Loading...
HomeMy WebLinkAboutC-3292 - Malibu Circle Slope Repair0 • CITY OF NEWPORT BEACH January 4, 2000 OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 Brongo Construction, Inc. 32332 Camino Capistrano, Suite 205 San Juan Capistrano, CA 92675 Subject: Malibu Circle Slope Repair (C -3292) To Whom It May Concern: On November 22,1999, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code. The Notice of Completion was recorded by the Orange County Recorder on November 30, 1999, Reference No. 19990818838. The Surety for the contract is Ulico Casualty Company, and the bond number is B99- 115269. Enclosed are the bidders bond, the labor & materials payment bond and the faithful performance bond. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk LH:lb cc: Public Works Department encl. 3300 Newport Boulevard, Newport Beach PAGE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MALIBU CIRCLE SLOPE REPAIR CONTRACT NO, 3292 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal Sum of Ten Percent of the Amount of the Bid in ---- --- --- --- - - - - -- Dollars (S-- 7-- --- - - ---- ), to be paid and forfeited to the City of Newport Beach if the bid proposal of :the undersigned Principal for the construction of MALIBU CIRCLE SLOPE REPAIR, Contiract No. 3292 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to duty enter into and execute the Contract Documents for the construction of the project in the 'form required within ten days (10) (not including Saturday, Sunday, and federal holidays) after the date of the mailing of Notice of Award; otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an Individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 6th day of August Brongo Construction Name of Contractor (Principal) Ulico Casualty Company Name of Surety 14726 Ramona Avenue, Chino, CA 91710 Address of Surety 909 393 -5127 Telephone James W. Moilanen, Attorney -in -Fact Print Name and Tide (Notary acknowledgment of Principal & Surety must be attached) STATE OF California COUNTY OF nrangp August 6, 1999 On _ ,before me, PERSONALLY APPEARED James W. Moilanen personally known to me /salis+ �Fer euideaer) to be the person(. whose name(sl V15 ;are subscribed to the within instrument and ack�n,o�w-1,-� edged to me that e shefthey executed the same ul<g heEftheir authorized capacity�esr and that by<fejherL their signature(afon the instrument the personK or the entity upon behalf of which the personjsyacted, executed the instrument. WITNESS Signature 0 I SS. Mary Jo Stelzer, Notary Public OPTIONAL MARY J. STELZER N COMW #1159374 NOTARY PUBLIC-CALIFORNIA fn ORANGE COUNTY N My Comm. Expires OCT. 24,2601 This area for Official Notarial Seal Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TRLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑X ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAWCONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: K&AW OF PERSOMS) OR EMT (tES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABO', E 1°081 R"' 6 /94 ALL- PURPOSE ACKNOWLEDGEMENT • ULICO • CASUALTY COMPANY 1491 111 Massachusetts Avenue, N.W. Washington, DC 20001 ■ ■ ■ ■ ■ POWER OF ATTORNEY Know All Men By These Presents: That Ulico Casualty Company, A Delaware Corporation, having its principal office in Washington, DC, pursuant to the following resolution, adopted by the Board of Directors of the Corporation effective on the 28th day of January, 1993: RESOLVED: 'That the Chairman and Chief Executive Officer be, and hereby is, authorized to execute Powers-of- Attomey, qualifying the attorney named in the Powers-of-Attorney to execute on behalf of the Corporation contract bonds and other related surety bonds, and to attach thereto the corporate seal of the Corporation, in the transaction of its surety business." RESOLVED: 'That the signatures and attestations of such officers and the seal of the Corporation may be affixed to any such Power-of-Attorney or to any certificate relating thereto by facsimile, and any such Power-of-Attorney or certificate bearing such facsimile signatures and facsimile seal shall be valid and binding upon the Corporation when so affixed with respect to any contract bond or other related surety bond to which it is attached." This Power of Attorney is signed and sealed in facsimile under and by the authority of the above Resolution. DOES HEREBY MAKE, CONSTITUTE AND APPOINT: James W. Moilanen, Sheila K. McDonald, Philip E. Vega, Mary J. Stelzer and Lourdes Landa of Sullivan & Curtis Insurance Brokers, of Irvine, in the State of California, its true and lawful Attomey(s) -in -Fact with full power and authority hereby conferred in its name, place and stead to sign, execute, acknowledge and deliver in its behalf, and as its act and deed, without power of redelegation, as follows: Contract bonds and other related surety bonds: IN AN AMOUNT NOT TO EXCEED THREE MILLION ($3,000,000.00) DOLLARS; to bind Ulico Casualty Company thereby as fully and to the same extent as if such bond was signed by the duly authorized officers of Ulico Casualty Company, and all the acts of said Attomey(s) -in -Fact pursuant to the authority herein given are hereby ratified and confirmed. In Witness Whereof, Utica Casualty Company of Dover, Delaware, has caused this Power of Attorney to be signed by its Chairman and Chief Executive Officer and its Corporate seal to be affixed this 1st day of January, 1999.. This Power of Attorney is void unless the seal is readable, the text is in black ink, the signatures are in black ink, this notice is in red ink, and if attached to a document executed subsequent to March 31, 2001. Ulico Casualty Company District of Columbia m: �3EAL By: orx m'ps o A A. Georgine, and Chief Executive Officer On this 1st day of January, 1999, before the subscriber, a Notary Public of the District of olumbia, duly co toned and qualified, came Robert A. Georgine of Ulim Casualty Company to me personally known to be the individual and officer described therein, and who executed the preceding instrument, and acknowledged the execution of the same, and being by me duly sworn, deposed and said, that he is the officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of the Company, and the Corporate Seal and signature as an officer were duly affixed and subscribed to the said instrument by the authority and direction of the Corporation, and that the resolution of the Company, referred to in the preceding instrument, is now in force. In Testimony Whereof, I have hereunto set my hand, and affixed my official seal at Washington, DC the day and year above written. i NOTARY By PUBLIC Public D.Y. Just- lea VMI 1- ,-iv Gmfnission ea„res March 31, 7 S1 CERTIFICATION 1, Joseph A. Carabillo, Assistant Secretary of Ulico Casualty Company, of Dover, Delaware, do hereby certify that the foregoing Resolution adopted by the Board of Directors of this Corporation and the Powers of Attorney issued pursuant thereto, are true and correct, and that both the Resolution and the Powers of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seal of the corpon Augnst 17999. o0, r SEAL �<t• W rTt p11 UC &102-POAI (06/98) i 0 PAGE 14 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MALIBU CIRCLE SLOPE REPAIR CONTRACT NO. 3292 BOND NO. $99-115269 LABOR AND MATERIALS PAYMENT BOND WHEREAS. the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to Brongo Construction, Inc. hereinafter designated as the "Principal," a contract: for construction of MALIBU CIRCLE SLOPE REPAIR, Contract No. 3292 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference, WHEREAS, Principal has executed or is about to execute Contract No. 3292 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fall to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We the undersigned Principal, and, Brongo Construction, Inc. duty authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of One Hundred, Twenty One Thousand, One Hundred Seventy Dollar; ($121,170.00), lawful money of the United States of America, said sum being equal to 100 0h of the estimated amount payable by the City, of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for arty other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld ;and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 0 PAGE 15 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specification. In the event that any principal above named executed this Bond as an individual, R is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly exearte the above named Principal and Surety, on the 27th day of August 1�9 Srongo Construction Name of Contractor (Principal) Authorized Si atu itle Ulico Casualty Company Name of Surety Authorized Agent Signature 14726 Ramona Avenue Sheila K. McDonald Chino, CA 91710 Attorney -in -Fact Address of Surety Print Name and Title 909 393 -5127 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED STATE OF CALIFORNIA SS. COUNTY OF ORANGE On August 27. 1999 , before me, Mary J. Stelzer PERSONALLY APPEARED Sheila K. McDonald personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowl- edged to me that he /she /they executed the same in his/ her /their authorized capacity(ies), and that by his /her/ their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS Signature OPTIONAL N MARY J. STELZER COMM. #1159374 NOTARY PUBLIC-CALIFORNIA N ORANGE COUNT N * My Comm. Expires OCT. 24,2001 This area for Official Notarial Seal Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NINE OF PERSONS) OR ENITY(IES) OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE to-aeT Rev. 6/% ALL- PURPOSE ACKNOWLEDGEMENT 10 ULICO 0 CASUALTY COMPANY R 034 111 Massachusetts Avenue, N.W. Washington, DC 20001 ■ ■ 0 ■ ■ POWER OF ATTORNEY Know AB Men By Thew Presents: That Ulico Casualty Company, A Delaware Corporation, having its principal office in Washington, DC, pursuant to the following resolution, adopted by the Board of Directors of the Corporation effective on the 26th day of Jananary, 1993: RESOLVED: 'That the Chairman and Chief Executive Officer be, and hereby is, authorized to execute Powersof- Attorney, qualifying the attorney named in the Powers-of- Attorney to execute an be1Wf of the Corporation contract bads and ahor related surety bonds, and to aftach thereto the corporate seal of the Corporation, in the transaction of its surety liminess. ' RESOLVED: 'That the signaares and arm dofn of such officers and the seal of the Corporation may be affixed to any such Powerof- Attoney or to any certificate relating thereto by facsimile, and any such Powerof- Attorney or certificate bearing such facsimile signatures and facsimile seal shall be valid and binding upon the Corporation when so affixed with respect to any contract bond a odor related wrety bond to which it h attached.' This Power of Attorney is signed and sealed in fmanile under and by the authority of the above Resolution. DOES HEREBY MAKE, CONSfrfI1TE AND APPOINT: Philip E. Vega, Mary J. Smlzer, Lourdes Ianda, James W. Moilawn and Sheila K. McDonald, of Sullivan & Curtis Insurance Brokers, of Irvine, in the State of California, its true and IawfW Amerney(s)- in-Fact with fall power and authority hereby conferred in its name, place and stead to sign, execute, acknowledge and deliver in its behalf, and as its act and deed, without power of redelegatio, as follows: Contract bonds and odor related surety bonds: IN AN AMOUNT NOT TO EXCEED THREE MILLION ($3,000,000.00) DOLLARS; to bind Ulico Casualty Company thereby at fully and to the same extent as if such bad was signed by the duty authorized officers of Ulice Casualty Company, and all the acts of said Attomey(s) -m -Fact pursuant to the authority herein given are hereby ratified and confirmed. In Witness Whereof, Ulico Casualty Company of Dover, Delaware, has caused this Power of Attorney to be signed by its Chairman and Chief Executive Officer and its Corporate goal to be affixed this In day of June, 1999. This Power of Attorney is void unless the seal is readable, the text is in black ink, the signatures are in black ink, and this notice is in red ink. This Power of Attorney is void if attached to a document executed subsequent to March 31, 2001. District of Columbia as: Ulico Casualty SEAL A. Chief Executive Officer On this tat day of June, 1999, before the subscriber, a Notary Public of the District of Coomb' duly ecr misvioned and qualifiefl4ame Robert A. Georgina of Ubco Casualty Company to me personally known to be the individual and officer described themin, and who excojed the preceding instrument, arxilleknewledged the execution of the same, and being by me duly swore, deposed and said, tat he is the officer of the Company aforesaid, and dial the seal affixed to the preceding instrument is the Corporate Seal of the Company, and the Corporate Seal and signature as an officer were duly affixed and subscribed to the said instrument by the authority and direction of the Corporation, and that the resolution of the Company, referred to in the preceding instrument, is now in force. To Testimony Whereof, I have heremro set my land, and affixed my official seal at Washington, DC the day and year above written. NOTARY By: A NPOyTtiblic ausuG VD.Y. lusdce' lea CERTIFICATION My Commission Expires March 31, 2001 I, Joseph A. Carabilk. Assistant Secretary of Ulna, Casualty Company of Dover, Delaware, do hereby certify that the foregoing Resolution adapted by the Board of Directors of this Corporation and the Powers of Attorney issued pursuant thereto, are true and correct, and that both the Resolution and the Powers of Attorney are in fug force and effect. In W Wes Whereof, I have bemumo met my hand and affixed the seal of the corporation this 27th day August 1999 . By: CQ 4os9O,y a laeeph A. e, Abistant Secretary SEAL UCI3- 102- REV.POA (0699) SAP- PAGE 16 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MALIBU CIRCLE SLOPE REPAIR CONTRACT NO. 3292 PREMIUM IS FOR CONTRACT TERM BOND NO. B99-1 1 69 AND IS SUBJECT TO AOJUSTMFNT BASED ON FINAL CONTRACT PRICE. FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ _ 2.818 . o0 being at the rate of $ 25/$15 per thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Brongo Construction, Inc. hereinafter designated as the "Principal ", a contract for construction of MALIBU CIRCLE SLOPE REPAIR, Contract No. 3292 in the City of Newport Beach, in strict conformity with the' plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach. all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3292 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Brongo Construction, Inc., duty authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety'), are held and firmly bound unto the City of Newport Beach, in the sum of One Hundred, Twenty One Thousand, One Hundred Seventy Dollars ($121,170.00), lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. PAGE 17 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for six (6) months following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrdment has been duly execu by the Principal and Surety above named, on the27 th day of August 1999 Brongo Construction Name of Contractor (Principal) Ulico Casualty Company Name of Surety 14726 Ramona Avenue Chino, CA 91710 Address of Surety 909 393 -5127 Telephone Authorized Sheila K. McDonald Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED STATE OF CALIFORNIA 55. COUNTY OF ORANGE On August 27 1999 , before me, Mary J. Stelzer PERSONALLY APPEARED Sheila K. McDonald personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowl- edged to me that he /she /they executed the same in his/ her /their authorized capacity(ies), and that by his /her/ their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature OPTIONAL L4VOTARYPUBLIC-CALIFORN110A RYJ.STELZER MM. #1159374 N Of{ANGE COUNN MyComm.ExpiresOCT ypl This area for Official Notarial Seal Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER Trims) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ® ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSONS) OR ENTrrY(tES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE ID-081 Rev. 6/94 ALL- PURPOSE ACKNOWLEDGEMENT 9092795615 _GOLDEtI PACIFIC INS 1124 P02 SEP 09 '99 08:58 in -- ACQIRD �/ERTIFICA EO 'LlAiAM DATE (MMDD YyI tic 09/09/88 PRODUCER 909. 273.7566 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Golden Pacific Insurance Services, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 1 10 N Lincoln Ste 200 COMPANIES AFFORDING COVERAGE Corona, CA 91720.2516 COMPANY A Swett & Crawford INSURED -- Brongo Construction COMPANY B Golden Eagle 32332 Camino Capistrano, #205 San Juan Cap CA 92675 I COMPANY C KRM Risk Management Services ` COMPANY D .. .W'rr. \Lr. - a L e,., f:,n. ,. ir'f ..• •� ):r ...;lr. £ h ..ri:i!i. n 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 _M_ MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPF OF INSu1WNCE POLICY NUMBER LTR POLICY EFFECTIVE PBUSY OLHRATIONI LIMITS DATE U404ADDPFYl DATE IIl"Woomn A GENERAL LIABILITY KZ8511082 3101199 3/01100 GENERAL AGGREGATE i 20011000 1 PRODUCTS - COMD /OP AGG f OQ MERGAL GENEAAL.$ABAIT+ CLAIM9 MADE I X OCCUR PERSONAL S ADV INJURY 6 1000000 'EACH OCCURRENCE If 1000000 TI'l NE0.'9 .CONTRACTOR'S PROs FIRE OAMAOE [Any aM arrl f 50000 - I MCC EKP tA,Y Pro •w•N I 5000 B AUTOMOBILE X LIABILITY ANY AUTO CCP59827700 3101199 i 3/01100 COMBINED SINOLE LIMB f 1000000 1 ALL OWNED AUTOS SCHEOVUP AUTOS i BOOBY INJURY 1pn Para °1 —y— X —N f InRED AUTOS NON - OWNEO AUTOS REWS BODILY INJURY 1 (P.r r cFwrtl PAOPERTY DAMAGE X i . GARAGE LIABLITY AUTO ONLY - EA ACCIDENT i v �Y ANY AUTO __.. DATED r r ''') 7 OTHER THAN AUTO ONLY: EACH ACCIDENT E i AOOREOATE EXCESS LIABILITY UMBRELLA FORM EACH OCCURRENCE f AGGREGATE 6 / OTHER THAN UMBRELLA FORM C WOREEPA COMPENSATION AMC I 02KR0000047 3101199 3(01700 WC9TATU- OTH-' MKOYERS' UAINUTr THE PROPRIETOR/ [NCL PARTNERS/EXECVTNE ki EL EACH ACCIDENT F 1000000 EL DISEASE - POUCY LIMIT 6 1000000 EL DISEASE EA EMPLOYEE 1 1000000 OFFICERS ARE: EXCL i A OTHER 1 KZ8511062 I 3/01199 3101/00 Deductible i Per Claim: $2.500. DESCRIPTION OF OP FMTIONSAOCATIONS,VEMCLEe/MECIAL ITEMS Re: Malibu Circle Slope Repair, Contract 03292. Certificate holder, Its officers, officials, employees and VOIUnte9rs are named as III except 30 da s NOC 10 days for y p y non- pay /non - report of payroll. ;nad'a on G.L. per attached End'1, including primary wording and also on the Auto er olic form. Wan•ar at Subro. to be issued b carrier. ...... •,s ^: a ,iel;: '.: Yi!PnF%s ` ..... t`+, • <f .. ,.fD,,yn t yt.., ':. /'.: itt a,. ,. I:.., t.- r City of Newport Beach eROVLD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THERFOP. TRF ISSUINO COMPANY WILL 11ASBAIMBI MAIL Public Works Department 30 DAV9 WRITTEN NOTICE TO THE CERTIPICAre HOLDER NAMED TO THE LEFT.yi• 3300 New,.ort Boulevard �` Newport Beach CA 92663 AUTNO RF /Z,J�►IIK�(B11En/'NJTw THE -t��" /�Y/.Jk %�•J `% , .— p�:�� .��W¢n�'h �, A[r'l.{j I'it �I ....e J ...__....... —._... — " " °' ` ��E����, j�Ly} �>•- Vr+'].Y'� Ii I•� -Y ti Q.l 1� IY"(:L4 9092795515 4j�DEN PPC IF IC INS I POLICY NUMBER: KZBG11662 THIS ENDORSEMENT • 424 P03 SEP 09 '99 08:56 COMMERCIAL GENERAL LIAABIUTY THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -- (FORM g) Thin nnrtnraamant rn-k ifaa insurance pmvloed under the followlnp: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEOULF Name of Pemen or OrganirllNon: ANY PERSON OR ORGANIZATION TO M OR Tn WHICH YOU ARE OBLIGATED BY YIRTURE Of A WRITTEN CONTRACT OR BY THE ISSUANCE OR EDDSTENCE Of A PERMIT, TO PROVIDE INSURANCE SUCH AS W AFFORDED BY THIS POLICY. (If nn antry appoam ahava, infnrmatinn an applicable to Ibis endorsement) WHO IS AN INSURED (Secdon II) is am Schedule, but only with roapect to I'r2bility IF YOU ARE REQUIRED BY A WRI1 SHALL BE PRIMARY AS RESPECTS NOT APPLY, BUT ONLY WITH RESP to nnmptete this endorsement will be shown in Me Declarations to include as an insured the pemon or organization shown In the outof"your work"tbr that insur-A by or for you. CONTRACT TO PROVIDE PRIMARY INSURANCE, THIS POICY i NFGLIGENCE AND CONDITION a. OTHER INSURANCE DOES 0 COVERAGE PROVIDED BY THIS POLICY. Co 20 10 111 of Copyright, Iniureneo Game" Office, Inc., 19a4 Page 1 of 1 d 9092795615 OLDEN PACIFIC INS 424 P05 SEP 09 '99 09:00 CLARENDON NATIONAL INSURANCE COMPANY A Stock Company Newark, New Jersedy 1177 Avenue of the Atnrericaa (44 & 45° Floors) New York, NY 10036 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY MISCELLANEOUS INFORMATION ENDORSEMENT WORKERS' COMPENSATION AND EMPLOYERS' J- JABILITY INSURANCE POLICY WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS Named Insured: BRONGO CONSTRUCTION INC. Policy No:02KR -0000 -047 Effecbve:3 /1/99 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(s) or organization(s) named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that require; that you obtain this agreement from us. You must maintain payroll records accurately segregating the remuneration of your employees while enenged in the work described in the Schedule. The additional premium for this endorsement shall be 5% of the California Workers' Compensation premium otherwise due on such remuneration. It is hereby agreed that 30 days notice of cancellation will be provided to certificate holder at address shown below, ememeadvaw 10 days notice of cancellation will be provided for non - payment of premium; Minimum Premium: $50.00 Schedule: Person or Oresai7atron CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 NEWPORT BOULEVARD NEWPORT BEACH, CA 92663 Job Descrmtion MALIBU CIRCLE SLOPE REPAIR CONTRACT 43292 A*kf 4e- AUTHORIZED REPRESENTATIVE This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. Endorsement #3 Issued: 9/8/99 WC Q4 03 06 0 RECORDING REQUESTED 4'AND WHEN RECORDED RETURN TO: '99 OEC - City Clerk City of Newport Beach 3300 Newport Boulevard oFFiCE Newport Beach, CA 92663 CITY C ` ERDordea in the county of orange, California ( pIUIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII�IIIIIIIIIIIIIIIIIII Clerk/Recorder Fee A9 : 19990818838 10;17am 11/30/99 005 11015756 11 56 N12 1 6.00 0.00 0.00 0.00 0.00 0.00 ITY CEEK 'tT 6EACH "Exempt from recording fees pursuant to Govemment Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, d I Newport Beach, California, 92663, as Owner, and Brongo Construction, Inc., of San Juan \Q ox Capistrano, California, as Contractor, entered into a Contract on August 23, 1999. Said Contract set forth certain improvements, as follows: Malibu Circle Slope Repairs, C -3292 Work on said Contract was completed on November 5, 1999, and was found to be acceptable on November 22, 1999, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Ulico Casualty Company. BY L PN4c 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 4 nr ,04-6,- �, 1 1 7 _,at Newport Beach, California. BY�1�'�.yL� City Clerk • CJ • • TO: Mayor and Members of the City Council FROM: Public Works Department • November 22, 1999 CITY COUNCIL AGENDA ITEM NO. 9 SUBJECT: MALIBU CIRCLE SLOPE REPAIRS, CONTRACT NO. 3292 — COMPLETION AND ACCEPTANCE RECOMMENDATIONS: crwu =.:;' 1. Accept the work. NOV 2 2 . 2. Authorize the City Clerk to file a Notice of Completion. ` APPROVED 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 August 23, 1999, the City Council authorized the award of the Malibu Circle Slope Repairs contract to Brongo Construction, Inc., of San Juan Capistrano, California. The contract provided for the repair of a rain - damaged slope including re- vegetation of slope and a four -month establishment period. 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: $121,170.00 Actual amount of bid items constructed: 121,170.00 Total amount of change orders: 4,640.00 Final contract cost: 125,810.00 The final overall construction cost including change orders was 3.8% over the original bid amount. One change order in the amount of $4,620.00 provided for the installation of a jute mesh on the slope and grouting several voids under a concrete v- ditch. SUBJECT: Malibu Circle Slope Re* Contract No. 3292 - Completion And Acceptance. November 22, 1999 Page 2 Funds for the project were budgeted in the following account: Description Account No. I Amount Miscellaneous Slope Repairs 7014- C5100508 1 $125,810.00 All work was completed on November 5, 1999, the scheduled completion date. However, a 120 - calendar day plant establishment and maintenance period will continue until March 5, 2000. Upon acceptance of the slope at that time, final payment for the establishment and maintenance period bid item will be made. Respectfully submitted, 0), vv PUBLIC WORKS DEPARTMENT Don Webb, Director Horst Hlawaty, P.E. Construction Engineer f:\ users \pbw\shared\ council \fy99- 00\november- 22 \malibu circle o-3292.doc 1] • u 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 November 23, 1999 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for the Malibu Circle Slope Repairs (C -3292) Resolution No. 99 -80 - Ordering the Vacation and Abandonment of a 10 Foot Sewer Easement Along the Southerly Property Boundary of 116 Kings Road (Lot 2, Block E, Tract 1219) in the Cliffhaven Area Please record the enclosed documents and return them to the City Clerk's Office. Thank you. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk Attachments 3300 Newport Boulevard, Newport Beach RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 " xempt from recording fees pursuant to Govemment 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 Brongo Construction, Inc., of San Juan Capistrano, California, as Contractor, entered into a Contract on August 23, 1999. Said Contract set forth certain improvements, as follows: Malibu Circle Slope Repairs, C -3292 Work on said Contract was completed on November 5, 1999, and was found to be acceptable on November 22, 1999, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Ulico Casualty Company. F-M Q-wk P orks 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 G 'V i 9 at Newport Beach, California. BYv�n City Clerk A-C DATE (MMMDNY) J. A 111AP L 09/09/99 PRODUCER 909-273-7555 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Golden Pacific Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Services, Inc. HOLDER; THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 110 N Lincoln Ste 200 SEP COMPANIES AFFORDING COVERAGE Corona, CA 91720-2516 COMPANY A swan & Crawford /Royal Insurance Co of Amer INSURED Brongo Construction COMPANY S. Golden Eagle 32332 Camino Capistrano, #205 San Juan Cap CA 92675 COMPANY C KAM Risk Management Services COMPANY D . . . . CL11FlAi1RS .' .. . ... . . 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 (MMIDDNY) POLICY EXPIRATION DATE (MMIDDNY) LIMITS A GENERAL LIABILITY KZB511062 3/01199 3/01/00 GENERAL AGGREGATE $ 2000000 X COMMERCIAL GENERAL LIABILITY PRODUCTS - COMP/OP AGO $ 1000000 I CLAIMS MADE I—XI OCCUR PERSONAL & ADV INJURY $ 1000000 EACH OCCURRENCE $ 1000000 OWNER'S & CONTRACTOR'S PROT FIRE DAMAGE (Any one fire) $ 50000 MED EXP (Any one IF .... r) $ 5000 B AUTOMOBILE X LIABILITY ANY AUTO CCP59827700 3/01/99 3/01/00 COMBINED SINGLE LIMIT Ii 1000000 ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Par P .... -) $ X BODILY INJURY (Per accident) $ HIRED AUTOS NON-OWNED AUTOS REVWD X PROPERTY DAMAGE GARAGE LIABILITY UPE R RCEDEO.S latilum AUTO ONLY -EA ACCIDENT $ OTHER THAN AUTO ONLY .. .. . ............ .. ANY AUTO j EACH ACCIDENT AGGREGATE EXCESS LIABILITY EACH OCCURRENCE AGGREGATE UMBRELLA FORM $ OTHER THAN UMBRELLA FORM C WORKERSCOMPENSATIONAND EMPLOYERS' LIABILITY 02KR0000047 3/01199 3/01/00 _JATIJ Y MTjjOTH T �"IT ER j __ EL EACH ACCIDENT 5 1000000 THE PROPRIETOR, INCL PARTNERSIEXECUTIVE EL DISEASE m POLICY LIMIT S 1000000 EL DISEASE - EA EMPLOYEE $ 1000000 OFFICERS ARE: EXCL A OTHER KZB511062 3/01/99 3/01/00 Deductible Per Claim: $2,500. DESCRIPTION OF OPERATIONS/ LOCATIONS /VEHICLES /SPECIAL ITEMS Re: Malibu Circle Slope Repair, Contract #3292. Certificate holder, 30 days NOC except 10 days for its officers, officials, employees and volunteers are named as Acld'l non–pay/non–report of payroll. insd's on G.L. per attached End't, including primary wording and also on Waiver of Subro. to be issued by carrier. -07 7 x x . . . ... . . City of Newport Beach Public Works Department SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILLS MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. 3300 Newport Boulevard Newport Beach, CA 92663 n: ... . . .. . . . AUTH0E REPRESENTATIVE I, V. ...... ..... • 0 3TAC 1 0 POLICY NUMBER:KZ6611062 i COMMERCIAL. GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - (FORM B) Ttdn wndomamant nvWifwa in4urance prnvl ed under the following: COMMERCIAL GENERAL LIABILITY C ERAGE PART. SCHEDULE Name of Petson or Organization: ANY PERSON OR ORGANQATION TO M OR TO WHICH YOU ARE ORLIGATE13 BY VIRTURE OF A WRITTEN CONTRACT OR 9Y THE ISSUIANCE OR EXISTENCE OF A PERMIT, TO PROVIDE INSURANCE SUCH AS IS AFFORDED 13Y THIS POLICY. (If nn antry appear% nhnvw, infnrmntinn rrrod to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Sedan ii) is amedded to include as an insured the person or organ'izatlon shown In the Schedule, but only with raapeet to liability arpsing out of "your work" for that insumd by or km you, IF YOU ARE REOUIRED BY A wRrmo CONTRACT TO PROVIDE PRIMARY INSURANCE, THIS P01CY SHALL Be PRIMARY AS RESPECTS YO10R NEGLIGENCE AND CONDITION 4, OTHER INSURANCE DOES NOT APPLY, BUT ONLY WITH RESPECT,TO COVERAGE PROVIDED BY THIS POLICY. CO 20 110 11 85 Copyright, Iniuraft* Servicoc Office. Inc., 1984 Pagr 1 of 1 M S E March 8, 1999 601DIH PV If I( RE: Brongo Construction Policy No. KZB511062 Policy Term 03/01/99 to 03/01/00 To Whom It May Concern: Certificate holders for certain jobs performed by the above captioned insured require the cancellation wording for their certificate of insurance be amended to exclude the "endeavor to ... but failure to..." wording contained in the cancellation clause. It is agreed and understood that, in the event of cancellation or non - renewal, Golden Pacific Insurance Services will advise Certificate holder of said change and it will not be the responsibility of Royal Surplus Lines Insurance Company. Sincerely sha Engelhar , CIC, CISR Account Manager (0LDIN PV If I( INSU�4HU SI�VIUi, IH(. 3280E. Foothill Boulevard, Suite 100, Pasadena, California 91101 -3103 526 583 1900 FAX 626 583 8535 110 N. Lincoln Avenue, Suite 200, Corona, California 91720 -2516 909 273 7555 FAX 909 279 5615 License No. 0773850 KRMFRESNO 559 277 4950 09/08 '99 15:53 N0.610 02102 CIINDON NATIONAL. INSURANCE CO• ANY A Stock Company Newark, New Jersedy 1.177 Avenue of the Americas (44 & 45" Floors) New York, NY 10036 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY MISCELLANEOUS INFORMATION ENDORSEMENT WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS Named Insured: BRONGO CONSTRUCTION INC. Policy No:02KR- 0000 -047 Effective:3 /l /99 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(s) or organization(s) named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires that you obtain this agreement from us. You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 5% of the California Workers' Compensation premium otherwise due on such remuneration. It is hereby agreed that 30 days notice of cancellation will be provided to certificate holder at address shown below, bus fullam 48 waa A-86 Relive shall impans Hip �Wtwjoa as 16-bilili3i vg MN5- Idad impe" 'Ile 81IMPO" 10 days notice of cancellation will be provided for non - payment of premium; Minimum Premium: $50.00 Schedule: Person or Organization CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 NEWPORT BOULEVARD NEWPORT BEACH, CA 92663 Job DescrivtioA MALIBU CIRCLE SLOPE REPAIR CONTRACT #3292 / AUTHORIZED REPRESENTATIVE This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. Endorsement #3 Issued: 9/8/99 WC 04 03 06 r_ 0 0 CITY OF NEWPORT BEACH NOTICE INVITING BIDS CITY CLERK PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS 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 10th day of August, 1999, at which time such bids shall be opened and read for MALIBU CIRCLE SLOPE REPAIR Title of Project Contract No. 3292 $140,000 Engineer's Estimate Approved by William tapoff 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 Fona Tse. Project Manager at (949) 644 -3311. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MALIBU CIRCLE SLOPE REPAIR CONTRACT NO. 3292 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 PLANS AND GEOLOGIC FINDINGS .......................... ....................ATTACHMENTS PAGE 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MALIBU CIRCLE SLOPE REPAIR CONTRACT NO. 3292 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) maybe 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. 9 0 PAGE 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. 642947 HAZ C21 A C12 Contractor's License No. & Classification ON Bidder PRESIDENT M. .. Date E PAGE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MALIBU CIRCLE SLOPE REPAIR CONTRACT NO. 3292 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 1. NO SUBCONTRACTORS 2. 3. 4, 5. 6. 7. 8. 9. 10. BRONGO CONSTRUCTION Bidder 0 PAGE 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MALIBU CIRCLE SLOPE REPAIR CONTRACT NO. 3292 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he /she has performed and successfully completed. Year Project Person Telephone Completed Name /Agency To Contact Number 1999 - CAPISTRANO UNIFIED - Ken Lapean - 949 489 7293 1999 - SADDLEBACK, S.O.C.C.C.D.- Raul Villalba - 949 582 4500 1999 - NELLIE GATT, H O A - Francis Tanglois - 944 425 1477 1998/99 - CITY MISSION VIEJO -Mark Chagnon- 949 470 3000 1998 - LAGUNA BEACH UNIFIED - Connie Belda - 949 497 7700 1998 - CITY SAN CLEMENTE - Gary Voborsky - 949 498 2533 1995 - BROADMORE HOMES - Bud Campbell - 619 757 9559 BRONGO CONSTRUCTION Bidder 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MALIBU CIRCLE SLOPE REPAIR CONTRACT NO. 3292 NON - COLLUSION AFFIDAVIT State of California ) County of ORANG ss. 0 PAGE LEONARD BRONGO , being first duly swom, deposes and says that he or she is PRESIDENT of BRONGO CONSTRUCTION , 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 gf-4�,alifomia that the foregoing is true i and correct. �'/ BRONGO CONSTRUCTION Bidder Subscribed and swom to before me this T day of k tv5'— 19fl. a Notary Pu c [SEAL] PHILIP J. HUGHES COMM. # 1163799 N 0C Publl< Cydlfomi a < ikMYC ORANGE COMM Ion Ep. nl28/01 My Commission CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MALIBU CIRCLE SLOPE REPAIR CONTRACT NO. 3292 NOTICE TO SUCCESSFUL BIDDER 0 PAGE 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. • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MALIBU CIRCLE SLOPE REPAIR CONTRACT NO. 3292 CONTRACT PAGE 8 THIS AGREEMENT, entered into this 23rd day of August, 1999, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Brongo Construction, Inc., hereinafter "Contractor;" is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: MALIBU CIRCLE SLOPE REPAIR Project Description 3292 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. 3292, 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. • 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 Hundred, Twenty One Thousand, One Hundred Seventy Dollars ($121,170.00). 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: Fong Tse (949) 644 -3340 F. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this Contract, hereby certifies: Brongo Construction, Inc. 32332 Camino Capistrano, # 205 San Juan Capistrano, CA 92675 Leonard Brongo, President 949 -443 -0620 "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 E • 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 1173) 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. 9 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. 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. 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. 0 0 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 CITY OF NEWPORT BEACH A Municip orporation � r By: ennis D. O'Neil, Mayor APPROY413 AS TO FORM: I)Qx,� — CIVY ATTORNEY f :WsersVbvAshared\contract\masters\formal contract maslerAm 08/24/99 PR 1 of 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL MALIBU CIRCLE SLOPE REPAIR CONTRACT NO. 3292 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. 3292 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 @ oNe T-trx)sAan Dollars and ZEko Cents Per Lump Sum 2. Lump Sum Traffic Control @ -rwo rHoosA6)D Dollars and zeeo Cents Per Lump Sum 3. 65 C.Y. Removal and Disposal of Sloughed Material @ - FWE_NT4 Dollars and zEeo Cents Per Cubic Yard $ 20 $ 1,000 $ 2.000 $ 1,300 0 0 PR2of3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 550 C.Y. Unclassified Excavation and Disposal @ TWENrY Dollars and zeeo Cents $ 20 $ 1 Oj� DO Per Cubic Yard 5. Lump Sum Grading @ Ci(g Hl— TF+ooSAAa Dollars and ZE2D Cents $ S, COO Per Lump Sum 6. 10 C.Y. Re -use of Sloughed Material @ TWF%LVE% Dollars and zcko Cents $ 12. $ 120. Per Cubic Yard 7. 650 Tons Import and Place Stone for Rip Rap @ QrJ6 "t\)6eEb Dollars and 7—E20 Cents $ [Do, $ 65, wo Per Ton 8. 950 S.Y. Furnish and Install Filter Fabric @ F 1 yi% Dollars and Z�eD Cents $ `— $ 40-750 Per Square Yard 9. 750 C.Y. Import and Place Top Soil @ T-WELVE Dollars and zE20 Cents $ 1121 $ q , 000 Per Cubic Yard PR3of3 ' ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 300 Each Slope Planting @ TEN Dollars and 26CD Cents Per Each 11. Lump Sum Plant Establishment and Maintenance @ 6ix T1inL'&Hr.2) Dollars and 2EO20 Cents Per Lump Sum 12. Lump Sum Repair Existing Improvements Damaged by Work @ Ter.) THOOSAr6l) Dollars and 2mo Cents Per Lump Sum TOTAL PRICE IN WRITTEN WORDS AUGUST 9th, 1999 Date (949) 443 - 0620 Bidder's Telephone Number 642947 HAZ C12 A C21 Bidder's License No(s). and Classification(s) P-o Cents .E` � $ 10. $ 3,000 $ !c, o00 I ok $ 121,170 . Total Price (Figures) 161'M 3iddeorized Signature and Title 32332 AMINO CAPISTRANO,# 205 SAN UAN CAPO, CA 92675 3dder's Address ci August 23, 1999 AUG 2 3 CITY COUNCIL AGENDA APPROVED ITEM NO. 9 TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: MALIBU CIRCLE SLOPE REPAIR -AWARD OF CONTRACT NO. 3292 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3292 to Brongo Construction, Inc. for the Total Bid Price of $121,170.00, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $12,000.00 to cover the cost of material testing and unforeseen work. DISCUSSION: At 11:00 A.M on August 10, 1999, the City Clerk opened and read the following bids for this project: BIDDER TOTAL BID AMOUNT Low Brongo Construction, Inc. $121,170.00 2 Sim Engineering, Inc. $126,374.95 3 GCI Construction, Inc. $141,745.00 4 Summit Contracting $149,080.00 5 Beador Construction Company $159,450.00 6 Ortiz Enterprises, Inc. $161,490.00 7 L.T. Excavating, Inc. $199,600.00 * Corrected Bid Amount The low total bid amount is 13% below the Engineers Estimate of $140,000.00. The low bidder, Brongo Construction, Inc. of San Juan Capistrano, possesses a General Engineering Contractor "A" license as required by the project specifications. Brongo has satisfactorily completed similar slope repair projects for other Southern California agencies. The heavy rain storms of 1998 caused a number of slope failures throughout the City. This contract provides for the restoration of approximately 6,300 square feet of failed City slope within the canyon below Malibu Circle just westerly of Spyglass Hill Road. SUBJECT: Malibu Circle Slope air -Award of Contract No. 3292 is August 23, 1999 Page: 2 The restoration work consists of the removal of sloughed material, the excavation and removal of unsuitable material, the import and placement of stone and top soil and the planting of coastal sage shrubs for slope stabilization and erosion control. There are sufficient funds available in the following account for the work: Account Description Account Number Amount Miscellaneous Slope Repairs 7014 -05100 -508 $131,170.00 Leighton & Associate investigated the slope and made the repair recommendations. The Public Works staff prepared the project plans and specifications. The contract specifications require the Contractor to complete all construction work within 20 consecutive working days, but no later than October 15, 1999. The plant establishment and maintenance period is 120 consecutive calendar days. Re pectfully submitted, PUBLIC WORKS DEPARTMENT Don Webb, Director Fon , P.E. Associate Engineer Attachment: Project Location Map Bid Summary 0 f:\ users \pbw\ shared\ councif \fy99- 00\august- 23\malibu o-3292.dm 4 PROJECT 0 �P V P" ITAN GPQG o�` � 0 P o$ N SAN JOAQUIN HILLS RD LOCATION MAP NOT TO SCALE MALIBU CIRCLE SLOPE REPAIR 0-3292 U a Mw W 0 IL R. Z LL 0 T H Z w a a w 0 Y LL U MJ W a Q W O O � W m ~ S Q U O � w m Y N W U o U U Z w O Q N Q � H U O 0 J O O LL m m m U 7 a .m f w F- P O O O b O f O c 0 w� W w w Q m2 W W F W U W 2 ZK Wa O a A ro N a m r •E a b 0 E m L n 0 N ci C9 d Ol m 4 • Obi U r E N m L LEI 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p Z Z O 00 O T O O O O v10000 O O O O O O O O " O t N N X00 OM v0�nv°q° co 00 O f9HN N 0 2 A Hi H W t9 df Ni Q Q O fis C O 00000000000 0 0 0 0 0 0 0 0 0 0 0 0 0 U F O O V V O N O m N N O' UZoo Z OI N -00 :D C6 Q N N M r O O h O O O O O O O O O O O O O O f- O O c i 0 0 0 n V O O O O O 0 Z O O N Q n Q f0 O O N N M m n O O O 0 O 0 V O r r M Q IV tD M n N N N Q 80 Nmw a�w`Aw'Ainw N�«n c�www m cf.2 Q N `w � N w m C_ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 w =0000 O O V n m O O W-0 m m O M M O 0 O 0 = W Ej_- 0 0 r N V Q00 O O N O Q t7 O h woo 0000 � fn? r N w N N C lv� O 0 0 0 0 0 0 0 0 0 0 C 0 O O 0 O O 0 O O 0 O O 0 G O 0 0 N_ 0 0 O 0 0 N 0 O 0 0 O o 0 O O 0 O p p m Z Z O r O Nr (7 O r O m�!AO O O a O O a ( O O � O0 O OO �O �OOO �n -�O W �OOO 1O� A O '62 N O a 3 r 0) fV 2 Q H rW NW 19 f9 19 m (9 rW H N 01 C 0 o 0 O 0 O 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 F O OO N N O N O C O Z O O 0 0 O 0 0 0 0 0 O O O m 0 N 0 0 O 0 0 0 0 0 WO 0 J U 0 O 0 O 0 O 0 O 0 O 0 O 0 0 0 0 0 0 0 0 0 0 0 0 = O F• N O N 0 0 0 0 0 0 0 0 0 8 M Z N 01 O ONO A O O O m N A N m N N 0 O 0 O 0 O O m N N M th IA M 19 vi 06 m V N Q iX lh 19 O O O 0 0 0 0 0 0 0 0 0 0 0 0 19 M 0 0 0 0 0 0 0 0 O Q N O m 0 0 0 N m 0 i0 O O a Z O M m m M 0 00 N m O M O W� 000000000000 0 0 0 0 0 0 0 0 0 0 0 0 = 0 YI w O r 1A�'N� ' � oZ W C Q O W Icl f O fM O E J J U U J U U J J O~ N O Q M O f tr/) O 111 M O O C O 2 Z z h N T Y F Z--OW Q J J U U N S y U ¢4 J J IZ W O r r b Q " m N' O 00 N 0 �- a 00'1 m m O � _ 8 0 w E Z 3 a _ c d 0 Q P: a D 0 0 S G C pj o m a LL .o E U o m mr_`m 1° fA c U) E c Z LL m e p O a� 9 6 o `m C pJ fa C Lo m w,Q E � E o a � o x a o N a � An C N R Co C m 9 y O N y m C m 1S m w O e U 0 c N m C N r m W 'm c E ; c C 8 L f7K —dos E�FK� LL Erona� m p }p Cp v Om o N d_ d= W H N M Q m m n m O O �m N m O a A ro N a m r •E a b 0 E m L n 0 N ci C9 d Ol m 4 • Obi U r E N m L LEI 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p X 0 0 0 on 0 0 0 0 0 0 0 O O uZrnN ` " anorn OM v0�nv°q° co .EC O N Hi 1A i9 df Ni W 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N M O an0 t�0 Q N O' J Z OI N :D C6 Q N N M r 0 0 0 0 0 0 0 0 0 0 0 0 Z O O w N O O N O 0 0 0 0 O 0 O m m N 0 i 0 n m O m m O O C6 Q 80 a�w`Aw'Ainw C Q O w � N C 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � =0000 0 0 V n In �O O OO Q! SON N tN ED N� A 0 0 Om = 10 C O 0 0 0 0 0 0 0 0 0 0 0 0 m O O O O O O O O O O O O EZ OO �O �OOO N -�O �OOO O O� N O a 3 r 0) fV CO H rW NW 19 f9 19 m (9 rW H 01 oQ 2 c 0 0 0 0 0 0 0 0 0 0 0 0 Q 0 0 0 0 0 0 0 0 0 0 0 0 U 0 O 0 0 0 0 00 0 0 fV ONO N O O O = O E O M D N O M O O m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O N O m 0 0 0 N m 0 i0 O O Z O M m m M 0 00 N m O M O W� �t9w�wtA OM 1A�'N� O) C Q � E 0600000�ON00 O~ N O Q M O O Q O pp- N M O O C O 2 Z z h N T Y O Q J J U U J U y U ¢4 J J IZ W r r Q " m N' O 00 N 0 �- 00'1 O 3 _ c a S 1° E Z w K p O �O C pJ C m w,Q LLd � E U o N U) N y �• LL O e W O °y «O (q =F- c E ; 8 C 8 L —dos m p }p Cp v Om o N d_ d= m p W !E �m m m m w W U mo a W •A c �HK »C6 Eu'. H O a A ro N a m r •E a b 0 E m L n 0 N ci C9 d Ol m 4 • Obi U r E N m L LEI 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 January 6, 2000 GCI Construction, Inc. 245 Fischer Ave., B -3 Costa Mesa, CA 92626 Gentlemen: Thank you for your courtesy in submitting a bid for the Malibu Circle Slope Repair (Contract No. 3292) 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) 6443005 January 6, 2000 Summit Contracting 1824 Flower Avenue Duarte, CA 91010 Gentlemen: Thank you for your courtesy in submitting a bid for the Malibu Circle Slope Repair (Contract No. 3292) 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 January 6, 2000 Sim Engineering, Inc. 3658 Palomar Drive Fallbrook, CA 92028 Gentlemen: Thank you for your courtesy in submitting a bid for the Malibu Circle Slope Repair (Contract No. 3292) 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 January 6, 2000 Beador Construction Company P. O. Box 1 Corona del Mar, CA 92625 Gentlemen: Thank you for your courtesy in submitting a bid for the Malibu Circle Slope Repair (Contract No. 3292) 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 CI1 7 OF NEWPORT B0 F.ACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 January 6, 2000 Ortiz Enterprises, Inc. 12 Mauchly, Building J Irvine, CA 92618 Gentlemen: Thank you for your courtesy in submitting a bid for the Malibu Circle Slope Repair (Contract No. 3292) 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, �Gf �,,� Vin, / ✓u��:�, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach • 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 January 6, 2000 L. T. Excavating, Inc. 27601 Forbes Road,# 53 Laguna Niguel, CA 92677 Gentlemen: Thank you for your courtesy in submitting a bid for the Malibu Circle Slope Repair (Contract No. 3292) 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