Loading...
HomeMy WebLinkAboutC-3286 - 1999-2000 Sidewalk, Curb and Gutter ReplacementCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 January 19, 2000 Ranco Corporation P. O. Box 9007 Brea, CA 92822 Subject: 1999 -2000 Sidewalk, Curb & Gutter Replacement (C -3286) To Whom It May Concern: On December 13, 1999, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code. The Notice of Completion was recorded by the Orange County Recorder on December 15, 1999, Reference No. 19990851479. The Surety for the contract is American Motorists Insurance Company, and the bond numbers are 3SM -959- 024-00 and 3SM- 774 - 254 -00. Enclosed are the bidders bond, the labor & materials payment bond and the faithful performance bond. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk LH:cf cc: Public Works Department Horst Hlawaty, Construction Engineer encls. 3300 Newport Boulevard, Newport Beach Recorded in the County of Orange, California RECORDING REQUESTED By 14fb - r Gall liflll llllliil {{lllilflil{lle NO Fee /Recorder WHEN RECORDED RETURN TO: 19990851479 10;46PM 12/15/99 CI Clerk .99 OEC 22 N8 :31 004 00014633 114 46 City of Newport Beach 015 01 0 0.00 0.00 0.00 0.00 0.00 0.00 0 0.00 0.00 3300 Newport Boulevard Types: 015 Newport Beach, CA 92663OF F ICE OF T LaRR CITY !F';' .' . ..._. "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 Ranco Corporation of Brea, California, as Contractor, entered into a Contract on September 13, 1999. Said Contract set forth certain improvements, as follows: 1999 -2000 Sidewalk, Curb & Gutter Replacement, C -3286 Work on said Contract was completed on November 15, 1999, and was found to be acceptable on December 13, 1999, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is American Motorists Insurance Company. BY 0 )ff Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on at Newport Beach, California. BY City Clerk 10 December 13, 1999 CITY COUNCIL AGENDA ITEM NO. 6 � u TO: Mayor and Members of the City Council ! - DEC 13 I FROM: Public Works Department L _ APPROVED SUBJECT: 1999 -2000 SIDEWALK, CURB AND GUTTER REPLACEMENT, - CONTRACT NO. 3286 - COMPLETION AND ACCEPTANCE RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the • Civil Code. DISCUSSION: On September 13, 1999, the City Council authorized the award of 1999 -2000 Sidewalk, Curb & Gutter Replacement, Contract No. 3286, to Ranco Corporation of Brea, California. The contract provided for the replacement of approximately 11,500 square feet of sidewalk, 500 linear feet of curb & gutter, and the construction of several curb access ramps. 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: $81,552.25 Actual amount of bid items constructed: 89,552.00 Total amount of change orders: -0- Final contract cost: $89,552.00 Due to a favorable bid item for the removal of existing curb returns and reconstructing same with curb access ramps, additional ramps were constructed resulting in an increase in the amount of actual bid items constructed over the original bid amount. At contract award the Council approved $8,000 for unforseen work, and this amount covered the cost of the additions to the contract. The final overall construction cost was 9.8% over the original bid amount. SUBJECT: 1999 -2000 Sidewalk, *and Gutter Replacement, Contract No. 3286 - Coolon And Acceptance December 13, 1999 Page 2 Funds for the project were budgeted in the following account: Description I Account No. Amount Sidewalk, Curb & Gutter Replacement I 7013- C3130016 $89.552.00 All work was completed on November 15, 1999, the scheduled completion date. Respectfully submitte PUBLIC WORKS DEPARTMENT Don Webb, Director By: Horst Hlawaty, P.E. Construction Engineer f:\ users \pbw\ shared\ council \fy99 -00 \december- 13\sidewalk c- 3286.doc 0 E RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Recorded in the County of Orange, California Gary L Granville, Clerk /Recorder 11111HNJ111111111111 No Fee 19990851479 10;46RM 12/15/99 004 00014633 114 46 015 01 0 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Doc Types: 015 " xempt from recording fees pursuant to Government Code Section 6103" NOTICE OF COMPLETION j; NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, '^ ` r Newport Beach, California, 92663, as Owner, and Ranco Corporation of Brea, California, as Contractor, entered into a Contract on September 13, 1999. Said Contract set forth certain improvements, as follows: 1999 -2000 Sidewalk, Curb & Gutter Replacement, C -3286 Work on said Contract was completed on November 15, 1999, and was found to be acceptable on December 13, 1999, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is American Motorists Insurance Company. 1 l C2 BY Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on ,tit y /`=r ` at Newport Beach, California. BYl �ylvoFtre City Clerk �F • 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 a.m. on the 25th day of August 1999, at which time such bids shall be opened and read for 1999 -2000 SIDEWALK. CURB & GUTTER REPLACEMENT Title of Project Contract No. 3286 $95,000 Engineer's Estimate Approved by Willia atapoff City Engineer Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, P. O. Box 1768, Newport Beach, CA 92658 -8915. For further information, call FONG TSE, Project Manager at (949) 644 -3340. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1999 -2000 SIDEWALK, CURB & GUTTER REPLACEMENT CONTRACT NO. 3286 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 SPECIAL PROVISIONS ........................ .. ......... .............................. .......................... .SP -1 PLAN......................................................... ............................... ATTACHMENT WORK SCHEDULE ................. ............................... .....................ATTACHMENT 0 • PAGE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1999 -2000 SIDEWALK. CURB & GUTTER REPLACEMENT CONTRACT NO. 3286 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. • PAGE 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. �3$ODD A Contractor's License No. & Classification Bidder onzed Signature/Title r-ye .9 9 Date PAGE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1999 -2000 SIDEWALK. CURB & GUTTER REPLACEMENT CONTRACT NO. 3286 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he /she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Subcontract Work Subcontractor Address di do 2. 3. 4. 5. 6. 7. 8. 9. 10. &1d, b,11,0nA41 Bidder onzed Signatureffitle PAGE 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1999 -2000 SIDEWALK. CURB & GUTTER REPLACEMENT CONTRACT NO. 3286 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he /she has performed and successfully completed. Year Project Completed ^ /Nam/e /Ag /ency OG� M �tl�th��L 0 Bidder Person Telephone To Contact Number d�0 -�- 0 References: City of Downey 11111 Brookshire Ave. Downey, CA 90241 562- 904 -7118 Lea Sharp 1997 $180,000 City of Mission Viejo 25909 Pala Mission Viejo, CA 92697 714- 740 -3057 Mark Chagnon 1997 $85,000 City of Stanton 10652 Bell Street Stanton, CA 90680 714 - 379 -9222 Craig Stuhbe 1997 $60,000 L.A.C.D.P.W 900 S. Fremont St. Alhambra, CA 91802 626 - 485 -3122 Ray Green $200,000 City Of Brea 1 Civic Center Cir. Brea, CA 92821 714 - 990 -7697 Vern Vosburgh Annual City of Pasadena 100 N. Garfield Ave Pasadena, CA 91109 626 - 744 -4695 Steve Wright 1999 $300,000 City of Santa Ana 217 N. Main Street M -22 Santa Ana, CA 92702 714 -565 -4029 William Albright 1997 $200,000 City Of Montebello 311 S. Greenwood Ave. Montebello,CA 90640 562- 887 -4611 Mike Kosareff, Jr. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1999 -2000 SIDEWALK, CURB & GUTTER REPLACEMENT CONTRACT NO. 3286 NON - COLLUSION AFFIDAVIT State of California ) ) SS. County Of Orange ) PAGE 6 E. Dale Jones being first duly sworn, deposes and says that he or she is President Of Ranco Corporation , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that 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. r ,4� Ce CO/tQaA�io�l Bidder Authorized Signaturemtle Subscribed and sworn to before me this 19thday of August , 1999 . m /n/ Qm -r-0- Notary Public /Susan E. Morales J MORALES #1166606 •y 14UTARI YJbLIC CALIFORNIORANGE ORANGE COUNTY n My Comm. Exp Dec. 25. 2001,r - - -- My Commission Expires: 12 -25 -01 I r CALIFORNIA ALL - PIPOSE ACKNOWLEDGME • State of California County of Orange On /9- 99 before me, Susan E. Morales / Notary Public NAME, TITLE OF OFFICER personally appeared E. Dale .Tones NAMF, OF SIGNER ® Personally known tome - OR - ❑ proved to me on the basis of satisfactory evidence SUSAN E MORALES Ij COMM, #1166606 g _ NOTARY HJSLIC -CALIFORNIA 9 ORANGE COUNTY a, My Comm. EW Dec. 25, 2001 j to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that helshel they executed the same in hislherltheir authorized capacity(ies), and that by hislherltheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Jd(,Wam -IE - /7? 07J -60 (SIGNATURE OF NOTARY) OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER INDIVIDUAL ® CORPORATE OFFICER President TITLE(S) n PARTNER(S) ❑ LIMITED n GENERAL ATTORNEY -IN -FACT E:) TRUSTEE(S) n GUARDIAN /CONSERVATOR E] OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IFS) Ranco Corporation DESCRIPTION OF ATTACHED DOCUMENT /07) - ldi on TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT None SIGNER OTHER THAN NAMED ABOVE 0 0 PAGE 7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1999 -2000 SIDEWALK. CURB & GUTTER REPLACEMENT CONTRACT NO. 3286 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: Properly - 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. 41 0 PAGE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1999 -2000 SIDEWALK. CURB & GUTTER REPLACEMENT CONTRACT NO. 3286 CONTRACT THIS AGREEMENT, entered into this 13th day of September, 1999, by and between the CITY OF NEWPORT BEACH, hereinafter "City;' and Ranco Corporation, hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: 3286 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. 3286, Standard Specifications for Public Works Construction (current adopted edition and all supplements) and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents'). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. B. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: All of the work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 0 0 PAGE 9 C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Eighty One Thousand Five Hundred Fifty Two Dollars and Twenty Five Cents ($81,552.25). 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: Fong Tse (949) 644 -3340 F. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this Contract, hereby certifies: CONTRACTOR Ranco Corporation PO Box 9007 Brea, CA 92822 -9007 Attention: E. Dale Jones, President 714 - 992 -2500 "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 n 0 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. 0 0 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. 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 0 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. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in H.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. 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. I , • • Page 13 J. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. K. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. APP AS TO FORM: CITY ATTORNEY CITY OF NEWPORT BEACH A Municip I Corpora yti�on By: ��� A' D nnis D. O'Neil, Mayor CORPORATION BLLCL) uthorized Signature and Title f:\ users \pbMshared \contract\masters \formal contract master.doc 09/08/99 Aia /111/. CERTIFICA OF INSiJRANCE ISSUE DAM (MM/DDNY) 09/29/99 THIS CERTIFICATE IS ISSUED AS A MATPER OF INFORMATION ONLY AND GEN INSURANCE SERVICES .0722 ARROW ROUTE CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE IIITE 116 LANCHO CUCAMONGA, CA 1730 09/941 -0167 COMPANY LETTER AGOLDEN EAGLE INSURANCE CORPORATION COMPANY LETTER B SUPERIOR NATIONAL INS CO /CALCOMP mmmm COMPAW LErmR C RANCO CORPORATION �LEIT R D SEP 3 O 1'99 O. BOX 9007 ILEA, CA 92622 �a E 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 COUDITION 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 POLICiff LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. OD. LTR TYPEOF N6IRIANCE POLICY NUMBER EF ECTNE n P� PQM TION LIMITS Ch'?a I LIABILITY GENERAL AGGREGATE f COMMERCIAL GENERAL LIABILITY PRODUC ICOMP/OPS AGO. S1000000 CLAIMS MADE FicloccuR. CCP 489136 -02 04/21/99 04/21/00 PERSONAL & ADV. INJURY s1000000 OWNER'S & CONTRACT'OR'S PROF. EACH OCCURRENCE f 1 O O 0 0 0 FIRE DAMAGE (&.y a Ert) S90000 MED.EXPENSE(A,.pe... S 5000 AUM MOBBE LIABILITY ANYAUTO COMBINED SINGLE Lug 1000000 BODILY INJURY (P"a') f ALL OWNED AUTOS SCHEDULED AUTOS CCP 489136 -02 04/21/99 04/21/00 HIRED AUTOS NON-0 DAUTOS BODILY INJURY (p. i&m) f GARAGE LIABILITY PROPERTY DAMAGE f EXCESS LIABILITY EACHOCCURRENCE S AGGREGATE $ UMBREUA FORM OTHER THAN UMBRELLA FORM N/A STATUTORY LABS WoRlo-xscu.>PENSATCN 994136253 04/01/99 04/01/00 EACHACCIDEM $1000000. arm DISEASE.- POLICY LIMIT $1000000. E&BI OYFE.S' LMBILITY DISEASE -EACH EMPLOYFE $1000000. OTHER $33,000 NLAND MARINE CCP 489136 -02 04/21/99 04/21/00 CHEDULED EQUIPMENT NED. $1000 OFaPRATXrC4.00.ATIONVV© ICIESMWw. ma1S ITY OF NEWPORT BEACH, ITS OFFICERS, OFFICIALS, EMPLOYEES AND VOLUNTEERS E NAMED AS ADDITIONAL INSURED, PRIMARY, AND WAIVER OF SUB ON WORKER'S COMP. CERTIFICATE' HOLDER ,.. CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE ITY OF NEWPORT BEACH EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL d473�67 W%X UBLIC WORKS DEPARTMENT MA1630 DAYSWRITTENNOTICETO* E CERTIFICATE HOLDER NAMED TO THE 300 NEWPORT BOULEVARD LEFT,x6vf)(mxKif�d#6IUI % X00M@914�4IQ 03HSIRQFFiA ORT BEACH CA XIX1367ftx()oxJw d64FiiFZOM xx 4I JI84NF{K ES. 2663 AUnJDRWD VrA, NUIDSRES ,E NU BART GEN ACORD 25-S (7190) _ ACORO'CORPORATION 1990 ':'. GOLDEN EAGLE INSURANCE CORPORATION P.O. BOX 85826 — SAN DIEGO, CA 92186 -5826 ----------------------------------------------------------------------- AUTOMATIC ADDITIONAL INSUREDS — POLICY NO.: CCP 489136 02 CONSTRUCTION CONTRACTS THIS ENDORSEMENT CHANGES THE'POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Endorsement Effective: 09/29/99 (at 12:01 A.M. Standard Time) Named Insured: RANCO CORPORATION This endorsement changes the policy effective on the inception date of the policy unless another date is indicated above. The following provision is added to Section II (WHO IS AN INSURED). 5. Any person(s) or organization(s) (hereinafter called "Additional Insured ") with whom you agree in a written contract to name as an Insured is an Insured but only respect to liability arising out of your ongoing (as opposed to completed) operations for the Additional Insured on the project specified in the contract, including acts or omissions of the Additional Insured in connection with the general supervision of of your ongoing (as opposed to completed) operations. However, the insurance provided to the Additional Insured does not apply to: a. "Property damage" to: 1) Property owned, used or occupied by or rented to the Additional Insured; 2) Property in the care, custody, or control of the Additional Insured or over which the Additional Insured is for any purpose exercising physical control; or b. "Bodily injury ", "property damage ", or "personal injury" arising out of an architect's, engineer's, or surveyor's rendering of or failure to render any professional services for you, for the Additional Insured, or for others, including: 1) The preparing, approving, or failing to approve maps, drawings, opinions, reports, surveys, change orders, designs or specifications; and 2) Supervisory, inspection, or engineering services. These exclusions apply in addition to those contained in the Commercial General Liability Coverage Part. Premium: The premium for this endorsement is five percent (5e) of the annual general liability premium, subject to a minimum premium of $250.00. The advance premium charged at this time is subject to the audit provisions of the policy. GECG840 (11/95) Includes copyrighted material of Insurance Services Office, Inc. 1984 with its permission. GOLDEN EAGLE INSURANCE CORPORATION PO BOX 85826 - SAN DIEGO CA 2.161. PRIMARY INSURANCE ENDORSEMENT POLICY NO: CCP 489136 -02 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies the following policy coverage forms: COMMERCIAL GENERAL LIABILITY COVERAGE FORM PRODUCTS /COMPLETED OPERATIONS LIABILITY COVERAGE FORM Endorsement No. (If issued after the effective date): Endorsement Effective: 09/29/99 (At 12:01 A.M. Standard Time) Named Insured: RANCO CORPORATION The insurance provided by this policy for the benefit of the Additional Insured shown in the Schedule shall be primary insurance as specifically described in: COMMERCIAL GENERAL LIABILITY COVERAGE FORM CGO01 Section IV Commercial General Liability Conditions, 4. Other Insurance a. Primary Insurance SCHEDULE Name of Person or Organization: CITY OF NEWPORT BEACH, ITS OFFICERS, OFFICIALS, EMPLOYEES, AND VOLUNTEERS GECG 827A (11/97) 0 0 WORKERS. COMPENSATION AND EMPLOYERS. LIABILITY INSURANCE. POL_I.CY We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the below schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the renumeration of your employees while enaged in the work described in the Schedule. The additional premium for this endorsement shall be 5% of the California Workers' compensation premium determine at audit. This is in accordance with the manual rules of the Worker's Compensation Insurance Rating Bureau. Schedule Name of Person or Organization: CITY OF NEWPORT BEACH ITS OFFICERS, OFFICIALS, EMPLOYEES AND VOLUNTEERS Endorsement Effective: 09/29/99 Policy No: G994136253 Endorsement No: 001 Insured: RANCO CORPORATION Insurance Company: SUPERIOR NATIONAL INSURANCE COMPANY WC 252 (10//90) (GECPP0897) SEN -29 -99 WED 09:09 AM DATE: 9129/1999 TIME: 9:09 AM FAX N0. • P. 01 KCAL- SURANCE California Insurance License 0256292 COMMERCIAL DEPARTMENT FAX COVER SHEET TOTAL NO, OF PAGES INCLUDING COVER (7 ) TO FROM FAX NO.: (949)6443318 FAX NO.: (714)939 -1654 COMPANY: City of Newport Beach SENDER: Celia James ATTENTION: Shauna Oyler PHONE NO.: (714)940 -6828 EMAIL: cfames@calsurance.com RE: City of Newport Beach Certificate of Insurance - Ranco Corporation DearShauna: Enclosed is the checked certificate of Insurance for the above - captioned contractor. Everything looks fine. 1 apologize that this took longer than it should have. I have several 1011 renewal and this got put aside. Should you have any questions, let me know. Thank you. Cella 333 City Boulevard WeA. Orange, CA 92868 • P.O. Box 7048, Orange, CA 92863.7048 • 734 - 930 -OR00 • 714. 930 -1G64 SEP=29 -99 WED 09:09 AM FAX N0, KCAL- SURANCE CERTIFICATE OF INSURANCE CHECKLIST CITY OF NEWPORT BEACH P. 02 THIS CHECKLIST IS COMPRISED OF REQUIREMENTS AS OUTLINED ABY THE CITY OF NEWPORT BE 1CH. DATE RECEIVED: 9 199 DEPARTMENT /CONTACT RECEIVED FROM: gM99M DATE COMPLETED: SENT TO: 96wayR —. BY:_ —twA COMPANY/PFRSON REQUIRED TO HAVE CERTIFICATE:_ 9Aja &9,MWrIDA! GENERAL LIABILITY: A. INSURANCE COMPANY: "& , jv LIF iVA4FA,91j1 B. AM BEST RATING (A VII or greater): Af': Xy _ C. ADMITTED COMPANY: ( Must be California Admitted) Is company a mittcd in California? Yes ✓ NO- D. LIMITS: (Must be S 1,000.000 or greater) What is limit provided? / E. PRODUCTS AND COMPLETED OPERATIONS: (Must Include) Is it include 'l Yes - No F. ADDITIONAL INSURDED WORDING TO INCLUDE: ( The Ciry its officers. agents, officials, employees and volunteers). Is it included? Yes 1/ No G. PRIMARY AND NON CONTRIBUTORY WORDING: (Must be included) Is it included? Yes ✓ No H. CAUTION! (Cordirm that loss or liability of the Named insured is not limited solely by their negligence.) Does endorsement include "solely by negligence" wording? Yes No ✓ 1. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation I certified mail; per Lauren Farley the City will accept the endeavor wording. R. AUTOMOBILE LIABILITY A. INSURANCE COMPANY: B. AM BEST RATING (A VI(or greater): i0t: C. ADMITTED COMPANY: ( MUST BE CALIFORNIA ADMITTED) Is company admitted? Yes No D. LIMITS: ( Must be S1,000,000 minimum 81 & PD and 8500,000 UM) What is limits provided'? JAPOW,4ZA, F. ADDITIONAL INSURED WORDING TO its ofcers,agents. oHiciais, employees and volunteers). Is it included? Yes ✓ No_ F. PRIMARY AND NON CONTRIBUTORY WORDING: (Must be included). Is it included? Yes_✓ No _ G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of Canccllation' certified mail; per Lauren Farley the City will accept the endeavor wording. III WORKERS COMPENSATION: A. INSURANCE COMPANY: yp�,p�0,�_A1gTjpc�AL /dJr5't 61A)AF B. AM BEST RATING (A VII or C. LIMITS: SOtutory D. WAVIER OF SUBROGATION: (To include). is it included'? Yes_ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? Yes ✓ No IF NO, WHICH ITEMS NEED TO BE COMPLETED ?_ • ` PR 1 of 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL 1999 -2000 SIDEWALK. CURB & GUTTER REPLACEMENT CONTRACT NO. 3286 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P. O. Box 1768 Newport Beach, California 92663 -8915 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 3286 in accord with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Mobilization @-A/a ) W5A-NJ d Dollars and Z 000. rd Cents $ 1 Per Lump Sum 2. Lump Sum Traffic Control @40& °� Dollars and "0 � Cents $ 1 Per Lump Sum 3. 75 Each Root Prune Parkway Tree @ Dollars and Cents $ 35.00 Per Each PR 2 of 3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 30 L.F. Remove Existing and Construct 6" P.C.C. Curb and Gutter @ �7�1 =��y �Outi Dollars and Cents $ $ 7W. vo Per Linear Foot 5. 475 L.F. Remove Existing and Construct 8" P.C.C. Curb and Gutter @44ad& A✓a Dollars and Cents $ ZS.aa Per Linear Foot 6. 525 L.F. Remove Existing and Construct 8" A.C. Patch Back @ F"✓Zg Dollars and Cents $ 5.,f or Per Linear Foot 7. 11,500 S.F. Remove Existing and Construct 4" Thick P.C.C. Sidewalk @ ✓� Dollars and Cents $ `�•oy $ $7� Svo. vv Per Square Foot 8. 205 S.F. Remove Existing and Construct 6" Thick P.C.C. Driveway @ Dollars and rot Cents $ S ¢S $ 017 2S Per Square Foot 9. 200 S.F. Remove Existing and Construct 4" Thick P.C.C. Curb Access Ramp @ ✓C Dollars and 4w�X 5.45 Cents $ $ Per Square Foot . PR3of3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. Lump Sum Restore Damaged Existing Improvements @ONL 1Vo11,5A1,Jc1 Dollars and Cents $ I 000,0V Per Lump Sum TOTAL PRICE IN WRITTEN WORDS O,N[, f'`0d5A.,0d F060 kgld "i d F��y Tµi6 doaAwfr AN-4 and Cents $ P Total Price (Figures) $'za -9 9 Date -71¢.99ti -mo0 Bidder's Telephone Number 1v36ja A- Bidder's License No(s) and Classification(s) �C,olo CO 0,JA #6V Ail 7 JQ / Bidder Authorized Signature and Title 5x 9 ,fa-7 &0, 0A. 9W71-9&407 Bidder's Address s • TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: 1999 -2000 SIDEWALK, CURB AND GUTTER OF CONTRACT NO. 3286 RECOMMENDATIONS: Approve the plans and specifications. 0 (38) C,39 36 September 13, 1999 CITY COUNCIL AGENDA 2. Award Contract No. 3286 to Ranco Corporation for the Total Bid Price of $81,552.25, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $8,000 to cover the cost of unforeseen work. DISCUSSION: At 11:00 A.M on August 25, 1999, the City Clerk opened and read the following bids for this project: 'Corrected Bid Amount The low total bid amount is 14% below the Engineer's Estimate of $95,000. The low bidder, Ranco Corporation, possesses a General Engineering Contractor `A" License as required by the project specifications. Ranco has satisfactorily completed similar concrete repair projects for other Southern California agencies. This contract provides for the replacement of approximately 11,500 square feet of sidewalk, 500 linear feet of curb and gutter, 200 square feet of driveway approach, 200 • square feet of curb access ramp, and root pruning of 75 trees within the City s BIDDER TOTAL BID AMOUNT Low Ranco Corporation of Brea $ 81,552.25 2 Kovac, Inc. of Huntington Beach $ 85,795.15 3 Civil Works Corporation of Long Beach $ 89,134.50 4 Inspection Engineering Construction of Costa Mesa $ 92,780.00 5 Lee's Construction of Buena Park $ 93,765.00 6 S. Parker Engineering, Inc. of Fountain Valley $ 94,112.50 7 JDC, Inc. of Rancho Cucamonga $ 99,645.00 8 A & M Construction of Garden Grove $103,595.00 'Corrected Bid Amount The low total bid amount is 14% below the Engineer's Estimate of $95,000. The low bidder, Ranco Corporation, possesses a General Engineering Contractor `A" License as required by the project specifications. Ranco has satisfactorily completed similar concrete repair projects for other Southern California agencies. This contract provides for the replacement of approximately 11,500 square feet of sidewalk, 500 linear feet of curb and gutter, 200 square feet of driveway approach, 200 • square feet of curb access ramp, and root pruning of 75 trees within the City s Subject: 1999 -2000 Sidewalkorb and Gutter Replacement - Award of Contao. 3286 September 13, 1999 Page: 2 Anniversary tract and the area north of the State Route 73 between Campus Drive and Jamboree Road. These replacements are necessary to eliminate existing uplifted /displaced public improvements, and to eliminate localized water ponding by restoring acceptable drainage to gutters that have either depressed or uplifted. Depressed sidewalk, curb, and gutter are usually caused by settled subgrade soil. Uplifted sidewalk, driveway approaches, curb and gutters are typically the result of uncontrolled growth of tree roots. Funds for project are currently appropriated in the General Fund, as follows: Fund Account No. Amount Sidewalk, Curb & Gutter Replacement Program 7013- C3130016 $89,552.25 The project plans, specifications and schedules were prepared by Public Works and General Services staff. The contract specifications require the Contractor to complete all contract work within 20 consecutive working days. ResDectUlv sub e , 0 1 PUBLIC WORKS DEPARTMENT Don Webb, Director By: Fon se, P.E. Associate Civil Engineer Attachment: Project Location Map Bid Summary GENERAL SERVICES DEPARTMENT David Niederhaus, Director \\mis 1\ sysW Sem\ pbvASharedkcunci C499*0 \wptember -13Wde lk c- 32ee.doc • 0 0 • ! 1999 -2000 SIDEWALK, CURB & GUTTER REPLACEMENT CONTRACT 3286 DAM Sr. LOCATIONS ZADAM AVE rn � rrs � Q E3 CITY of MA?M M •� F S CITY COSTA FADDiD MS �3 c OF MESA sq oP� IRVINE z Pd y Q J ZD � VIC7ut1A ¢ PjtS PER � BAY v 197H ST. Q�P U.C.I. cl s �` OF �o N PO' CH �. Sry � 8 R �,• vn \ l SAN A �v VWR � � o Sot� ` Rn. ftu 0cF,q V LOCATION MAP NOT TO SCALE S a W m a 3 W Z O I J 2 O Z W �m ce a W G 19 3 caU J I F{ LL m U wG zw Z° w a C F, o°,$ 0 0 o0 0 o S S O 0 0 1 i_ o01 ° n Z OQp S V1 O O 111 O b pp o O Vf N Ibr� N p 8 8 O M U o� N O u0f S O N N ~M M S N Ol O Q NF 1M M W� N M H 1N Na U S O S S S S 1011 001, vo1 S Z 8 ooMMO�;��ok S vi Vi d' to O1 S 1' W tlF i? O pW S O� O O N u0f S H O O .may ci o vin oln lnoory a O1 R n N 10 CD O ry O ti li 0 V1 V1 N W ti N le ~~ NNE N V � KtlF W 'A �-uCi Q N Y S S S 01 O1 U S N f., m pppp o� v r v v vi vi S N S p S p O O O S O N O O ry Z 0 S N N n N O 0 O O QQ N o >$�lonco N .y N N N W tlk W 00 Q N M nW M N N rIM NM s Q C S S S S S 0 7 V Sp Z pS 8Q � l+l N N Y1 V1 111 ci S D O O s 8p s s s s s s ry g i�vSN8vo11011SMOSO M OD W ps p ps N N Yf .-i f0 V ova.. N O N 1D O O }E20: 2 w.N,.a 0 0 0 G Vi 0 0 vi Mlnp G al uJ Q Sn1°no N. .1".norn I1m O1 U O � Q H N tlk W M Vf k M ry C W Z N o N N N O V tC OD 8 W � 1O O W m N ^I N Y C_ 9 m ul u o 'G 7iK1 x 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p Z S V1 O O 111 O O1 b of N O1 G Vf N O Vf N C M N M O N U o� N N N S O N n N ~M M S N Ol °o °oggSSVOiS v01S G ooMMO�;��ok tlF i? S O O O O O O O of O O O O O O O O O O p lfl ci o vin oln lnoory O O Ifl O1 M CD O ry O ti C '` p V1 V1 1� k W 10 M OD V NNE � KtlF C .0 Q W N O O O N N S N S S S S S S 0 0 0 0 0 0 0 0 0 O 0 O 0 O 0 p ZSg in o h w! loner lon S gN 0 N M nW M N N rIM NM Q ry M OD W .» 0 0 0 0 0 0 0 0 0 0 0 0 o 0 S 8 p YnF 2 o 0 0 0 0 G Vi 0 0 vi C G O o Sn1°no N. .1".norn I1m U O � Q H N tlk W M Vf k M ry W G C C of of 1G ui vi V O= M Z O N O M .-1 IR ui N F u o 'G 7iK1 �°0§ 0 Q ssssssssso In InM ssPPss- In mo�rvM Mmoo So f = S h O N 0 O S 0 O o O n N o O S S N CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 October 20, 1999 Civil Works Corporation 2057 Conquista Avenue Long Beach, CA 90815 Gentlemen: Thank you for your courtesy in submitting a bid for the 1999 -2000 Sidewalk, Curb & Gutter Replacement (Contract No. 3286) 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 CIA OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 October 20, 1999 Inspection Engineering Construction 2775 Mesa Verde Drive East, Suite M103 Costa Mesa, CA 92626 Gentlemen: Thank you for your courtesy in submitting a bid for the 1999 -2000 Sidewalk, Curb & Gutter Replacement (Contract No. 3286) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITT OF NEWPORT AACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 October 20, 1999 Kovac, Inc. 9272 Cloudhaven Drive Huntington Beach, CA 92646 -4794 Gentlemen: Thank you for your courtesy in submitting a bid for the 1999 -2000 Sidewalk, Curb & Gutter Replacement (Contract No. 3286) 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 AACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 October 20, 1999 Lee's Construction 6542 San Francisco Drive Buena Park, CA 90620 Gentlemen: Thank you for your courtesy in submitting a bid for the 1999 -2000 Sidewalk, Curb & Gutter Replacement (Contract No. 3286) 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 AACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 October 20, 1999 S. Parker Engineering, Inc. 10059 Whippoorwill Avenue Fountain Valley, CA 92708 Gentlemen: Thank you for your courtesy in submitting a bid for the 1999 -2000 Sidewalk, Curb & Gutter Replacement (Contract No. 3286) 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 CIT? OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 October 20, 1999 JDC P.O. Box 3448 Rancho Cucamonga, CA 91729 -3448 Gentlemen: Thank you for your courtesy in submitting a bid for the 1999 -2000 Sidewalk, Curb & Gutter Replacement (Contract No. 3286) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITT OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 October 20, 1999 A & M Construction 9693 Hazard Avenue Garden Grove, CA 91729 -3448 Gentlemen: Thank you for your courtesy in submitting a bid for the 1999 -2000 Sidewalk, Curb & Gutter Replacement (Contract No. 3286) 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