Ford Road /Eastbluft Drive South. We understand that the bids for the project have come in considerably higher than the engineer's estimate, due primarily to file robust economy in the construction Industry. isWe would urge you to award the contract In spite of that tact. As we understand it, the additional funds are available In other engineering and capital accounts; and the project Is vital to the greater East bluff /Bluffs community and especially to Corona Del Mar High School and Queen of Angels Church and School. It also facilitates file approval of traffic studies for other projects on the east side of the bay. Your approval would be greatly appreciated. Respectfully submitted, C.M. "Cor - Levinson President, The Bluffs HOA -r Barry D. Eag President, Eastbiutf HOA C'BUDGET of Newport Beach • NO. BA- 071 AMENDMENT 1998 -99 AMOUNT: bssa,906.00 ECT ON BUDGETARY FUND BALANCE: rX I 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 xX EXPLANATION: from existing budget appropriations from additional estimated revenues from unappropriated fund balance This budget amendment is requested to provide for the following: To appropriate $614,906 from the Circulation and Transportation Fund to be added to $50,000 from the Irvine Company and the current budget of $450,000 to improve the Jamboree /Eastbluff intersection creating a free right -turn lane. There have been no prior budget amendments to this project. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description Circulation &Transp 260 3605 Unappropriated Fund Balance REVENUE APPROPRIATIONS (3601) Fund /Division Account Description 250 5901 Private Donations /Contributions EXPENDITURE APPROPRIATIONS (3603) Description Division 7261 Trans and Circulation Account C5200473 Jamboree Rd/Eastbluff Dr Improvements Division 7251 Contribution Account C5200473 Jamboree Rd/Eastbluff Or Improvements Division Account Division Account Division Account Signed: Signed: 7r" ^WA . S� -ned: City Council Approval: City Clerk Amount Debit Credit $614,906.00 $50,000.00 40 $614,906.00 $50,000.00 • Automatic Date ate Date 0 J. SoukuP • 949 723 4746 Our Lady Queen Of Angels School Over 35 Years of Quality Catholic Education • Accredited by W.A.,S. C. • Certified by W C.E.A, May 21, 1999 BY FAX 949 644 3039 Honorable Denis O'Neil Mayor City of Newport Reach 3300 Newport Blvd Newport Beach, CA 92658 Dear Mr. O'Neil, On behalf of the Our Ladv Queen of Angels School Board, I ask that you vote in favor of awtuding the cunuact Cur the improvement ot'Jamboree Road at.Ford Road and Eastbulff Drive South. We understand this matter will be before you at your May 24, 1999 meeting. Members of our School Board, representatives of Corona Del Mar High School, the police department and representatives of the City of Newport Beach have held periodic meetings over the last 2 years to review the traffic situation around oui schovls and to work fot Common solutions to the traffic problems in the area. We believe that the project before you will improve the traffic flow in and around Corona Del ;!Aar High School and Our Lady Queen of Angcls School which will reduce congestion and result in safer streets for our children. Please award this contract. V• eerry/y t/ y yours, John F. Sou p School Roard Mcmbct cc: Msgr. William :McLaughlin, Pastor Sister Joanne Clare, Principal Eileen Ryan, Principal P.5 Cilp of Newport Beach BUDGET AMENDMENT 1998 -99 ECT ON BUDGETARY FUND BALANCE: NO. BA- 071 AMOUNT: $664,906.00 r�Xf 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 X from additional estimated revenues X from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To appropriate $614,906 from the Circulation and Transportation Fund to be added to There have been no prior budget amendments to this ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description CirculationBTransp 260 3605 Unappropriated Fund Balance REVENUE APPROPRIATIONS (3601) Fund /Division Account Description 250 5901 Private Donations /Contributions EXPENDITURE APPROPRIATIONS (3603) i'�,-AACH MAY 24 00 from the Irvine Company a free right -turn lane. Amount Debit Credit $614,906.00 $50,000.00 Division Account Division Account Division Account v Signed: � s- /c7- y F cial pprov /al: mance it for Date Signed: ^� .J Ali isTtative Approv : City anaageer ate C� c,...,ed: �; 6 15 L I City Council Approval: City Clerk Date Description Division 7261 Trans and Circulation Account C5200473 Jamboree Rd /Eastbluff Dr Improvements $614,906.00 Division 7251 Contribution Account C5200473 Jamboree Rd /Eastbluff Dr Improvements $50,000.00 Division Account Division Account Division Account v Signed: � s- /c7- y F cial pprov /al: mance it for Date Signed: ^� .J Ali isTtative Approv : City anaageer ate C� c,...,ed: �; 6 15 L I City Council Approval: City Clerk Date 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 August 18, 1999 Shawnan 298 Shawnan Lane La Habra Heights, CA 90631 Gentlemen: Thank you for your courtesy in submitting a bid for the Jamboree Road /Eastbluff Drive Intersection Improvement (Contract No. 3202 -13) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach • • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 August 18, 1999 KEC Engineering P.O. Box 909 Corona, CA 91718 Gentlemen: Thank you for your courtesy in submitting a bid for the Jamboree Road /Eastbluff Drive Intersection Improvement (Contract No. 3202 -B) 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, k LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach i • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 August 18, 1999 Griffith Company 2020 South Yale Street Santa Ana, CA 92704 Gentlemen: Thank you for your courtesy in submitting a bid for the Jamboree Road /Eastbluff Drive Intersection Improvement (Contract No. 3202 -6) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 August 18, 1999 GCI Construction, Inc. 245 Fischer Avenue, Suite B -3 Costa Mesa, CA 92626 Gentlemen: Thank you for your courtesy in submitting a bid for the Jamboree Road /Eastbluff Drive Intersection Improvement (Contract No. 3202 -13) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach • • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 August 18, 1999 Beador Construction Company, Inc. P.O. Box 1 Corona del Mar. CA 92625 Gentlemen: Thank you for your courtesy in submitting a bid for the Jamboree Road /Eastbluff Drive Intersection Improvement (Contract No. 3202 -13) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 August 18, 1999 MJ Contractor P.O. Box 3328 Long Beach, CA 90803 Gentlemen: Thank you for your courtesy in submitting a bid for the Jamboree Road /Eastbluff Drive Intersection Improvement (Contract No. 3202 -B) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, L LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach