HomeMy WebLinkAboutC-3197 - City-wide ADA Curb Access Ramps-FY 1997/98CITY OF NEWPORT BNEWPORT ACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
November 16,1998
West Coast Construction, Inc.
3030 Oak Avenue
Corona, CA 91720
Subject: Contract No. 3197 - Citywide ADA Curb Access Ramps
On September 28, 1998, 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 has been
recorded in accordance with applicable portions of the Civil Code.
The Notice of Completion was recorded by the Orange County Recorder on
October 9, 1998 - Reference No. 19980686802. The Surety for the contract is
Redland Insurance Company and the bond number is RED1051286.
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
LH:li
cc: Public Works Department
Horst Hlawaty, Construction Engineer
encl.
3300 Newport Boulevard, Newport Beach
THE IN5TITUTE 09-ARCHITECTS
e�
Bid Bond
KNOW ALL MEN -BY Tr:=- -E PRE: -ENTS, thatwe WEST MAST CONSTRUCTION
3030 OAK AVE CORONA, CA 91720 Q4f- �rait .y..., >. 4{ai
as ?rincpaf, hereinafter tatted L'Te pnncpaf, and REMAND INSURANCE COMPANY
8751 N. 51ST AVE #121 GLENDALE, AZ 85302 w-- ;^ .ter ^ OW +d&�• -r 41,1
a corporation duly organized under the laws of the :face of IOWA
as Surety, hereinaiter called dhe Surety, are held and firmly bound unto
CITY OF NEWPORT BEACH
as Cbiigee, hereinafter called the Cbiigee, in tt e Sun of
TEN PERCENT OF AMOUNT BID*** Ccilars CS 10% OF BID***
for e p :yr^ „enc cf which oum we_ :(u d t ^aiy tp he .Made, the said principal and the said Sur_y, b'r. :d
ourselves, our hers, executors, administrators. succascrs and assigns, joindy aad severally, Srniy by
these ;re -eats.
WjER :AS, the Principal has submitted a bid for
21,v- ...... !-V .. , idnsa and ae,ato
CITY WIDE ADA CURB ACCESS RAhPS #3197
Now, T HEZVOItse if the Obligee shall acct ie bid of ie Trtecoal and the Piindpal sail enrer into a Cantra=
with the Cblisee in ac— edaace wiLt ne terms of mr:1 bid. and #” U ch bond or bonds u may be specQed in the bidoins
or Gntra= C=menU with good and sudleent sure-f Eor the faithful pesfomunce of such Canoa= and for ie prompt
psymenc of labor and material furnished in the proseestion thereof. or in the Brent of the failtan of the trindaaf to enter
sues C;ntnc: and give w4h bond or bonds, it tlse hinripal shalt pay b the CWSvie rue d8erexr not b ecrea ;he penalty
hereof between the amount speetried in said bid and such Larger amount Ear which the Ctrgw may in good WLR contra=
with anodes puny to perform the Woric =vvred by said bid, then its obi-;adan shah be nud and Void, ca-er.,ne v remain
in Ew2 Earn and ,afire-
Signed and sealed this 19TH
(wita,ess)
day of MAY
(pnoopai)
ILO INSURANCE"CChPANY
a ry)
(i'iae)
KELLY A. SA ATTORNEY -IN -FACT
is 98
AIA o4a;cjAHrer AJH • 510 eCNO - ALA 0 - FU*UA$T 17" ED - THE AMU CAM
ts•rsnT.%XM Of AAC14MGT1, =5 K.T. AYf_ MW_ wA9,1t -C7CN, o. C. MOM :
CALIFORNIA
ALL 1ORPOSE ACKNOWLEMEMENT
STATE OF CALIFORNIA
S.S.
CGC`= OP 5.2N °ERNARDIINO )
Cn `5h1 before me,
= R,NCES LEFLER. NOTARY P11R1 T� personally appeared
:KELLY A. SAIT"AN, ATTORNEY- TN -;:A(•T ,
X personally known to me;
or proved to me on the basis of satisfactory evidence to be the
cerson "-!r) whose name ) is subscribed to the within inst__ment and
ac. <nc wI e Cec to me that ():e /she /-;Br- *) eXecul ed the same in
iaiil^er/=- authorized capacity(--e-&T, and that the entity upon.
behalf cf wrich the person(sT— acted, executed the instrument.
W=-NESS m -r 'nand and official seal.
(SEAL) f _.......1:.1:..:....11: . .
FRANCES LEFLER
Z S
Z oOMMucAa9oRNrsc NiA? v �
SAN BERPIARDIPIO COUNTY
My Ccmm. Exp. May 14, 1999 1
+,43d On39gt3gi3q330qiqqp ;3439dr ? ^ -�
XXX «XiXXi XXXYX'L XX TXT FX< ; ; ; «1x TixTXi'Xi X'`'Ix XXXXXX'RXX1' #S<t TXT<
CA?ACT= ('T A TT±RD BY SIMMER:
`_"hCUgh statute does not rea -uirs t o ncta= z to =ill in the data belcw,
dc--'n, so may _rove invaluable to persons relyinc on the docamenz.
=- dividual(s)
Co= _yc ==ta Gf= cer(si
es
T fistse(s)
Guardian /conservator
tither.
Signer is representing:
and
and
anC
Limited General
+ � ...� < + « : +s *�xt��,rX��,rt�r + + * ++ *.,rat * + *t + *+�,terr tart * :r + *:r +♦
ATTE:TT =0L7 NOTARY: Although the information requested below is
opticnal, it could prevent fraudulent attachment of this certificate
to unauthorized document.
Title of t-r;,e of document: BOND
Number of pages:
Date of document:
Sicner(s) other than named above:
THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUXENT DESCRIBED ABOVE.
KASJI�r
REDLAND INSURANCE COMPANY
POWER OF ATTORNEY RED 1051203
KNOW ALL MEN BY THESE PRESENTS, THAT REDLAND INSURANCE COMPANY does hereby make, constitute and appoint
JAY P. FREEMAN " FRANCES LEFLER " KELLY A. SAUMAN OF ONTARIO, CALIFORNIA
its true and lawful Attorney -in -Fact, to make, execute and deliver on its behalf Surety bonds, undertakings and other instruments of
similar nature as follows:
WITHOUT LIMITATIONS AS TO TYPE AND AMOUNT
This Power of Attorney is granted and sealed under and by the authority of the following Resolution adopted by the Board of
Directors of the Company on the 18th day of October, 1993.
"RESOLVED, that the Chairman of the Board, the President, an Executive Vice President or a Vice President be, and that each
of them is, authorized to execute Powers of Attorney qualifying the Attorney -in -Fact named in the given Power of Attorney to
execute in behalf of the Company, bonds, undertakings and other instruments of similar nature, and said officers may rename any
such Attorney -in -Fact or agent and revoke any Power of Attorney previously granted to such person.
FURTHER RESOLVED, that an Assistant Secretary be, and that each or any of them hereby is, authorized to attest the
execution of any such Power of Attorney, and to attach thereto the seal of the Company.
FURTHER RESOLVED, that the signatures of such officers and the seal of the Company 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 or facsimile seal shall be binding upon the Company when so affixed and in the future with respect to any bond,
undertaking or instruments of similar nature to which it is attached."
IN WITNESS WHEREOF, REDLAND INSURANCE COMPANY has caused its official seal to be hereunto affixed, and these
presents to be signed by its President this 18th day of October, 1993.
Attest:
PETER A. KNOLLA
Secretary
STATE OF IOWA
] s.s.:
COUNTY OF POTTAWATTANIIE J
Council Bluffs
Q":OQP O iQ4.
REDLAND INSURANCE COMPANY o U �'� M
W ' .SEAL..
By �o ••.,
GNP[[ BlBffSxc
JOHN P. NELSON
President
On this 18th day of October, 1993 before me personally came John P. Nelson, to me known, who being by me duly sworn did
depose and say that he is President of REDLAND INSURANCE COMPANY the corporation described in and which executed the
above instrument; that he knows the seal of the said corporation, that the seal affixed to the said instrument is such corporate seal;
that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order.
JEANETTEALDREDGE
* * MY COMMISSION EXPIRES JEANETTE ALDREDGE
3trr99 NOTARY PUBLIC
My Commission Expires Mazch 15, 1999
L the undersigned, Vice President of REDLAND INSURANCE COMPANY an Iowa corporation, DO HEREBY CERTIFY that
the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore that the Resolution
of the Board of Directors, set forth in the said Power of Attorney, is now in force.
Signed and sealed at the City of Council Bluffs, in the State of Iowa, dated the 19TH day of My , 199
ROGER D. STORDAHL
Senior Vice President
THIS DOCUMENT IS NOT VALID UNLESS PRINTED ON GREY SHADED BACKGROUND WITH A RED SERIAL NUMBER IN THE
UPPER RIGHT HAND CORNER. THE BACK OF THIS DOCUMENT CONTAINS AN ARTIFICIAL WATERMARK -HOLD AT AN
ANGLE TO VIEW. IF YOU HAVE ANY QUESTIONS CONCERNING THE AUTHENTICITY OF THIS DOCUMENT. YOU ARE URGED
TO CONTACT OUR POWER OF ATTORNEY CUSTODIAN AT I- 800 -26_ -5251.
101 / POA / 2/9A
Y' � : •" � f !' I''�YS' {' t+1 .,yF`� �r : ='� 1. .. i.
XECUTEI7 IN K'UR COUNTERPARTS •
PAGE 15
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CITYWIDE ADA CURB ACCESS RAMPS
CONTRACT NO. 3197
BOND NO. RED1051286
PREMIUM INCLUDED IN PERFORMANCE 13=
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted, has awarded to West Coast Construction, hereinafter designated as the "Principal," a
contract for construction of Citywide ADA Curb Access Ramps, Contract No. 3197 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. 3197 and the terms
thereof require the furnishing of a bond, providing that if Principal or any of Principal's
subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for,
or about the performance of the work agreed to be done, or for any work or labor done thereon of
any kind, the Surety on this bond will pay the same to the extent hereinafter set forth:REDLAND INSURANCE
COMPANY
NOW, THEREFORE, We the undersigned Principal, and,
duly authorized to transact business under the laws of the State of California, as Surety, (referred to
herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of twenty five
thousand eight hundred ten and no /100 Dollars ($25,810.00), lawful money of the United States of
America. said sum being equal to 100% of the estimated amount payable by the City of Newport
Beach under the terms of the Contract; for which payment well and truly to be made, we bind
ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally,
firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's
subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery
used in, upon, for, or about the performance of the work contracted to be done, or for any other work
or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with
respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to
the Employment Development Department from the wages of employees of the Principal and
subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to
such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum
specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a
reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of
the Civil Code of the State of California.
• • PAGE 16
The Bond shall inure to the benefit of any and all persons, companies, and corporations
entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to
them or their assigns in any suit brought upon this Bond, as required by and in accordance with the
provisions of Sections 3247 :t. seq. of the Civil Code of the State of Cal: ornia.
And Surety, for value received, hereby stipulates and agrees that no change, extension of
time, alterations or additions to the terms of the Contract or to the work to be performed thereunder
or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and
it does hereby waive notice of any such change, extension of time, alterations or additions to the
terms of the Contract or to the work or to the specifications.
In the event that any principal above named executed this Bond as an individual, it is agreed
that the death of any such principal shall not exonerate the Surety from its obligations under this
Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the above named
Principal and Surety, on the 13TH day of JULY —'19 98.
5
WEST COAST CONSTRUCTION
Name of Contractor (Principal)
Name of Surety
8751 N. 51ST AVENUE, S -121
GLENDALE, AZ 85302
Address of Surety
Telephone
Signature/Title
Authorized A(geht Signature
KELLY A. SAITMAN, ATTORNEY -IN -FACT
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
CO IFORNIA 0
ALL PURPOSE ACKNOWLEDGEMENT
STATE OF CALIFORNIA )
S.S.
COUNTY OF SAN BERNARDINO )
On I before me,
TERESA 82TL R, NOTARY PUBLIC personally appeared
KELLY A. SATTMAN ,
X personally known to me;
or proved to me on the basis of satisfactory evidence to be the
person(a) whose name(A) is /tom subscribed to the within instrument and
acknowledged to me that Qa /she/A*W executed the same in
his /her /their authorized capacity($tm), and that the entity upon
behalf of which the personoaq acted, executed the instrument.
WITNESS my hand and official seal.
(SEAL)
Signature of Notary Public
CAPACITY MATED BY SIGNER:
Though statute does not require the notary to fill in the data below,
doing so may prove invaluable to persons relying on the document.
Individual(s)
Corporate Officer(s)
Titles
Partner(s)
X Attorney -in -Fact
Trustee(s)
Guardian /Conservator
Other:
Signer is representing:
and
and
Limited General
ATTENTION NOTARY: Although the information requested below is
optional, it could prevent fraudulent attachment of this certificate
to unauthorized document.
Title of type of document:
Number of pages:
Date of document:
Signer(s) other than named above:
THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT
ius /1e 7
_.r -'i.,
EXECUTED N FOUR COUNTERPART •
PAGE 17
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CITYWIDE ADA CURB ACCESS RAMPS
CONTRACT NO. 3197
BOND NO. RED1051286
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 279.00 , being at
the rate of $ 7.20 PER thousand of the Contract price.
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted, awarded to West Coast Construction, hereinafter designated as the "Principal", a contract
for construction of Citywide ADA Curb Access Ramps, Contract No. 3197 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. 3197 and the terms
thereof require the furnishing of a Bond for the faithful performance of the Contract;
NOW, THEREFORE, we, the Principal, and[MLAND INSURANCE COMPANY
, duly authorized to transact business under the laws of the State of
California as Surety (hereinafter "Surety "), are held and firmly bound unto the City of Newport Beach,
In the sum of twenty five thousand eight hundred ten and no/100 Dollars ($25,810.00), 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.
0
0
PAGE 18
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 instrument has been duly executed by the Principal and Surety
above named, on the 13TH day of JULY 11998
WEST MAST C`CSNSTRUCTTM
Name of Contractor (Princ'.rsl)
REMAND INSURANCE COMPANY
Name of Surety
8751 N. 51ST AVENUE, 5 -121
M.FNnALP, A7 65307
Address of Surety
800 - 348 -9781
Telephone
Autho � ed Signaturerfitle
'n` r
l�h ,
Authorized Age ignature
KELLY A. SAITMAN, ATTORNEY—IN—FACT
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
C0_IFORNIA 0
ALL PURPOSE ACKNOWLEDGEMENT
STATE OF CALIFORNIA )
S.S.
COUNTY OF SAN BERNARDINO )
On , V before me,
TERESA AGUILAR, NOTARY p m .I(' , personally appeared
KELLY A. SAITMAN ,
X _ personally known to me;
or proved to me on the basis of satisfactory evidence to be the
person(a) whose name(s) is /Am subscribed to the within instrument and
acknowledged to me that Pw/she/A&aV executed the same in
his /her /their authorized capacity(7[=), and that the entity upon
behalf of which the personoso acted, executed the instrument.
WITNESS my hand and official seal.
(SEAL)
J �
Signature of Notory Public
CAPACITY rT.AT7P. BY SIGNER:
Though statute does not require the notary to fill in the data below,
doing so may prove invaluable to persons relying on the document.
Individual(s)
Corporate Officer(s)
Titles
Partner(s)
X Attorney -in -Fact
Trustee(s)
Guardian /Conservator
Other:
Signer is representing:
and
and
Limited
General
ATTENTION NOTARY: Although the information requested
optional, it could prevent fraudulent attachment of this
to unauthorized document.
Title of type of document:
Number of pages:
Date of document:
Signer(s) other than named above:
THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT
ius /1a 7
below is
certificate
n
u
REDLAND INSURANCE COMPANY
POWER OF ATTORNEY RED 1051288
KNOW ALL MEN BY THESE PRESENTS, THAT REDLAND INSURANCE COMPANY does hereby make, constitute and appoint
JAl" P. FREEMAN « FRANCES LEFLER " KELLY A. SAMOAN OF ONTARIO. CALIFORNIA
its true and lawful Attorney -in -Fact, to make, execute and deliver on its behalf Surety bonds, undertakings and other instruments of
similar nature as follows:
WITHOUT LIMITATIONS AS TO TYPE AND AMOUNT
This Power of Attorney is granted and sealed under and by the authority of the following Resolution adopted by the Board of
Directors of the Company on the 18th day of October, 1993.
"RESOLVED, that the Chairman of the Board, the President, an Executive Vice President or a Vice President be, and that each
of them is, authorized to execute Powers of Attorney qualifying the Attorney -in -Fact named in the given Power of Attorney to
execute in behalf of the Company, bonds, undertakings and other instruments of similar nature, and said officers may rename any
such Attorney -in- Fact or agent and revoke any Power of Attorney previously granted to such person.
FURTHER RESOLVED, that an Assistant Secretary be, and that each or any of them hereby is, authorized to attest the
execution of any such Power of Attorney, and to attach thereto the seal of the Company.
FURTHER RESOLVED, that the signatures of such officers and the seal of the Company 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 or facsimile seal shall be binding upon the Company when so affixed and in the future with respect to any bond,
undertaking or instruments of similar nature to which it is attached."
IN WITNESS WHEREOF, REDLAND INSURANCE COMPANY has caused its official seal to be hereunto affixed, and these
presents to be signed by its President this 18th day of October, 1993.
Attest:
PETER A. KNOLLA
Secretary
STATE OF IOWA )
COUNTY OF POTTAWATTAMIE )
Council Bluffs
IP
OQ .�
REDLAND INSURANCE COMPANY o ; U �•� ttt
W i
By t ....SEAL
o�NCJf BLUFES�o
JOHN P. NELSON
President
On this 18th day of October, 1993 before me personally came John P. Nelson, to me known, who being by me duly sworn, did
depose and say that he is President of REDLAND INSURANCE COMPANY the corporation described in and which executed the
above instrument, that he knows the seal of the said corporation, that the seal affixed to the said instrument is such corporate seal;
that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by// like
���,order.
J� JEANETTE ALDREDGE d?,t --
* * MY COMMISSION EXPIRES JEANETTE ALDREDGE l /U/1
'D'at 3.15 -96 NOTARY PUBLIC
My Commission Expaes March 15, 1999
1, the undersigned, Vice President of REDLAND INSURANCE COMPANY an Iowa corporation, DO HEREBY CERTIFY that
the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore that the Resolution
of the Board of Directors, set forth in the said Power of Attorney, is now in force. I,� n
Signed and sealed at the City of Council Bluffs, in the State of Iowa, dated the l 3 day of JG '19 7
ROGER D. STORDAHL
Senior Vice President
i
THIS DOCUMENT IS NOT VALID UNLESS PRINTED ON GREY SHADED BACKGROUND WITH A RED SERIAL NUMBER IN THE
UPPER RIGHT HAND CORNER. THE BACK OF THIS DOCUMENT CONTAINS AN ARTIFICIAL WATERMARK -HOLD AT AN
ANGLETO VIEW. IF YOU HAVE ANY QUESTIONS CONCERNING THE AUTHENTICITY OF THIS DOCUMENT, YOU ARE URGED:,;.` "_1
TO CONTACT OUR POWER OF ATTORNEY CUSTODIAN.AT 1- 800 -262 -5253.
'- 1011 POA1'.,'99
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
IllllIIIIIIIIIIIIIIIlBlllllllllllllllllllllllllllllllilll lllllli No Fee
19980686802 2:46pm 10/09/98
005 14019986 14 23
N12 1 6.00 0.00 0.00 0.00 0.00 0.00
"Exempt =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 West Coast Construction, Inc. of
Corona, California, as Contractor, entered into a Contract on June 22, 1998. Said
Contract set forth certain improvements, as follows:
Citywide ADA Curb Access Ramps, C -3197.
Work on said Contract was completed on August 3, 1998, and was found to be
acceptable on September 28, 1998, by the City Council. Title to said property is vested in
the Owner, and the Surety for said Contract is Redland Insurance Company.
BY �i ^�0�
0
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 ( 7, , , ter
BY
City Clerk
, at Newport Beach, California.
.a
ITp
1 try\
Cl
•
•
•
TO: Mayor and Members of the City Council
FROM: Public Works Department
SUBJECT: COMPLETION AND ACCEPTANCE OF CITYWI
RAMPS — CONTRACT NO. 3197
RECOMMENDATIONS:
September 28, 1998
CITY COUNCIL AGENDA
ITEM NO. 9
r
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days after the Notice of
Completion has been recorded in accordance with applicable portions of the Civil
Code.
DISCUSSION:
On June 22, 1998 the City Council authorized the award of the Citywide ADA Curb
Access contract to West Coast Construction, Inc. of Corona, California. The contract
provided for the construction of curb access ramps and concrete bus stop pads at
various locations within the City. 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: $25,810.00
Actual amount of bid items constructed: 27,408.50
Total amount of change orders: 156.00
Final contract cost: $27,564.50
The increase in the amount of actual bid items constructed over the original bid amount
resulted from an increase of actual bid item quantities such as concrete sidewalk and
access ramps. The final overall construction cost including change orders was 6.8%
over the original bid amount.
One change order in the amount of $156.00 provided for additional curb.
SUBJECT: Completion And Acce* of Citywide ADA Curb Access Ramps - Contract *3197
September 28, 1998
Page 2
Funds for the project were budgeted in the General Fund - Street Account No. 7013- •
C5200426 (City -wide ADA Curb Ramps).
All work was completed on August 3, 1998, ahead of the August 10, 1998, scheduled
completion date.
Respectfully submitted,
q
PUBLIC WORKS DEPARTMENT
Don Webb, Director
By ����✓
Horst Hlawaty, P.E.
Construction Engineer
Attachment: Area Map •
CJ
\bplrys groups\pubw rks \taun0\fy98- 99\sep1 -28%da cur c3197.doo
' BAKER ST.
i W
CJ N ADAMS AVE. m ORANGE
COAST
m COLLEGE 9 °G�
Z CITY OF ORANGE CO. �sro QJ5 '
Z = o Q FAIRGROUND
°
O( COSTA iF m OF MESA g
IRVINE
m°
LL VICTORIA ST.
�� 22HO UPPER w UNIVERSITY
w J NEWPORT,
P BAYS U.C.I.
U r 19TH ST.
- -- / ITY
ti i Z Sl 1P OF BISON AVE
INEWP 'rq
H �P ate'�BEAC i
f ✓s / &S;;
' \�� •, ry , � , Sr � / � 1 FORA _
SAN R0.
\\ \\
co
NPT.
Hyy CENTE
>RESER.
R '�1�BDA /O`er RD. a 1,
BAC i01 is wD
�.` B` p
_ \ INA Y
OCEAN
VICINITY MAP 0
SCALE: 1" = 4400' Q>-- PROJECT LOCATION
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
EXHIBIT 'A"
CITYWIDE ADA CURB ACCESS RAMP
C-3197
. CITY CLEM
PAGE 1
CITY OF NEWPORT BEACH
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, P.O. Box 1768
Newport Beach, CA 92658 -8915
until 10:00 a.m. on the 28th day of May, 1998 ,
at which time such bids shall be opened and read for
Citywide ADA Curb Access Ramps
Title of Project
Contract No. 3197
$35,000
Engineer's Estimate
roved
Don Webb
Public Works Director
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3300 Newport
Boulevard, P. O. Box 1768, Newport Beach, CA 92658 -8915.
For further information, call James Brahler. Project Manager at (949) 644 -3311.
0
PUBLIC NOTICE
AND
NOTICE OF INVITING BIDS
PAGE 1A
Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P.O.
Box 1768, Newport Beach, CA 92659 -1768 until 11:00 A.M. on the 27"' day of May,
1998, at which time bids will be opened and read for:
CITYWIDE ADA CURB ACCESS RAMP
Contract No. 3197
$35,000
Engineer's Estimate
Notice is hereby given that the City of Newport Beach will use Community Development Block
Grant (CDBG) funds from the U.S. Department of Housing and Urban Development to fund this
project. It is HUD's requirement that employment and other economic opportunities generated by
CDBG funds shall to the greatest extent feasible be directed to low and very low income persons
located within a specified geographical area, particularly those who are recipients of government
assistance for housing, and to business concerns which provide economic opportunities to low and
very low income persons. The successful contractor as a condition of the contract, shall be
subject to the Section 3 requirements to encourage, to the greatest extent feasible, training,
employment, and contracting opportunities to low- income and very low- income persons and
business concerns owned by low- income and very low- income persons, or which employ low -
income and very low- income persons located within a specified geographical area.
Section 3 Business Concern: A business entity formed in accordance with State law, to engage in
the type of business activity for which it was formed, and; 1) is 51% or more owned by Section 3
residents; or 2) whose permanent, full -time employees include persons, at least 30 percent of
whom are currently section 3 residents, or within three years of the date of first employment with
the business concern were section 3 residents; or 3) that provides evidence of a commitment to
subcontract in excess of 25% of the dollar award of all subcontracts to be awarded to business
concerns that meet the qualifications set forth in 1) and 2) above.
Section 3 Resident: 1) A public housing resident; or 2) an individual who resides in the
neighborhood or County in which the persons benefiting from the Section 3 covered project reside.
Prospective bidders may obtain one set of bid documents at no cost at the office of the Public
Works Department, 3300 Newport Boulevard, Newport Beach, CA 92659 -1768.
For further information, please contact James Brahler, Project Manager, at (949) 644 -3311.
PAGE 2
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CITYWIDE ADA CURB ACCESS RAMPS
CONTRACT NO. 3197
INSTRUCTIONS TO BIDDERS
1. The following documents shall be completed, executed and received by the City Clerk in
accordance with NOTICE INVITING BIDS:
INSTRUCTIONS TO BIDDERS
BIDDER'S BOND
DESIGNATION OF SUBCONTRACTORS
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
NON - COLLUSION AFFIDAVIT
PROPOSAL
2. Cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be
received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall
be clearly marked on the outside of the envelope containing the documents.
3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed
above. Bidders are advised to review their content with bonding and legal agents prior to
submission of bid.
4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized
by the Insurance Commissioner to transact business of insurance in the State of California, and
(2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570.
5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to
allow the comparison of total bid prices.
6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by
unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid
wording shall prevail over bid figures. In the event of error in the multiplication of estimated
quantity by unit price, the correct multiplication will be computed and the bids will be compared
with correctly multiplied totals. The City shall not be held responsible for bidder errors and
omissions in the PROPOSAL.
7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor
irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the
request and expense of the Contractor, securities shall be permitted in substitution of money
withheld by the City to ensure performance under the contract.
PAGE 3
The securities shall be deposited in a state or federal chartered bank in California, as the escrow
agent.
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 Contractor shall be responsible for insuring compliance with provisions of Section 1777.5
of the Labor Code Apprenticeship requirements and Section 2100 et seq. Of the Public Contracts
Code, "subletting and Subcontracting Fair Practices Act."
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 a general partner. For
sole ownership, the signature shall be of the owner.
COMMUNITY DEVELOPMENT BLOCK GRANT PROVISIONS
General: The City of Newport Beach will receive Community Development Block Grant
( "CDBG ") funds from the United States Department of Housing and Urban Development ( "HUD ")
pursuant to Title I of the Housing and Community Development Act of 1974 (42 U.S.C. 5301 et seq.),
as amended ( "ACT') and the regulations of 24 C.F.R. Section 570 et. seq. ( "federal funds "). CITY
has approved the provision of federal funds under ACT to be used to fund the construction of this
contract.
1. Records and reports: The Contractor shall keep records of all federal funds received from the
City of Newport Beach under the terms and conditions of this agreement and of all costs and
expenses related to the contract in accordance with the provisions contained in the Federal Office of
Management and Budget Circular A -110 with its subparts and appendix.
The Contractor shall retain said records and invoices for 3 years minimum final payment has
been received and all other pending matters in connection with the work to be performed under this
contract have been closed. The Contractor's records shall include payroll records that accurately
show the name, address, social security number, work classification, straighttime and overtime hours
worked each day and week, and the actual per diem wages paid to each employee, apprentice or
journeyman employed by it in connection with this project in accordance with the Davis Bacon Act
(40 USC section 176a, et seq.) by the Secretary of Labor and agrees to require each of its
subcontractors to do the same for each craft or type of worker needed to perform this contract. The
E
PAGE M
Contractor shall also agree that its payroll records and those of its subcontractors, if any, shall be
available at all reasonable times to the City of Newport Beach, the employee or his representative,
the Division of Labor Standards Enforcement, and the Division of Apprenticeship Standards, and
shall comply with all of the provisions of California Labor Code.
2. Federal Participation: This contract is being financed by the United States of America.
Several contract provisions embodied herein are in accordance with the provisions applicable to such
federal assistance. Since federal funds are financing the work, the statutes, rules and regulations
promulgated by the Federal Government and applicable to the work will apply, and the Contractor
agrees to comply therewith.
3. Other Program Requirements: The Contractor agrees to comply fully with all applicable rules,
regulations, guidelines, procedures and standards of the United States Department of Housing and
Urban Development, and to complete any and all reports and forms that may be required in
accordance therewith. The Contractor further agrees to fully comply with all applicable federal, state
and local laws and regulations, including, but not by way of limitation, Title I of the Housing and
Community Development Act of 1974 as amended and the regulations of 24 C.F.R. Section 570 et
seq., Title 22 of the California Administrative Code and Title 24 of the Code of Federal Regulations,
CDBG financial and contractual procedures and OMB Circular Nos. A -87, A -122 and A -110, with
Subparts A,B,C,D and Appendix A and Subpart K as set forth in 24 C.F.R. 570.600.
4. Non - Discrimination: The Contractor, its affiliates, subsidiaries or holding companies shall not
discriminate against any subcontractor, subconsultant, employee or applicant for employment
because of race, color, religion, sex, national origin, age or handicap. Such nondiscrimination shall
include, but not be limited to, the following: employment, upgrading, demotion, transfers,
recruitment, recruitment advertising, layoff, termination, rates of pay or other forms of compensation,
and selection for training, including apprenticeship. The Contractor shall take positive steps to hire
local qualified minority individuals when job opportunities occur and utilize local business firms when
possible. The Contractor agrees to post in conspicuous places, available to employees and
applicants for employment, notices setting forth the provisions of this non - discrimination clause. The
Contractor shall, in all solicitations or advertisements for employees placed by or on behalf of the
Contractor, state that all qualified applicants will receive consideration for employment without regard
to race, color, religion, sex, national origin, age or handicap. The Contractor shall not discriminate on
the basis of age in violation of any provision of the Age Discrimination Act of 1975, 42 USC Section
6101 et seq. or with respect to any otherwise qualified handicapped individual as provided in Section
504 of the Rehabilitation Act of 1973, 29 USC Section 794.
5. Davis -Bacon Act: The Contractor agrees to pay and require all subcontractors to pay all
employees on this contract a salary or wage at least equal to the prevailing rate of per diem wage as
determined by the Secretary of Labor in accordance with the Davis -Bacon Act (40 USC section
176a, et seq.) for each craft or type of worker needed to perform this Agreement. The Contractor
agrees to comply with all applicable federal labor standards provisions; said provisions are
incorporated herein by this reference. The Contractor shall comply with all provisions of Executive
Order 11246, entitled "Equal Employment Opportunity," and amended by Executive Order 11375,
and as supplemented in Department of Labor regulations (41 CFR part 60).
6. Equal Employment Opportunity: The Contractor is required to have an affirmative action
plan which declares that it does not discriminate on the basis of race, color, religion, creed, national
origin, sex or age to ensure equality of opportunity in all aspects of employment. Section 503 of the
Rehabilitation Act of 1973 (29 USC Section 701, et seq.) prohibits job discrimination because of
•
PAGE M
handicap and required affirmative action to employ and advance in employment qualified
handicapped workers. Section 402 of the Vietnam Era Veterans Readjustment Assistance Act of
1974 (38 USC Section 219 et seq.) prohibits job discrimination and requires affirmative action to
comply and advance in employment for (1) qualified Vietnam veteran during the first four (4) years
after their discharge and (2) qualified disabled veterans throughout their working life if they have a
thirty percent (30 %) or more disability. To ensure compliance with these requirements, the
Contractor shall provide the City of Newport Beach its written affirmative action plan prior to
commencement of work. The Contractor is required to provide the City of Newport Beach a listing of
its subcontractors together with a completed affirmative action program from each subcontractor,
when applicable.
7. Section 3 Clause: The Training, Employment and Contracting Opportunities for Business and
Lower Income Persons Assurance of Compliance:
a. This contract is being financed under a program providing direct federal assistance from
the Department of Housing and Urban Development, and as such is subject to the
requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended,
12 U.S.C. 1701u. Section 3 requires that to the greatest extent feasible, opportunities for
training and employment be given lower income residents of the project area, particularly
persons who are recipients of HUD assistance for housing, and contracts for work in
connection with the project be awarded to business concerns which are located in, or owned
in substantial part by persons residing in the area of the contract work.
b. The Contractor shall comply with the provisions of said Section 3 and the regulations
issued pursuant thereto by the Secretary of Housing and Urban Development set forth in 24
CFR Part 135, and all applicable rules and orders of the Department issued thereunder prior
to the execution of this contract. The Contractor shall certify and agree that he is under no
contractual or other disability that would prevent him from complying with these requirements.
c. The Contractor agrees to send to each labor organization or representative of workers with
which he has a collective bargaining agreement or other contract or understanding, if any, a
notice advising said labor organization or worker's representative of his commitments under
this Section 3 clause, and shall post copies of the notice in conspicuous places available to
employees and applicants for employment or training. The notice shall describe the Section
3 preference, shall set forth minimum number of job titles subject to hire, availability of
apprenticeship and training positions, the qualifications for each; and the name and location
of the person(s) taking applications for each of the positions; and the anticipated date the
work shall begin.
d. The Contractor shall include these Section 3 clauses in every subcontract for this contract
and will, at the direction of the City of Newport Beach, take appropriate action pursuant to the
subcontract upon a finding that the subcontractor is in violation of regulations issued by the
Secretary of Housing and Urban Development, 24 CFR Part 135. The Contractor shall not
subcontract with any subcontractor where it has notice or knowledge that the latter has been
found in violation of regulations under 24 CFR Part 135, and shall not let any subcontract
unless the subcontractor has first provided it with a preliminary statement of ability to comply
with the requirements of these regulations.
e. The Contractor shall certify that any vacant employment positions, including training
positions, that are filled: 1) After the Contractor is selected but before the contract is
0 0
PAGE W
executed, and 2) with persons other than those to whom the regulations of 24 CFR part 135
require employment opportunities to be directed, were not filled to circumvent the
Contractor's obligation under 24 CFR Part 135.
f. Compliance with the provisions of Section 3, the regulations set forth in 24 CFR Part 135,
and all applicable rules and order of the Department of Housing and Urban Development
issued thereunder prior to the execution of the contract, shall be a condition of the Federal
financial assistance provided to the project, binding upon the applicant or recipient for such
assistance, its successors, and assigns.
Failure to fulfill these requirements shall subject the Contractor and subcontractors, their
successors and assigns to these sanctions specified by the grant or loan agreement or
contract through which Federal assistance is provided, and to such sanctions as are specified
by 24 CFR Part 135.
g. The Contractor and subcontractors subject to the requirements of Section 3 are required
to prepare a written affirmative action plan in accordance with the provisions of Sections
135.65 and 135.70, 24 CFR Part 135.
8. Copeland "Anti- Kickback" Act: The Contractor and subcontractors shall comply with the
provisions of the Copeland "Anti- Kickback" Act (18 USC Section 874), as supplemented in
Department of Labor regulations, which Act provides that each shall be prohibited from including, by
any means, any person employed in the construction, completion, or repair of public work, to give up
any part of the compensation to which he is otherwise entitled.
9. Contract Work Hours and Safety Standards Act: The Contractor shall comply with the
provisions of Section 103 and 107 of the contract Work Hours and Safety Standards Act (40 USC
327 et seq.) as supplemented by Department of Labor regulations (29 CFR, part 5). Under Section
103 of the Act, the Contractor shall be required to compute the wages of every mechanic and laborer
on the basis of a standard workday of eight (8) hours and standard workweek of forty (40) hours.
Work in excess of the standard workday or workweek is permissible provided that the worker is
compensated at a rate of not less than 1'h times the basic rate of pay for all hours worked in excess
of eight (8) hours in any calendar day or forty (40) hours in the workweek. Section 107 of the Act is
applicable to construction work and provides that no laborer or mechanic shall be required to work in
surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his
health and safety as determined under construction, safety and health standards promulgated by the
Secretary of Labor. These requirements do not apply to the purchase of supplies or materials or
articles ordinarily available on the open market or contracts for transportation.
10. Implementation of Clean Air Act and Federal Water Pollution Control Act:
a. The Contractor stipulates that all facilities to be utilized in the performance of this
Agreement were not listed, on the date of contract award, on the United States
Environmental Protection Agency (EPA) List of Violating Facilities, pursuant to 40 CFR 15.20.
b. The Contractor agrees to comply with all of the requirements of Section 114 of the Clean
Air Act and section 308 of the Federal Water Pollution Control Act and all regulations and
guidelines listed thereunder.
0
0
PAGE M
c. The Contractor shall promptly notify the City of Newport Beach of the receipt of any
communication from the Director, Office of Federal Activities, EPA, indicating that a facility to
be utilized pursuant to this Agreement is under consideration to be listed on the DPA List of
Violating Facilities.
d. The Contractor agrees to include or cause to be included the requirements of paragraph
(a) through (d) of this section in every nonexempt subcontract, and further agrees to take
such action as the Government may direct as a means of enforcing such requirements.
11. Drug Free Workplace: The Contractor shall comply with the Drug -Free Workplace Act, and
shall make a good faith effort to continue to maintain a drug -free workplace, including
establishing a drug -free awareness program to inform employees about the dangers of drug
abuse and the grantee's policy and penalties for drug abuse violations occurring in the
workplace.
12. Lobbying:
a. No Federal appropriated funds shall be paid, by or on behalf of the undersigned, to any
person for influencing or attempting to influence an officer or employee of any agency, a
member of Congress, an officer or employee of Congress, or an employee of a member of
Congress in connection with the awarding of any Federal contract, the making of any Federal
grant, the making of any Federal loan, the entering into of any cooperative agreement, and
the extension, continuation, renewal, amendment, or modification of any Federal contract,
grant, loan, or cooperative agreement.
b. If any funds other than Federal appropriated funds have been paid or will be paid to any
person for influencing or attempting to influence an officer or employee of any agency, a
member of Congress, and officer or employee of Congress or an employee of a member of
Congress in connection with this Federal contract, grant, loan or cooperative agreement, the
undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report
Lobbying," in accordance with its instructions.
c. The Contractor shall require that the language of this certification be included in the
documents for all subcontracts at all tiers (including subcontracts, subgrants, and contracts
under grants, loans, and cooperative agreements) and that all subrecipients shall certify and
disclose accordingly.
13. Energy Conservation: Agreements with federal participation shall recognize mandatory
standards and policies relating to energy efficiency which are contained in the State energy
conservation plan issued in compliance with the Energy Policy and Conservation Act (42 USC
Section 6201, et seq).
14. California Fair Employment and Housing Act: The Contractor agrees to comply with all
requirements and utilize fair employment practices in accordance with the California Government
Code sections 12900 et seq.
15. California Prevailing Wage Law: The City of Newport Beach has ascertained from the
Director of Industrial Relations of the State of California the general prevailing rate of per diem wages
and the general prevailing rate for legal holiday and overtime work in the locality in which the work is
to be performed for each craft of type of work needed to execute this Agreement, and the same has
been set forth by resolution on file the office of the City Clerk.
i •
PAGE 3E
The Contractor and any subcontractor under it shall pay not less than said prevailing wage rates to
all workers employed on this Public Works Agreement, as required by California Labor Code
Sections 1771 and 1774. In accordance with the provisions of Section 3700 of the California Labor
Code, the Contractor agrees to secure payment of compensation to every employee.
16. California Prevailing Wage Law - Penalty: In accordance with Section 1774 and 1775 of the
California Labor Code, the Contractor shall forfeit to the City of Newport Beach a penalty of twenty -
five dollars ($25) for each calendar day or portion thereof for each worker paid (either by the
Contractor or any of its subcontractors) less than the prevailing wage rate established for that
particular craft or type of work.
17. California Eight -Hour Law: California Labor Code, Section 1810 et seq, shall apply to the
performance of this Agreement; therefore, not more than eight (8) hours shall constitute one day's
work, and the Contractor and each subcontractor employed for this project shall not require more
than eight (8) hours of labor per day or forty (40) hours per week from any one person employed by it
hereunder, except as stipulated in California Labor Code Section 1815. The Contractor and each
subcontractor employed by it hereunder shall, in accordance with California Labor Code section
1812, keep an accurate records, open to inspection at all reasonable hours, showing the name and
actual hours worked each calendar day and each calendar week by each worker employed in
connection with this project.
18. California Eight Hour Law Penalty Pursuant to this Agreement and in accordance with
California Labor Code Section 1813, the Contractor shall forfeit to the City of Newport Beach a
penalty of twenty -five dollars ($25) for each worker employed hereunder by the Contractor or any
subcontractor for each calendar day during which such worker is required or permitted to work more
than eight (8) hours in any one (1) calendar day or forty (40) hours in any one (1) calendar week in
violation of California Labor Code Section 1815.
19. Payment of Travel and Subsistence Allowance: Section 1773.8 of the California Labor Code,
regarding the employment of apprentices, is applicable to this contract.
20. Employment of Apprentices: Section 1777.5 of the California Labor Code, regarding the
employment of apprentices, is applicable to this contract.
21. Form Preparation: The following pages are indicative of many, but not all, federal forms that
the Contractor will be required to prepare in compliance with federal rules and regulations.
The signature below represents that the above has been reviewed.
Ac
Contractor's License No. & Classification
Lk )e ,± ()Cb--�t Onn --s-.
Bidder
'--Xuthgrfzed Signature/Title
��1cl /g�'
Date
PAGE 5
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CITYWIDE ADA CURB ACCESS RAMPS
CONTRACT NO. 3197
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.
2.
3.
4.
5.
6.
7.
8.
9.
10.
I, e--,t 00C14 n 7z'+' �.
Bidder Authon d Signature/Title
• •
PAGE
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CITYWIDE ADA CURB ACCESS RAMPS
CONTRACT NO. 3197
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character to that
proposed herein which he /she has performed and successfully completed.
Year Project
Completed Name /Agency
q-�
Person Telephone
To Contact Number
1S�1�
�CirK 1�UCII�Si
199 C' 1± oC C'hkno 41.115 -3b y -�
Tacl C ��tt�i
to r- Lcz ra
l6t,::�f C Cna---,+ C'o,� n +.
Bidder
Signaturerritle
a •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CITYWIDE ADA CURB ACCESS RAMPS
CONTRACT NO. 3197
NON - COLLUSION AFFIDAVIT
State of California )
ss.
County ofTlv ex de )
PAGE 7
nc k --b,- Arn-io nJ being first duly sworn, deposes and says that he or-she is
-P(es dint of], `cat (bait Chl -vS+. , 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.
I oes+ (is+ cons —�H< <� /+���s,
Bidder <-�uonz e Signature/Title
Subscribed and sworn to before me this Iq day of P')
[SEAL] TENAO'DELL
M. 41108927
Notary Public
My Commission Expires: —Ji) A/ 3s jW 6 ,
6 6
PAGE
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CITYWIDE ADA CURB ACCESS RAMPS
CONTRACT NO. 3197
NOTICE TO SUCCESSFUL BIDDER
The following Contract Documents shall be executed and delivered to the Engineer within ten
(10) days (not including Saturday, Sunday and Federal holidays) after the date of receipt Notice of
Award to the successful bidder:
• CONTRACT
• LABOR AND MATERIALS PAYMENT BOND
• FAITHFUL PERFORMANCE BOND
• CERTIFICATE(S) OF INSURANCE
• GENERAL LIABILITY INSURANCE ENDORSEMENT
• AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT
The City of Newport Beach will not permit a substitute format for these Contract Documents.
Bidders are advised to review their content with bonding, insuring and legal agents prior to
submission of bid.
The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by
an insurance organization or surety (1) currently authorized by the Insurance Commissioner to
transact business of insurance in the State of California, and (2) listed as an acceptable surety in the
latest revision of the Federal Register Circular 570.
Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted
for any monies to be withheld to ensure performance under the Contract
Insurance companies affording coverage shall be (1) currently authorized by the Insurance
Commissioner to transact business of insurance in the State of California, and (2) assigned
Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance
with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided
as specified in the Standard Specifications for Public Works Construction, except as modified by the
Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the
insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed
will not be issued until all contract documents have been received and approved by the City.
r
PAGE 9
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CITYWIDE ADA CURB ACCESS RAMPS
CONTRACT NO. 3197
CONTRACT
THIS AGREEMENT, entered into this 22n1 day of June, 1998, by and between the CITY OF
NEWPORT BEACH, hereinafter "City," and West Coast Construction, hereinafter "Contractor," is
made with reference to the sollowing facts:
A. WHEREAS, City has advertised for bids for the following described public work:
CITYWIDE ADA CURB ACCESS RAMPS
Project Description
3197
Contract No.
B. WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and
Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's
careful examination of all Contract documents, plans and specifications.
NOW, THEREFORE, City and Contractor agree as follows:
CONTRACT DOCUMENTS The complete Contract for the Project includes all of the
following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's
Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment
Bond, Permits, General Conditions, Standard Plans and Standard Special Provisions,
Plans and Special Provisions for Contract No. 3197, Standard Specifications for Public
Works Construction (current edition) and all supplements and this Agreement, and all
modifications and amendments thereto (collectively the "Contract Documents "). The
Contract Documents comprise the sole agreement between the parties as to the subject
matter therein. Any representations or agreements not specifically contained in the
Contract Documents are null and void. Any amendments must be made in writing, and
signed by both parties in the manner specified in the Contract Documents.
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:
0
0
PAGE 10
All of the work to be performed and materials to be furnished shall be in strict accordance
with the provisions of the Contract Documents. Contractor is required to perform all
activities, at no extra cost to City which are reasonably inferable from the Contract
Documents as hcing necessary to produce the intended resul's
3. As full compensation for the performance and completion of the Project as required by
the Contract Documents, City shall pay to Contractor and Contractor accepts as full
payment the sum of twenty five thousand eight hundred ten and no /100 Dollars
($25,810.00).
This compensation includes:
(a) Any loss or damage arising from the nature of the work,
(b) Any loss or damage arising from any unforeseen difficulties or obstructions in the
performance of the work,
(c) Any expense incurred as a result of any suspension or discontinuance of the work,
but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on
the Richter Scale and tidal waves, and which loss or expense occurs prior to
acceptance of the work by City.
4. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract,
before making its final request for payment under the Contract Documents, Contractor
shall submit to City, in writing, all claims for compensation under or arising out of this
Contract. Conf *actor's acceptance of the final payment shall constitute a waiver of all
claims for corr.ransation under or arising out of this Contract except those previously
made in writing and identified by Contractor in writing as unsettled at the time of its final
request for payment.
5. WRITTEN NOTICE Any written notice required to be given under the Contract
Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid,
directed to the address of Contractor and to City, addressed as follows:
CITY
City of Newport Beach
Public Works Department
3300 Newport Boulevard
Newport Beach, CA 92663
Attention: James Brahler
(949) 644 -3311
6. LABOR CODE 3700 LIABILITY INSURANCE
hereby certifies:
West Coast Construction
3030 Oak Avenue
Corona, CA 91720
(909) 736 -0632
Contractor, by executing this Contract,
"I am aware of the provisions of Section 3700 of the Labor Code which requires
every employer to be insured against liability for Workers' Compensation or
undertake self- insurance in accordance with the provisions of the Code, and I will
comply with such provisions before commencing the performance of the work of
this Contract."
Ll
7. INSURANCE
E
PAGE 11
(a) Insurance is to be placed with insurers with a Best's rating of no less than A:VII and
insurers must be a California Admitted Insurance Company.
(b) Contractor shall furnish City with certificates of insurance and with original
endorsements effecting coverage required by this Contract. The certificates and
endorsements for each insurance policy are to be signed by a person authorized by
that insurer to bind coverage on its behalf. All certificates and endorsements are to
be received and approved by City before work commences. City reserves the right
to require complete, certified copies of all required insurance policies, at any time.
(c) Contractor shall procure and maintain for the duration of the contract insurance
against claims for injuries to persons or damages to property which may arise from
or in connection with the performance of the work hereunder by Contractor, his
agents, representatives, employees or subcontractors. The cost of such insurance
shall be included in Contractor's bid.
A. Minimum Scope of Insurance
Coverage shall be at least as broad as:
1. Insurance Services Office Commercial General Liability coverage "occurrence" form
number CG 0001 (Edition 11/85) or Insurance Services Office form number GL 0002
(Edition 1/73) covering Comprehensive General Liability and Insurance Services Office
form number GL 0404 covering Broad Form Comprehensive General Liability.
2. Insurance Services Office Business Auto Coverage form number CA 0001 0187
covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288
Changes in Business Auto and Truckers Coverage forms - Insured Contract.
3. Workers' Compensation insurance as required by the Labor Code of the State of
California and Employers Liability insurance.
B. Minimum Limits of Insurance
Coverage limits shall be no less than:
1. General Liability: $1,000,000.00 combined single limit per occurrence for bodily injury,
personal injury and property damage. If Commercial Liability Insurance or other form
with a general aggregate limit is used, either the general aggregate limit shall apply
separately to this project/location or the general aggregate limit shall be twice the
required occurrence limit.
2. Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury
and property damage.
0
I]
PAGE 12
3. Workers' Compensation and Employers Liability: Workers' compensation limits as
required by the Labor Code of the State of California and Employers Liability.
C. Deductibles ar:1 Self- Insured Retentions
Any deductibles or self- insured retentions must be declared to and approved by City.
At the option of City, either: the insurer shall reduce or eliminate such deductibles or
self- insured retentions as respects City, its officers, officials, employees and volunteers;
or Contractor shall procure a bond guaranteeing payment of losses and related
investigations, claim administration and defense expenses.
D. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, the following provisions:
1. General Liability and Automobile Liability Coverages
(a) City, its officers, officials, employees and volunteers are to be covered as additional
insureds as respects: liability arising out of activities performed by or on behalf of
Contractor, including the insured's general supervision of Contractor; products and
completed operations of Contractor; premises owned, occupied or used by
Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The
coverage shall contain no special limitations on the scope of protection afforded to
City, its officers, officials, employees or volunteers.
(b) Contractor's insurance coverage shall be primary insurance and /or primary source
of recovery as respects City, its officers, officials, employees and volunteers. Any
insurance or self- insurance maintained by City, its officers, officials, employees and
volunteers shall be excess of the Contractor's insurance and shall not contribute
with it.
(c) Any failure to comply with reporting provisions of the policies shall not affect
coverage provided to City, its officers, officials, employees and volunteers.
(d) Contractor's insurance shall apply separately to each insured against whom claim is
made or suit is brought, except with respect to the limits of the insurer's liability.
(e) The insurance afforded by the policy for contractual liability shall include liability
assumed by contractor under the indemnification /hold harmless provision contained
in this Contract.
2. Workers' Compensation and Employers Liability Coverage
The insurer shall agree to waive all rights of subrogation against City, its officers,
officials, employees and volunteers for losses arising from work performed by
Contractor for City.
0 0
3. All Coverages
PAGE 13
Each insurance policy required by this clause shall be endorsed to state that coverage
shall not be suspended, voided, canceled, rescinded by either party, reduced in
coverage or in limits except after thirty (30) days' prior written notice by certified mail,
return receipt requested, has been given to City.
E. Acts of God
Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for
the repairing and restoring damage to Work, when damage is determined to have been
proximately caused by an Act of God, in excess of 5 percent of the Contract amount
provided that the Work damaged is built in accordance with the plans and specifications.
F. Right to Stop Work for Non - Compliance
City shall have the right to offer the Contractor to stop Work under this Agreement and /or
withhold any payment(s) which become due to Contractor hereunder until Contractor
demonstrates compliance with the requirements of this article.
8. RESPONSIBILITY FOR DAMAGES OR INJURY
A. City and all off,cers, employees and representatives thereof shall not be responsible in
any manner: for any loss or damages that may happen to the Work or any part thereof;
for any loss or damage to any of the materials or other things used or employed in
performing the Work, for injury to or death of any person either workers or the public; or
for damage to property from any cause arising from the construction of the work by
Contractor, or its subcontractors, or its workers, or anyone employed by it.
B. Contractor shall be responsible for any liability imposed by law and for injuries to or death
of any person or damage to property resulting from defects, obstructions or from any
cause arising from Contractor's work on the Project, or the work of any subcontractor or
supplier selected by the Contractor.
C. Contractor shall indemnify, hold harmless, and defend City, its officers and employees
from and against (1) any and all loss, damages, liability, claims, allegations of liability,
suits, costs and expenses for damages of any nature whatsoever, including, but not
limited to, bodily injury, death, personal injury, property damages, or any other claims
arising from any and all acts or omissions of Contractor, its employees, agents or
subcontractors in the performance of services or work conducted or performed pursuant
to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and
all claims asserted by Contractor's subcontractors or suppliers on the project, and shall
include reasonable attorneys' fees and all other costs incurred in defending any such
claim. Contractor shall not be required to indemnify City from the sole or active
negligence or willful misconduct of City, its officers or employees.
0
•
PAGE 14
D. To the extent authorized by law, as much of the money due Contractor under and by
virtue of the Contract as shall be considered necessary by City may be retained by it until
disposition has been made of such suits or claims for damages as aforesaid.
E. Nothing in this article, nor any other portion of the Contract Documents shall be construed
as authorizing aoy award of attorneys' fees in any action to enforce the terms of this
Contract, except to the extent provided for in "C" above.
F. The rights and obligations set forth in this Article shall survive the termination of this
Contract.
9. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other
Contract Documents by Contractor is a representation that Contractor has visited the
Project Site, has become familiar with the local conditions under which the work is to be
performed, and has correlated all relevant observations with the requirements of the
Contract Documents.
10. CONFLICT If there is a conflict between provisions of this Contract and any other
Contract Document, the provisions of this Contract shall prevail.
11. WAIVER A waiver by City or any term, covenant, or condition in the Contract
Documents shall not be deemed to be a waiver of any subsequent breach of the same or
any other term, covenant or condition.
IN WITNESS WHEREOF, the hereto have caused this contract to be executed the day
and year first written above. Ar 17wPOa
ATTEST:
CITY CLERK
TO FORM:
CITY OF N PORT B ACH
A Munici I:C o t'
By:
T oma dwards, Mayor
CONTRACTOR
Author ed Signature and Title
A061U1m CERTIFICA OF
INSURANCE 07 /10 /98
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Averbeck Company
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
3270 Inland Empire Blvd #100
p
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Ontario, CA 91764
COMPANIES AFFORDING COVERAGE
COMPANY
.. —
_ .. .. _ ARanger Insurance /RIS
INSURED
Jack P. Dearmond DBA: West
.• CO..
Coast I B
Construction
-- --
3030 Oak Avenue
COMPANY C
Corona, CA 91720
-
COMPANY
D
COVERAGES
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. J
CO TYPE OF INSURANCE POLICY NUMBER
LTR
POLICY EFFECTIVE OLICY EXPIRATION
LIMITS
DATE(MM/DD/YY) DATE(MM/DD Y)
A GENERAL LIABILITY GL0677804
! 05/07/98 05/07/99 I GENERAL AG_GREGATE .$2, 000 000
OMMERCIAL GENERAL LIABILITY
DUCTS- COMP /OPAGG 1$1, 000 OOO
CMS MADE X OCCUR!
GXWNER`SI&
: PERSONAL & ADV INJURY $1 , 000, O O O
' CONTRACTOR'S PROT
EACH OCCURRENCE LLO 00,000
X'B�PD Ded:1, 000
,
I FIRE _DAMAGE (My one fire) .I$50, 000
I MED EXP(Any one person) i$5 000
A A TOMIOBILELABILITY SBA355527
05/04/98 105/04/99
iCOMBINED SINGLE LIMIT $1, 000, 000
ALL OWNED AUTOS
t—I
I' SCHEDULED AUTOS
BODILY INJURY ,$
I(Per person)
HIRED AUTOS
�- -I
BODILY INJURY
NON -OWNED AUTOS
(Per accident) $
I
:PROPERTY DAMAGE :$
:GARAGE LIABIQTY
AUTO ONLY -EA ACCIDENT $
ANY AUTO
_OTHER THAN AUTO ONLY:
EACH ACCIDENT �$
AGGREGATE 1$
it EXCESS LIABILITY
l : EACH OCCURRENCE
UMBRELLA FORM
AGGREGATE_.
OTHER THAN UMBRELLA FORM
$
WORKERS COMPENSATION AND
! STATUTORY LIMITS
EMPLOYERS' LIABILITY
- -- -
__
'EACH ACCIDENT is
THE PROPRIETOR/ I INCL
PARTNERS /EXECUTIVE
I DISEASE-POLICY LIMIT '$
- - - -
. OFFICERS ARE: i E %CL
DISEASE -EACH EMPLOYEE $
OTHER
DESCRIPTION OF OPERATIONS /LOCATIONSIVEHICLES/SPECIAL ITEMS
Re: City Wide ADA Curb Acess Ramps, Contract No. 3197, Newport Beach, CA
Certificate holder, it officers,
officials, and employees are additional
(See Attached Schedule.)
CERTIFICATE HOLDER
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
City of Newport Beach
EXPIRATION DATE THEREOF, THE ISSUING C MPANY WILL�MAIL
3300 Newport Boulevard
*3O DAYS WRITTEN NOTICE TO THE FICATE HOLDER NAMED TO THE LEFT,
Newport Beach, CA 92658
-AUWO?IZEP REPRES TATI
ACORD 25S (3/93) 1 of 2 4 5 Q 9 31
DXM Q ACORD CORPORATION 1993
(Continued from paV9 1.)
insureds per form attached.
The cancellation clause has been amended to delete "endeavor to" and "but
failure to..." wording.
*Except 10 days for non - payment of premium.
�CISGEM25.2(3/93)2 of 2 #50931
• /
CG 20 10
10
POLICY NUMBER: GL0677804 COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY
ADDITIONAL INSURED - OWNERS, LESSEES
CONTRACTORS (FORM B)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE
Name of Person or Organization:
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92658
Project or Location:
Re: City Wide ADA Curb Acess R
Contract No. 3197, Newport Bea
CA
(If no entry appears above, information required to complete this
endorsement will be shown in the Declarations as applicable to this
endorsement.)
WHO IS AN INSURED (Section II) is amended to include as an insured the
person or organization shown in the Schedule, but only with respect to
liability arising out of "your work" for that insured by or for you.
CG 20 10
Copyright, Insurance Services Office, Inc., 1984
STATE P.O. BOX 420807, SAN FRANCISCO, CA 94142 -0807
COMPENSATION
INSURANCE
FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE
MAY 29, 1998 POLICY NUMBER: 1344299 - 98
CERTIFICATE EXPIRES: 41-99
CITY OF NEWPORT BEACH'
PUBLIC WORKS
3300 NEWPORT BLVD.
NEWPORT BEACH CA 9265E-89i15
JOB: D -99 SIDEWAL.JS CURB .'•:
GUTTER REPLACEMENT
L
This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California
Insurance Commissioner to the employer named below for the policy period indicated. _
This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer.
We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration.
This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the
policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with
respect to which this certificate of insurance 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.
AUTHORIZED REPRESENTATIVE PRESIDENT
EMPLOYER'S LIit3ILiT`f LIbIII' INCI_UDI!JG CFFEP!S. COSTS: 47, 000,0f40 PER OCCURRENCE.
EMPLOYER
JPD CONSTRUCTION.6 ENGINEERING, INC.
WEST COAST CONSTRUCTION
3030 OAK ST
CORONA CA 31720
T HAS NED BA KGROUND sc,c 102621REV 3 "S)
Page PR -1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
CITYWIDE ADA CURB ACCESS RAMPS
CONTRACT NO. 3197
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. 3197 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
@7hi-re 1koL 5Sd cI Dollars
and
w o Cents
Per Lump Sum
2. 3 Each Remove existing improvements
and construct P.C.C. curb access
ramp per Type "A".
@Seorr\ ho,dr«4 �,OlDollars
and
i�i o Cents
Per Each
3. 10 Each Remove existing improvements
and construct P.C.C.
curb access
ramp per Type "B ".
0-53eoen 1lor,preA
Dollars
. and
do
Cents
Per Each
oa
ao 00
$ -)w $
•
0
Page PR -2
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 9 Each Remove existing improvements
and construct P.C.C. curb access
ramp per Type "E" .
(iU lr°uPl\ ku"io Cd Dollars
and
°"
���
/1 O�
No Cents
$ $
l'�3
Per Each
5. 2 Each Remove existing improvements
and construct P.C.C. curb access
ramp per Type "F.
(oiGh� hurclr�cl Dollars
and
S °—°
SOD
rJ0 Cents
$ $
Per Each
6. 3 Each Remove existing improvements
and construct P.C.C. curb access
ramp per Type "G ".
@Mall -y hu xi6-C 6 Dollars
and fv
N O Cents $ -L UC $ a 1� 00
Per Each
7. 280 S.F. Remove existing improvements
and construct 4 -inch thick P.C.C.
sidewalk per STD - 180 -L.
@ Gur Dollars S o ov
and
Ei P+,-J Cents $
Per Square Foot
8. Lump Sum Construct variable height
P.C.C. slough wall.
(ifwotiu. nnci Dollars d,
and
No Cents $ CPO $ Uob
Per Lump Sum
Page PR -3
TOTAL PRICE IN WRITTEN WORDS
(1 eni t eve_ C)US oct , £' 6- t
h�nrl, -C > Dollars
and
Total Price
Bidder's Name (A )r Sf C13C S-/ (' b�Sir UCfiO�
Bidder's Address SC>>C T>Cj k lJ� ., (DronCa � (-)j7aO
Bidder's Telephone Number C� 10 31) -S(D- O (P3;�L
Contractor's License No. & Classification
wv
D to utho zed Signature &Title
11
��
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
Pave West
320 North Palm Street, Suite A
Brea, California 92821
Gentlemen:
(714) 6443005
July 6, 1998
Thank you for your courtesy in submitting a bid for the Citywide ADA Curb Access
Ramps (Contract No. 3197) 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,
4d�. In,
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach
June 22, 1998
CITY COUNCIL AGENDA
ITEM NO. _13_
S._ --FY11 tCIF :'CC)
TO: MAYOR AND MEMBERS OF THE CITY COUNCIL I I
JUN 2 2 {
FROM: PUBLIC WORKS DEPARTMENT
SUBJECT: CITY -WIDE ADA CURB ACCESS RAMPS -CONTRACT NO. 3197cl6A -Uj�u
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Award Contract No. 3197 to West Coast Construction for the total bid price of
$25,810.00 and authorize the Mayor and the City Clerk to execute the Contract
and establish an amount of $2,580.00 for construction testing and unforeseen
work.
3. Authorize a budget amendment to transfer $17,800.00 from Account No. 7013-
05100041 (Curb Access Ramp Construction) and $10,590.00 from Account No.
7013- C5100020 (Sidewalk, Curb, Gutter Replacement) to Account No. 7013 -
05200426 (City-wide ADA Curb Ramps).
DISCUSSION:
At 10:00 A.M. on May 28, 1998, the City Clerk opened and read the following bids for
this project:
Bidder Amount
Low West Coast Construction $25,810.00
2 Pave West $32,700.00
3 Damon Construction Co. $49,030.00
The low bidder is 26% less than the Engineer's estimate of $35,000.00.
West Coast Construction of Corona, California, the low bidder, has performed previous
contract work satisfactorily for the City.
The proposed improvements at various locations in the City include the construction of
curb access ramps as well as concrete bus stop pads for improved handicap access to
. buses. This project will construct 27 curb access ramps and approximately 280 sq. ft.
of concrete pads /sidewalk. The improvements will facilitate handicap accessibility
throughout the City. A project location map is attached.
SUBJECT: SUBJECT: OCITYWIDE ADA CURB ACCESS RAMPS - C&RACT NO. 3197
June 22, 1998
Page 2
This project is a continuation of the City's ADA program to comply with federal
requirements. Last year the City settled claims related to non - compliance with ADA
standards. The City has been resurveyed and the access ramps to be improved with
this project should complete our program.
Based upon the availability of funds in the Curb Access Ramp and Sidewalk, Curb,
Gutter Replacement projects, staff proposes the use of these funds to award the
contract for this project. Therefore, staff recommends a budget amendment to transfer
funds in the amount of $17,800.00 from Account No. 7013- C5100041 (Curb Access
Ramp Construction) and $10,590.00 from Account No. 7013- C5100020 (Sidewalk,
Curb, Gutter Replacement) to Account No. 7013- C5200426 (City-wide ADA Curb
Ramps).
Res uIly sub ' d,
PUBLIC WORKS DEPARTMENT
Don W bb, Director
By
mes E. Brahler, P.E.
roject Engineer
Attachment: Exhibit "A" - Location Map
F:/ groups/ pubworks /counciV98fjune22/ada'98
0
•
C# of Newport BeachO NO. BA- 080
BUDGET AMENDMENT
1 1997 -98 AMOUNT: ;2a,s9o.00 .
tFFECT ON BUDGETARY FUND BALANCE:
Increase Revenue Estimates Increase in Budgetary Fund Balance
Increase Budget Appropriations AND Decrease In Budgetary Fund Balance
X Transfer Budget Appropriations X No effect on Budgetary Fund Balance
X from existing budget appropriations
from additional estimated revenues
from unappropriated fund balance
EXPLANATION:
This budget amendment is requested to provide for the following:
To construct 27 curb access ramps and approximately 280 sq. ft. of concrete pads /sidewalks facilitating
handicap accessibility throughout the City.
ACCOUNTING ENTRY:
BUDGETARY FUND BALANCE
Fund Account
010 3605
1
REVENUE APPROPRIATIONS (3601)
Fund /Division Account
Description
Fund Balance Control
Description
Amount
Debit Credit
EXPENDITURE APPROPRIAT IONS (3603)
Description
Division Number 7013 Street
Account Number C5100041 Curb Access Ramp Construction $17,800.00
Division
Number
7013
Street
Account
Number
C5100020
Sidewalk, Curb, Gutter Rep Prgm $10,590.00
Division
Number
7013
Street
Account
Number
C5200426
City -wide ADA Curb Ramps
Division
Number
Account
Number
Signed: AW
.. .
JA021 .
Signed:
City Manager
City Council Approval: City Clerk
• Automatic
$28,390.00
Date
4-17- 0
Date
Date
EFFECT ON
HX
Ci0of Newport Beach* NO. BA- 080
BUDGET AMENDMENT 3
1997 -98 AMOUNT:1 $28,390.00
BUDGETARY FUND BALANCE:
Increase
Revenue Estimates
Increase
Budget Appropriations
Transfer
Budget Appropriations
X from existing budget appropriations
from additional estimated revenues
from unappropriated fund balance
EXPLANATION:
Increase in Budgetary Fund Balance
AND Decrease in Budgetary Fund Balance
PX No effect on Budgetary Fund Balance
RY THE CITY COUNCIL
This budget amendment is requested to provide for the following:
A 2 2 1598
To construct 27 curb access ramps and approximately 280 sq. ft. of concrete pads /sidewalks facilitating
handicap accessibility throughout the City.
ACCOUNTING ENTRY:
BUDGETARY FUND BALANCE
Fund Account Description
010 3605 Fund Balance Control
REVENUE APPROPRIATIONS (3601)
Fund /Division Account Description
EXPENDITURE APPROPRIATIONS (3603)
Description
Division Number 7013 Street
Account Number C5100041 Curb Access Ramp Construction
Division
Number
7013
Street
Account
Number
C5100020
Sidewalk, Curb, Gutter Rep Prgm
Division
Number
7013
Street
Account
Number
C5200426
City -wide ADA Curb Ramps
Division
Number
Account
Number
Signed: z�j�
.igned:
A ' rative pr /ally: C_iitty /Mannagger
Signed:{
City Council Approval: City Clerk
Amount
Debit Credit
$17,800.00
$10,590.00
Automa5c
$28,390.00
Date
G -/7- 91-
Date
lP '-a -CIF
Date