Loading...
HomeMy WebLinkAboutC-3278 - Central Balboa Water, Sewer and Alley Improvements and West Newport Beach Sewer Main Replacement, Phase II• • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 January 25, 2001 GCI Construction, Inc. Attn: Floyd Bennett 245 Fischer Ave., B -3 Costa Mesa, CA 92626 Subject: Central Balboa Water, Sewer & Alley Improvements and West Newport Beach Sewer Main Replacement, Phase II (C -3278) Dear Mr. Bennett: On July 25, 2000, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code and to release the Faithful Performance Bond six months after Council acceptance. The Labor & Materials Bond was released on August 30, 2000. The Surety for the contract is Reliance Insurance Company, and the bond number is B2892377. Enclosed is the Faithful Performance Bond. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk LH:cf cc: Public Works Department Horst Hlawaty, Construction Engineer enclosure 3300 Newport Boulevard, Newport Beach CITY OF NEWPORT BEACH August 30, 2000 OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 GCI Construction, Inc. Attn: Floyd Bennett 245 Fischer Ave., B -3 Costa Mesa, CA 92626 Subject: Central Balboa Water, Sewer & Alley Improvements and West Newport Beach Sewer Main Replacement, Phase II (C -3278) To Whom It May Concern: On July 25, 2000, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code and to release the Faithful Performance Bond six months after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on July 26, 2000, Reference No. 20000392159. The Surety for the contract is Reliance Insurance Company, and the bond number is B2892377. Enclosed is the Labor & Materials Payment Bond. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk LH:cf cc: Public Works Department Horst Hlawaty, P.E., Construction Engineer encls. 3300 Newport Boulevard, Newport Beach 0 0 EXECUTED IN FOUR COUNTERPARTS PAGE 14 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CENTRAL BALBOA WATER. SEWER & ALLEY IMPROVEMENTS AND WEST NEWPORT BEACH SEWER MAIN REPLACEMENT, PHASE II CONTRACT NO. 3278 BOND NO. B2892377 LABOR AND MATERIALS PAYMENT BOND . WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to GCI Construction, Inc., hereinafter designated as the "Principal," a contract for construction of CENTRAL BALBOA WATER, SEWER & ALLEY IMPROVEMENTS AND WEST NEWPORT BEACH SEWER MAIN REPLACEMENT, PHASE II, Contract No. 3278 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. 3278 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We the undersigned Principal, and, GCI Construction, Inc., 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 four hundred ninety -five thousand, eight hundred and three and 901100 Dollars ($495,803.90), 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 specked in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. STATE OF CALIFORNIA SS. COUNTYOF RIVERSIDE On before me, PERSONALLY APPEARED SUSAN C. MONTEON personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowl- edged to me that he /she /they executed the same in his/ her /their authorized capacity(ies), and that by his /her/ their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. o � Signature i ROSEMARY STANDLEY OPTIONAL ROSEMARY STANOLEY s : C IMM. #1090462 gn - NOTARY PUBLIC - CALWORNIA RNERSIDE COUNTY MY Coma. E*U Jung 7. 2000 This area for Official Notarial Seal Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ATTORNEY -IN -FACT TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSONS) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE ID -061 Rev. 6/94 ALL - PURPOSE ACKNOWLEDGEMENT 0 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 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 1st day of JULY 1999 / GCI CONSTRUCTION, INC. Name of Contractor (Principal) RELIANCE INSURANCE COMPANY Name of Surety 700 N. BRAND BLVD., STE 1250 GLENDALE, CA 91203 Address of Surety (818) 240 -6960 Telephone Authoriz i tureTtle �A WeS I� Prey i�it� -- Authorized Agent Signature SUSAN C.MONTEON, ATTORNEY -IN -FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED �—anwttua na- rurpose lertlticate of Acknowledgment State of California On this the I_ jr day of 19q , before me, Name of Notary Publk a Notary Public for the State of California, personally appeared =ern 1 b -( I I IesQie-', Na s) of Slp+ets(s) rsonally known to me OR O proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) (dare subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his/her /their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the perwa(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Witness my hand and official seal. JANET L. RUSSELL °� • Comm. 11166123 N NOTARY PUBLIC - CAL60RR1A .. Dunp. County • My Comm. Woo Occ.21' 2001 Nourys s na Seal OPTIONAL INFORMATION Tae Wormmion Wow b oprforal. However, it nay prove wtua61e and could proven fraudulent afradFmenr of rhis form to an uwutlwL -a document CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL CORPORATE OFFICER Tick(:) ❑ PARTNER(S) ❑ ATTORNEY -IN -FACT ❑ TRUSTEE($) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: ABSENT SIGNER (PRINCIPAL) IS REPRESENTING: Nitme of Pesson(s) ff Thle or Type of Docutttent Number of Pion Date of Document 1997 ESI Educational Saninus. Inc. Rapaduccsm pmhbkw - -- Reorder: Can I- WO-103 -5121 %' � , . ...:.... _.:?:..::.(.,i'- ,..,._G +'�'/. -- '— rr,-7r.— ,+T"-•'—�r __•....'iii: �a`9 ". RELIANCE SURETY COMPANY ___ WLIANCE INSURANCE COMPANY UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY ADMINISTRATIVE OFFICE, PHILADELPHIA, PENNSYLVANIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, that RELIANCE SURETY COMPANY is a corporation duty organized under the laws of the State of Delaware, and that RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY, are corporations duty organized under the laws of the Commonwealth of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duty organized under the laws of the State of Wisconsin (herein collectively celled "the Companies") and that the Companies by virtue of signature and seals do hereby make, constitute and appoint Michael D. Stong, Susan C. Monteon, Shawn Blume, Rosemary Standley, of Riverside, Califomia their We and lawful Attomey(s )-in -Fact, to make, execute, seal and deliver for and on their behalf, and as their act and deed any and all bonds and undertakings of suretyship and to bind the Companies thereby as fully and to the same extent as N such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the Companies and sealed and attested by one other of such officers, and hereby mtiiies and confirms all that their said Atlor- ney(s) in -Fad may do in pursuance hereof. This Power of Attorney is granted under and by the authority of Article VII of the By -Laws of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY which provisions are now in full force and effect, reading as follows: ARTICLE VII - EXECUTION OF BONDS AND UNDERTAIONGS 1. The Broad a Dies . Ibe Pmitim, the C iii maa a the Bead, my Sco'a Viz Fmihn, my V is Pmiidast or Anima V-ee PmAm a omrr oRm doi[sed by ds B of Dhvtm A.0 hurt pow ad w0wiry m (a) 1pom AmV VCy(%)- o Fwt ned m solbo im Na, m emmc ao b"f of d. Cmpoy, buds and uodnuHgp. ruco[eimoos, osusee of iNSmmy and odla rrkbW obli[my io itc mve dtcreof, ad (b) to motor my so1S Am ,1,y($)- o-Fn w any lime end tcvoPo the pony ad autbwiry Eisen to dtcm. I. Amwoey(sf io-Fn y bare pow ad alligator, sWjm m the Iwms.T Hmiorpom of the Pow of Apw¢y the vi m tmm, m bm&m ad ddlrw u behdf d nt C. o my. bottle lc icy uA o p. sem[niasn. 4ousn W adsavuy ad othw writivp obligatory m the Moue tmwo/. The sorparam sN is IM nrsmq far the W idiry or any bonds ad sdmYiy tmo[unnm, m m.cu or iommoiry ad otiv wrisorp dNiPmry io mr mw Thvw(. 3. Atmrmy(s) -mFst sLll bavc pow ad autbain• m esemm Ofici vits rcqubrd m be alsarbd m bona, reoop,it , ot000m of indemnity w odw modbkal m obli[my uohnhin[s ad dey dell abo have pow ad ml ority m anify tm fki smm,m of tm Company ad to copiu of tle By -tarot a the Cumtpmy or any article or swsiam d=mf. This Pones of Attwuy i, sigr" ad waled by (mimilc uda ad by wbority of the folb i% remludon adoptd by the Fiautivc ad Fittatae Cammiton of the Bow! of Durcmts of Rdht. Iam=c Company, Unild Pcirm luunvz Cotrymy ad Rd'voz NuimW bidcmnity Company by Utonimtts Coosm dam! a of Fcbruny 28, 1991 ad by the Fiovtirl: ad FinnoW Commimm of tm Bowd a Diu c a Relb ce Surety Compny by Unanim m Commt dmd to of Match 31, 1994. - ReWvcd do tm si[mMa of such &000,s and offers and tm sail of for CmWy toy In affued m any m b Pow of Atmrocy or any z fern mktio[ tbwem by faimBo, ad any such Foes of Am ocy or mtifiwe bzritq sit faoimik sigomrc, or fin imile stt Ball be valid ad bbtlitq upon the Company and any such Pow to e td ad orrtifed by faaiimik siyemai ad Imimik sal shag k valid ad bindiq upon the Cougmy- in the forum wttb rcWm to any band or umdsukiog to which it is aoarhd.' IN WITNESS WHEREOF, the Companies have caused these presents to be signed and their corporate seals to be hereto affixed, this April 2, 1999. 0*(96 aVn�C Off• INO� aAi n � �oA.p s m ze oo m AL = 4SSq= Zb S cot+9 a STATE OF Washington I COUNTY OF King )SS. RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY On this, April 2, 1999, before me, Laura L. Wadsworth, personalty appeared Mark W. Alsup , who acknowledged himself to be the Vice President of the Reliance Surety Company, Reliance Insurance Company, United Pacific Insurance Company, and Reliance National Indemnity Company and that as such, being authorized to do so, executed the foregoing instrument for the purpose therein contained by signing the name of the corporation by himself as its duty authorized officer. j In witness whereof, I hereunto set my hand and official seal. ' sstml Notary Public in and for the State of Washington ` Residing at Puyallup I, Robyn Layng, Assistant Secretary of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMP- ANY, and RELIANCE NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a We and correct copy of the Power of Attorney executed by said Companies, which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affo(ed the seals of said Companies this day of year of rrr „swvra „c usun,,,,c �bs,rvo[ '•• w Poke rmglr o voA�4t. , SR&9L = ;' StEx. n J 9coM`' s Assistant Secretary RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 46 P.ecarded !n Official Records County of OFajnge Gary Granville, Clerk- Recorder !11 11:11Nn 200003921 .59 0159,1m O'126i00 114 21 N12 1 6.00 0.00 6.00 000 0.00 0.00 6.00 6.00 pursuant to Gdvernment 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 GCI Construction of Costa Mesa, California, as Contractor, entered into a Contract on June 28, 1999. Said Contract set forth certain improvements, as follows: Central Balboa Water Sewer & Alley Improvements and West Newport Beach Sewer Main Replacement Project (Phase 11), C -3278 Work on said Contract was completed on April 14, 2000, and was found to be acceptable on July 25, 2000, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Reliance Insurance Company. BY P rks 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 BY City Clerk at Newport Beach, California. • • �'` July 25, 2000 CITY COUNCIL AGENDA APPROVED ITEM NO. 6 TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: CENTRAL BALBOA WATER, SEWER & ALLEY IMPROVEMENTS AND WEST NEWPORT BEACH SEWER MAIN REPLACEMENT, PHASE II — CONTRACT NO. 3278 - COMPLETION AND ACCEPTANCE RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 4. Release the Faithful Performance Bond six months after Council acceptance. DISCUSSION: On June 28, 1999, the City Council authorized the award of Central Balboa Water, Sewer & Alley Improvements and West Newport Beach Sewer Main Replacement, Phase II contract to GCI Construction of Costa Mesa, California. The contract provided for the replacement of approximately 3000 feet of water and sewer mains and reconstruction of associated alleys and streets (See attached location map). 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: $495,803.90 Actual amount of bid items constructed: 480,774.60 Total amount of change orders: 40,534.36 Final contract cost: $521,308.96 The decrease in the amount of actual bid items constructed from the original bid amount resulted from deletion of minor bid items. The final overall construction cost including change orders was 5.1 percent over the original bid amount. A total of four monetary change orders were issued to complete the project. They were as follows: SUBJECT: CENTRAL BALBOA VOER, SEWER & ALLEY IMPROVEMENTS AND WENEWPORT BEACH SEWER MAIN REPLACEMENT, PHASE II — CONTRACT NO. 3278 - COMPLETION AND ACCEPTANCE July 25, 2000 Page 2 1. A change order in the amount of $18,718.18 provided for the removal and installation of 67 feet of additional sewer, sewer clean -outs and concrete replacement adjacent to 8th Street. 2. A change order in the amount of $3,315.00 provided for construction of a 2- inch copper water line and service. 3. A change order in the amount of $17,295.45 provided for the reconstruction of a 400 -foot long 6 -inch water line in the alley between 7th and 8th Street. 4. A change order in the amount of $1,205.73 provided for potholing for the location of a waterline. Funds for the project were budgeted in the following accounts: Description Account No. Amount Alley Replacement Program 7013- C5100227 $ 27,500.00 Sidewalk, Curb, Gutter Replacement 7013- C5100020 $ 27,113.30 Water Main Replacement Program 7501- C5500074 $ 78,923.73 Water Transmission Main Replacement 7501- C5500386 $ 63,359.73 Sewer Main Replacement Program 7531- C5600292 $ 324,412.20 The scheduled completion date was January 21, 2000. Due to inclement weather and extra work, the project was completed on April 14, 2000, the revised completion date. Respectfully submitted, PUBLIC WORKS DEPARTMENT Don Webb, Director By: lam/ Horst Hlawaty, P.E. Construction Engineer Attachment: Location Map � Q �I i�. i 1�1 i i4 Yman �is 0&9�. o-Z-<== CENTRAL BALBOA WATER AND SEWER IMPROVEMENTS i a 7M 1 111 1 1 1. CITY OF NEWPORT BEACH PUBUC WORKS DEPARTMENT o YN: ACASTAWN DATE: ALINE 0. A" Exhibit A Y • CITY CLERK CITY OF NEWPORT BEACH NOTICE INVITING BIDS 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 16th day of June 1999, at which time such bids shall be opened and read for CENTRAL BALBOA WATER, SEWER & ALLEY IMPROVEMENTS AND WEST NEWPORT BEACH SEWER MAIN REPLACEMENT, PHASE II Title of Project Contract No. 3278 $455,000 Engineer's Estimate ved x AI o �w b7 /i'% '—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 Michael Sinacori or Stephen Luy at(949)644-3311. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CENTRAL BALBOA WATER, SEWER & ALLEY IMPROVEMENTS AND WEST NEWPORT BEACH SEWER MAIN REPLACEMENT, PHASE II CONTRACT NO. 3278 TABLE OF CONTENTS NOTICE INVITING BIDS ................................ ............................... ..........................Cover INSTRUCTIONS TO BIDDERS ........................................................ ..............................1 BIDDER'S BOND ............................................................................... ..............................3 DESIGNATION OF SUBCONTRACTOR( S) ...................................... ..............................4 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................5 NON - COLLUSION AFFIDAVIT .......................................................... ..............................6 NOTICE TO SUCCESSFUL BIDDER ............................................... ..............................7 CONTRACT...................................................................................... ..............................8 LABOR AND MATERIALS BOND .................................................... .............................14 FAITHFUL PERFORMANCE BOND ................................................ .............................16 PROPOSAL................................................................................ ............................... PR -1 SPECIAL PROVISIONS ................................................................. ...........................SP -1 REDUCED PLANS ...................................................... ............................... APPENDIX A PAGE 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CENTRAL BALBOA WATER. SEWER & ALLEY IMPROVEMENTS AND WEST NEWPORT BEACH SEWER MAIN REPLACEMENT, PHASE II CONTRACT NO. 3278 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. 0 E PAGE 2 The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act ". 10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. -7r-55-:3 -':)� o ''A" Contractor's License No. & Classification G C I dons uotfoO,LnC. Bidder Auth razed Signature/Title F n12 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 3278 BIDDER'S BOND PAGE 3 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 Dollars ($ 10% of BID AMT.), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of CENTRAL BALBOA WATER, SEWER & ALLEY IMPROVEMENTS AND WEST NEWPORT BEACH SEWER MAIN REPLACEMENT, PHASE II, Contract No. 3278 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to duly enter into and execute the Contract Documents for the construction of the project in the form required within ten days (10) (not including Saturday, Sunday, and federal holidays) after the date of the mailing of Notice of Award; otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 27th day of MAY , 1999 GCI CONSTRUCTION, INC. Name of Contractor (Principal) RELIANCE INSURANCE COMPANY Name of Surety 700 N. BRAND BLVD., STE 1250 Address of Surety GLENDALE, CA 91203 (818) 240 -6960 Telephone AQuth, . ed, Signature/Title ¢CST Authorized Agent Signature SUSAN C. MONTEON, ATTORNEY -IN -FACT Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) Calitornla All- Purpose Certificate of Acknowledgment ' - State'of California County of u& On this the day of 1918 , before me, C 13 C44 j�S�l� , Name of Notary Pubfk a Notary Public for the State of California, personally appeared gyp() ffe(] l! ame(s) of signers(s) personally known to me OR ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he /she /they executed the same In his/her /their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Witness my hand and official seal. 4MVM0TA0iY JANET SSConan 116612 PUIiC•CAIIFORNIA 0186 1 Couny Canm, Er im Dec. 71 7001 Notary's Signature 5®I OPTIONAL INFORMATION The lnformation below G optionol. Hoverer, it mayprore vahabk and couldpm ni fraudulent attachment of this form to an w utho ked do menf. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL Ck?' CORPORATE OFFICER �Sw Lma's . Title(s) ❑ PARTNER(S) ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: ABSENT SIGNER (PRINCIPAL) IS REPRESENTING: -6ja of Title or Type of Document Number of Pages Date of Document Other Name of Person(s) .0 1997 Est Edueteiond Seminan. Inc. s eoroduction Prohibited Reorder. Call I.a00• }01.5121 STATE OF CAL COUNTY OF- �-RIVERRSIIDE _ On J 1 ]� I _ , before me, _ PERSONALLY APPEARED SUSAN C. MONTEON personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowl- edged to me that he /she /they executed the Same in his/ her /their authorized capacity-(ies), and that iy 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 , , f) i'k� I SS. ROSEMARY STANDLEY OPTIONAL `\ROSEMARY S TANDLEY COMM. #108Q462 S of m NOTARY PUEiiC - CALIFORNIA Va ` RIVERSIDE COUNTY My Comm. Expires June 7. 2000 This area for Official Notarial Seal Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLES) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ATTORNEY -IN -FACT TRUSTEE(S) Cl GUARDIAN /CONSERVATOR ❑ OTHER: _ SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTmoIES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE ID -081 Rev. 6/94 ALL - PURPOSE ACKNOWLEDGEMENT RELIANCE SURETY COMPANY UNITED PACIFIC INSURANCE COMPANY RELIANCE INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY ADMINISTRATIVE OFFICE, PHILADELPHIA, PENNSYLVANIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, that RELIANCE SURETY COMPANY is a corporation duly organized under the laws of the State of Del- aware, and that RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY, are corporations duly organized under the laws of the Commonwealth of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called "the Companies ") and that the Companies by virtue of signature and seals do hereby make, constitute and appoint Susan C. Monteon, of Riverside, California their true and lawful Attorney(s)-in -Fact, to make, execute, seal and deliver for and on their behalf, and as their act and deed any and all bonds and undertakings of suretyship and to bind the Companies thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the Companies and sealed and attested by one other of such officers, and hereby ratifies and confirms all that their said Attorneys) -in -Fact may do in pursuance hereof. This Power of Attorney is granted under and by the authority of Article VII of the By -Laws of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY which provisions are now in full force and effect, reading as follows: ARTICLE VII - EXECUTION OF BONDS AND UNDERTAKINGS 1. The Board of Directors, the Prssident, the Chairman of the awed, any Senor vice President, o, .ice F xidert or Acsissot `lice P,,'_,cdon, or ether _ -ficw dss'.naf+d by the Board c` Direct. shall have power antl authority to lal appoint Attorneyls)- in-Faa and to authorize them to execute on behalf of the Company, bonds and untlevaldngs, recognizances, coneacls of Indemnity antl other writings obligatory in the nature thereof, and Ib) to remove any such Attorney(s) -in -Fact at any time and revoke the power and aummity given to them. 2. Attormylsl io-Fact shall have power and authority, subject to the terms and limitations of the Power of Attorney issued to them, to execute ddiver on behalf of the Company, bonds and undertakings, mcognizances, contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal Is not necessary for the validity of any bonds and undertakings, recogrdzances, contracts of indemnity and other writings obligatory in the nature thereof. 3. Attornevs) -in -Fact shall have power and authority to execute affidavits required to be attached to bonds, recognizances, contracts of indemnity or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company and to copies of the By -Laws of the Company at any article or section thereof. This Power of Attumey is signed and sealed by facsimile under and by authority of the following resolution adopted by the Executive and Finance Committees of the Boards of Directors of Reliance Insurance Company, United pectic Insurance Company and Reliance National Indemnity Company by Unanimous Consent dated as of February 28, 1994 and by the Executive and Financial Committee of the Boetl of Directors of Reliance Surety Company by Unanimous Consent dated as of March 31, 1994. "Resolved that the signatures of such directors and officers and the seal of the Company may be affixed to any such Power of Attorney or any certificates relating thereto by facsimile,and any such Power of Attorney or certificate peeing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such Power w executed and certified by facsimile sgnatures and facsimile seal shall be valid and binding upon the Company, in the future with respect to any bond or undertaking to which it is attached. - IN WITNESS WHEREOF, the Companies have caused these presents to be signed and their corporate seals to be hereto affixed, this July 19, 1996. RELIANCE SURETY COMPANY 'wai4 RELIANCE INSURANCE COMPANY D31 UNITED PACIFIC INSURANCE COMPANY t RELIIANCE NATIONAL INDEMNITY COMPANY � �•• Na` ��w d � 4���� Awx` r STATE OF Washington } COUNTY OF King } as. On this, July 19, 1996, before me, Janet Blankley, personally appeared Mark W. Alsup, who acknowledged himself to be the Vice President of the Reliance Surety Company, and the Vice President of Reliance Insurance Company, United Pacific Insurance Company, and Reliance National Indemnity Company and that as such, being authorized to do so, executed the foregoing instrument for the purpose therein contained by signing the name of the corporation by himself as its duly authorized officer. v � n R/ In witness whereof, I hereunto set my hand and official seal. jaxi Notarlir Public in and for the State of Washi ton Residing at Puyallup I, Robyn Layng, Assistant Secretary of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMP- ANY, and RELIANCE NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force and effect. �/j� ���}}}'''%%%���///h���- IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of\ 19. 1 08�SIiAI r � - Assistant Secretary 0 0 PAGE 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CENTRAL BALBOA WATER, SEWER & ALLEY IMPROVEMENTS AND WEST NEWPORT BEACH SEWER MAIN REPLACEMENT, PHASE II CONTRACT NO. 3278 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 2. 3. 4. 5. 6. 7. 8. 9. 10. Bidder Authoriz Signature/Title Fl e4no S2clTr62s . PAGE 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CENTRAL BALBOA WATER, SEWER & ALLEY IMPROVEMENTS AND WEST NEWPORT BEACH SEWER MAIN REPLACEMENT, PHASE 11 CONTRACT NO. 3278 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 "k sw A4aL.il j If Person Telephone To Contact Number Bidder Authorize ignature/Title f°10 yeti UIT . C I CONSTRUCTION, INC• FORMERLY: GILLISPIE CONSTRUCTION INC. COMPLETED PROJECTS As of MARCH 31, 1999 CUSTOMER NAME & ADDRESS JOB #/ LOCATION CONTRACT AMOUNT __......_.�.. ADAMS & STREETERCIVIL 544 MWD Access Road Construction 81,137 ENGINEERS 15 Corporate Park Irvine, CA 92606 489 Grading Improvements 79,467 (949) 474 -2330 493 Grading Improvements 417,012 AMERICAN GOLF CORP. 348 El Toro Golf Course 235,461 1633 26r" Street 355 Cherry Ave. /Jeronimo St. Improvements 228,629 Santa Monica, CA 90404 362 Rancho San Joaquin Storm Drain _...........— 18,182 ..... .,........._.............._.._. -- .........._ ......... ._ ............................. CATELLUS RESIDENTIAL _ .............. _._._............_ 454 Akins- RidgemoorDebris Basin 827,000 5 Park Plaza, 4400 464 Akins Westchester Grading 1,709.907 Irvine, CA 92714 465 Akins Westchester Storm Drain 55,002 (949) 690 -0280 476 Line A Outlet Stricture 12,500 f:\mhold\gci\joblist\finished.gci 502 Grading Improvements -Dale& Malvern 104,994 CAFORNIA CORRIDOR LI ` 447 San J oaquin Hills Transportation 66.475 P.O. Box 57018 Irvine, CA 92619 -7018 CALTRANS DEPT. OF TRANSP. 356 Norco Housing 1,12 ,32 1120 "N" Street, Rm. 39 429 Orange County Fairgrounds 147,192 Sacramento, CA 95814 CALVERY CHAPEL 377 Green Valley Tank Site 104,089 3800 S. Fairview Road Santa Ana, CA CALVERY CHAPEL GOLDEN 457 Calvary Chapel Golden Springs, Grading & 116,029 SPRINGS Parking Lot CARLSON LANDSCAPING 350 County of Orange 54,045 9050 Blackbird Ave. Fountain Valley, CA 92708 CHRIST'S CHURCH OF THE VALLEY 489 Grading Improvements 79,467 493 Grading Improvements 417,012 CITY OF ANAHEIM 108 Lakeview/LaPalma Storm Drain 200 S. Anaheim Blvd. 109 Walnut Creek Sewer & Storm Drain 52,000 Anaheim, CA 113 Anaheim Site Improvements 5,854 (714) 254 -5100 156 Patrick Henry Storm Drain 441,000 376 Vintage Lane Soundwall 120,458 409 Residential Lots 12,233 518 I -5 Freeway Sewer Relocation Improvements 742,247 f:\mhold\gci\joblist\finished.gci 1 of 10 pages C I CONSTRUCTION, INC• FORMERLY: G►LLISPIE CONSTRUCTION INC. COMPLETED PROJECTS As of MARCH 31, 1999 CONTRACT CUSTOMER NAME & ADDRESS JOB #/ LOCATION AMOUNT CITY OF BREA 91 Civic Center Circle Brea, CA 92621 (714) 990 -7600 CITY OF COSTA MESA 77 Fair Drive Costa Mesa, CA 92626 (714) 754 -5000 CITY OF COVINA 125 E. College Covina, CA (818) 858 -7212 CITY OF DANA POINT .13282 Golden Lantern Dana Point, CA 92629 (949) 248 -9890 CITY OF FULLERTON 303 W. Commonwealth Fullerton, CA 92632 (714) 738 -6845 CITY OF GARDEN GROVE 11222 Acacia Parkway Garden Grove, CA 92840 (714) 741 -5000 CITY OF HUNTINGTON BEACH Public Works Department 2000 Main Street Huntington Beach, CA 92648 (714) 536 -5511 CITY OF INDUSTRY 15651 E. Stafford Street City of Industry, CA 91744 146 Laurel Ave. Street Improvements 146,000 152 Lambert Road Street Improvements 15,000 172 Firestation #3 330,0004,64 176 Sewer Relocation 0 196 Arlington Drive Storm Drain & Street Improv. 185,000 316 Fire Station 325,179 410 Iowa St. Storm Drain 50,494 427 Street Improvement Newport& 18 "' St. 171,450 432 Indus St. Drainage Improvements 45,738 396 5,000 Gallon Reservoir and Pumps 537,593 412 Sewage & Pump Station 64,151 385 Street Widening — Stonehill& Selva 11075,571 451 Sidewalk Improvements onPCH 34,050 122 Eme ry Park Phase III I 64,000 I '1 123 Malvern -Brea Creek Tie -In Improvements 120,000 i 198 Drainage Improvements 97,000 304 Harbor Bastanchury Road 210,870 308 Lions Park Storm Drain 94,048 309 Brea Blvd. Widening 68,657 E 319 Berkeley /Harbor Storm Drain 106,694 321 Bike Trail 55,536 322 Highland Ave. Widening 118,865 320 Street, Storm Drain Improvements 190,052 f:\mhold\gci\joblist\finished.gci 2 of 10 pages 401 H.B. Playcourt Reconstruction 125.055 € 383 Huntington Lake Storm Drain 305,555 i 414 Inlet Drive 177,345 462 Corsican Flood Control Channel 50,727 i 46' ) Slater Flood Control Channel 16,733 532 Warner Avenue Improvements 23,259 403 Commuter Rail Station Parking Lot . 1,154,971 Improvements (Grading & Storm Drain Improvements) 800,198 416 Industry Hills Parking Lot & Roadways 552,547 507 Grand Avenue Ramps f:\mhold\gci\joblist\finished.gci 2 of 10 pages C I CONSTRUCTION, INC • FORMERLY: GILLISPIE CONSTRUCTION INC. COMPLETED PROJECTS As of MARCH 31, 1999 CUSTOMER NAME & ADDRESS JOB #/ LOCATION CITY OF IRVINE 1 Civic Center Plaza Irvine, CA 92713 (949) 724 -6000 300 E. Chapman Ave. Orange, CA 92666 (714) 744 -2225 CITY (&_ OF LACUNA BEACH 505 Forest Avenue Laguna Beach, CA 92651 (714) 497 -0339 CITY OF LONG BEACH 3300 Newport Blvd. Newport Beach, CA 92663 (949) 644 -3311 CITY OF LACUNA NIGUEL 27801 La Paz Laguna Niguel, CA 92656 (714) 362 -4300 CITY OF NEWPORT BEACH 3300 Newport Blvd. Newport Beach, CA 92663 (714)644 -3311 CONTRACT AMOUNT 419 Amalti Drive Seepage Mitigation 13380 j 473 Westpark II — Offsite 305 Tustin St. Street Improvements 155 Heisler Park Slope Reconstruction 370 Wastewater Pump Station Improvements 405 Storm Damage 415 Animal Shelter 456 Cress Street Retaining Wall 458 Animal Shelter Bridge 459 Canyon Acres Drive Fire Access Road 461 Dunning Drive Landslide Repair 466 Laguna Beach Water District 520 Orchid & Ocean 522 Park & Wendt 523 Animal Shelter 524 Rancho Laguna 529 Misc. Repair Jobs 533 Ocean Vista Storm Drain 547 Dewitt Property Bridge Over Laguna Cyn Channel 552 Tiajuana Street Reservoir 135 Landscape Modification 136 Gabion Slope Repair 441 Callendar Court 488 Crown Valley Parkway/Niguel Road 501 Parking Lot Extention, Crown Valley Pkwy 539 La Plata Storm Drain 101 Old Newport Blvd. 128 Oasis Park & 5th St. Improvement 131 1983 -84 Storm Drain Improvement 194 Ticket Booth Const. 311 Hospital Road Widening 306 Backbay Trail 418 Misc. Storm Drain Const. f: \mhold \gci \joblist \finished.gci 3 of 10 pages 216,620 230,000 239,418 40,076 18,673 105,114 86,728 69,021 698,201 44,410 6,198 7,750 9,757 38,112 54,499 388,731 123,769 26,500 1 111 211,639 457.319 22,580 387,396 90,000 242,000 218,000 58,000 275,157 1,063,334 382,319 C I CONSTRUCTION, INC* FORMERLY: GILLISPIE CONSTRUCTION INC. COMPLETED PROJECTS As of MARCH 31, 1999 CONTRACT CUSTOMER NAME & ADDRESS JOB #/ LOCATION AMOUNT _ ._..._.__..._.... ........ ------ _____.___..___..__.__...._..__......--__. ...... ... ..._...._.-.........__ _........___ ................__. __-.._..__.__._.__. .�___..__.._.....___..__......, 428 Hazel Drive 494,747 i 425 Channel Drive 51,365 1 450 Balboa Blvd. Reconst. 891,513 452 Bolsa Park 161.452 460 Main Street Sidewalk Improvements 66.902 471 MacArthur Blvd. 7,068 472 Balboa Manholes 17,283 475 Corona Del Mar Alley & Water Main 373.649 CITY OF NEWPORT BEACH 479 15'h St. Rehab, Storm Drain & Water Main 1.095,168 j continued . Constr. 457,319 486 Bayview Way /Jamboree Road Improvements 13.200 498 Lido Isle Pump Station 78,67' Kings Road Storm Drain Newport 6.199 520 Orchird & Ocean 405,693 542 Buck Gully /Little Corona Beach Outlet Mod. 17,580 549 Big Canyon Reservoir 13,650 555 Slope Repair{rD, Jamboree Rd. & Big Canyon CITY OF SAN CLEMENTE 516 Calle Bahia Water Line 144,976 i 100 Avenida Presidio San Clemente, CA (949) 361 -6100 CITY OF SAN JUAN CAPISTRANO 115 Sunhollow Improvements 184,000 32400 Pasco Adelanto 120 Alipaz & Del Obispo St. Improvements 93,000 San Juan Capistrano, CA 92675 302 Del Obispo St. Widening 209.000 i 64,000 (949) 493 -1171 328 Drainage Improvements 332 Del Obispo Storm Drain 234,000 j CITY OF SANTA FE SPRINGS 509 Patterson Place 697,212 11710 Telegraph Road 517 UPRR Storm Channel Restoration 37,650 Santa Fe Springs, CA 90670 (562) 868 -0511 CITY OF WHITTIER 353 Savage Canyon Landfill 1,224,745 13230 E. Penn Street 374 Savage Canyon Landfill 170,720 j Whittier, CA 90602 375 Gas Distribution Wells 15, 17 & 18 36,362 (310) 945 -8200 393 Savage Canyon Landfill 117,161 449 Well 913 MCC Building 54,950 485 Well #14 Rehabilitation, Whittier 142.907 CITY OF TUSTIN 195 Bell Avenue Storm Drain 96,673 300 Centinnial Way 453 Pinetree Park Parking Bay Improvements 92.779 Tustin, CA 92680 455 Reconstruction "C" Street 65,983 (714) 573 -3000 f: \mhold \gci \joblist \finished.gci 4of10pages lk C I CONSTRUCTION, INC• FORMERLY: GILLISPIE CONSTRUCTION INC. COMPLETED PROJECTS As of MARCH 31, 1999 CONTRACT CUSTOMER NAME & ADDRESS JOB #/ LOCATION AMOUNT —_ �_....._..___.___.... ___.._...____- .--- -....- - -- -. _ .__.._..__.-- CITY OF VILLA PARK ...__. ___.- -- -� _..__..__..---___..-.._.._..__._........._..------... .._- 467 Villa Park Storm Drain ---.------ --_._._._..._- --, 147,108 17855 Santiago Blvd. Villa Park, CA 92861 ' (714) 998 -1500 1 CITY OF YORBA LINDA 390 Street /Storm Drain 111,896 P.O. Box 7487 404 Remove & Replace AC 145,900 Yorba Linda, CA 92686 443 Town Center Plaza 933383 (714) 961 -7100 445 Brooklyn Avenue 69,804 513 Interim Grading of Esperanza Road 109,405 543 Buena Vista Avenue 278,782 COTO DE CAZA DEVELOPMENT 169 Gabion Drop Structures 630,000 P.O. Box 438 180 Rip Rap Slope Protection 260,062 Trabuco Canyon, CA 92678 181 Storm Drain Improvements 159,693 I 184 Gabion Slope Repair 16,285 s 186 Gabion Slope Repair 140,513 :'• 188 Low Flow Crossing II 39,606 192 Corrective Work 240,642 COUNTY OF LOS ANGELES, 111 Rambla Pacifico 36,555 ROAD DEPARTMENT 1540 Alcazar Street i Los Angeles, CA 90033 COUNTY OF ORANGE 148 Stonehi]1 316,120 400 Civic Center Drive 160 EMA Palm Ave. Street and Storm Drain 268,864 Santa Ana, CA 92651 197 Stonehill Drainage Improvements 29,000 ` (714) 834 -3100 435 Delhi Channel 603,200 495 Frank Bowerman Landfill 319,672 511 Prima Deshecha Landfill 306,730 I � 521 Frank Bowerman Landfill 4,975 i ......... ............. COUNTY OF ORANGE -EMA .................... 367 Missions Planned Community Road Closures �.. 4_,604 P.O. Box 4048 i Santa Ana, CA 92702 -4048 _ .. ............. .. .... CYPRESS HOMES, INC. 448 Sorrento Stormwater Pump Station 469,500 i14 Corporate Plaza (Project #9226-1) Newport Beach, CA 92660 DANA STRAND BEACH CLUB 133 Rock Slope Protection 1)60,000 ! 34001 Dana Strand Road Dana Point, CA 92629 EASTERN MUNICIPAL WATER 382 Grant Ave. & Corwin Pumping Plants 854,453 i DISTRICT — - -- -- -- -- -- -- ..... f: \mhold \gci \joblist \finished.gci ......._. -. -.. - -- - -- - -- _. — 5of10pages — — C I CONSTRUCTION, INC• FORMERLY: GILLISPIE CONSTRUCTION INC. COMPLETED PROJECTS As of MARCH 31,1999 CUSTOMER NAME & ADDRESS JOB #/ LOCATION LAGUNATERRACEPARK 30802 S. Coast Highway Laguna Beach, CA 92651 GENTRY GOLF 14893 E. Ball Road Anaheim, CA 26081 Merit Circle 9123 Laguna Hills, CA 92653 (714) 367 -7818 HON DEVELOPMENT 25200 La Paz Rd., #210 Laguna Hills, CA 92653 (714) 586 -4400 THE IRVINE COMPANY 550 Newport Center Dr. Newport Beach, CA 92660 (714) 720 -2000 470 Laguna Terrace 413 Island Golf Center CONTRACT AMOUNT 468 Rotoshake 477 Teen Center (K.B.F.) 484 Roaring Twenties — North Project ( K.B.F.) 492 North Project, PH 11 & III Demo at Knott's Berry Farm 335 Storm Drain, Stairway 139 Big Canyon Grading 141 Entryway Improvements 145 Grading & Improvements 147 Site Improvements 149 Back Bay Erosion Control 157 Flagstone Park 158 Big Canyon Landscape 310 Mac Arthur Blvd. Widening 178 Center Dr. Realignment 179 Monroe Street Improv. 182 R.C. Box Structure 187 Jamboree Road Widening 189 Big Canyon Slope Repair 190 Post Office Parking Lot 317 Sewer Cleanout 163 Back Bay Sewer 174 Los Trancos Parking Lot 333 Peters Canyon Grading 338 Jamboree Rd. Widening 360 Pelican Hill Syphon 361 Pelican Hill Road 378 Rock Shelter 392 Newport Coast 397 Pelican Hills Golf Course 499 Coast Supply Line Relocation, Irvine f:\mhold\gci\joblist\finished.gci 6 of 10 pages 208,941 195.619 175,898 49,140 278,005 755,420 120,000 165,000 600,000 480,000 120,000 143,693 700,000 552,411 135,000 91,000 56,242 458,479 66.000 158,214 4,300 45,000 140,000 382,000 566,000 414,000 35,000 27,729 28.808 126.687 687,672 C I CONSTRUCTION, INC• FORMERLY: GILLISPIE CONSTRUCTION INC. COMPLETED PROJECTS As of MARCH 31, 1999 CUSTOMER NAME & ADDRESS Continued...., IRVINE RANCH WATER DISTRICT 15600 Sand Canyon Ave. Irvine, 92618 (714) 453 -5300 KNOTT'S BERRY FARM 8039 Beach Blvd. Buena Park, CA 90620 (714) 220 -5228 LAGUNA BEACH COUNTY WATER DISTRICT 306 3rd Street Laguna Beach, CA (714) 494 -1041 39899 Ballentine Dr., Ste. 275 Newark, CA 94560 LAKE ELSINORE UNIFIED SCHOOL DISTRICT 545 Chaney Street Lake Elsinore, CA 92330 JOB #/ LOCATION CONTRACT AMOUNT 519 Hick's Canyon Channel 3,476,243 546 East Foot Bypass 81,601 551 Temporary Bypass — Lower Peters Canyon 88,578 387 Pump Station 575,795 119V arious Grading & Improvements 121 Various Grading & Improvements 144 Storm Drain Improv. 161 Parking Improvements 185 Dolphin Park Improv. 315 Landscape Maint. Grading 389 Grand Ave. Parking Lot 407 Spirit Lodge 426 Steak House 431 Fiber Optics Phase IIA 442 Farmwide Communications 468 Rotoshake 512 Virginia Warehouse Remodel 514 Electrical Substation 515 Jelly Factory 530 Jelly Factory Emergency Sewer 536 Knott's Berry Farm South Parking Lot 339 Grading & Storm Drain Improvements 529 Various Repair Projects 550 EWT Install Valve 324 Grading Improvements 329 Sewer & Water 334 Methane Gas Header 336 Landscaping 346 Realignment of Sewer, Water & Gas Line 352 Pump Station 391 Pump Station 369 Temescal Canyon High School f: \mhold \gci \joblist \finished.gci 7 of 10 pages 734,000 45,591 373,490 293,855 62,986 565,061 171,361 175,898 97,681 17,936 52,385 55,703 1,047,611 392,000 57,772 3,497 449,532 857,000 238,000 71,000 161,189 95,083 44,805 309,223 C I CONSTRUCTION, INC• FORMERLY: GILLISPIE CONSTRUCTION INC. COMPLETED PROJECTS As of MARCH 31, 1999 CONTRACT CUSTOMER NAME & ADDRESS JOB #/ LOCATION AMOUNT LOS ALISOS WATER DISTRICT 110 Gradin &Site Im rovements 95,000 P.O. Box 699 343 Rough Grading 817,434 El Toro, CA 92630 LOS ANGELES COUNTY DEPT. OF : 371 Eaton Wash Spreading Grounds 893,734 PUBLIC WORKS, MISC. DEPT. 373 Schabarum Regional Park 790,116 900 S. Fremont Ave. 398 San Dimas Reservoir 797,640 Alhambra, CA 91803 406 Kenneth Hahn Park 379,546 408 Santa Anita Debris Basin 261,343 434 Morgan Debris Basin 338.377 439 Rio Hondo Spreading Grounds 913,201 MISSION VIEJO CHRISTIAN CHURCH 504 Grading Improvements 497,764 27405 Puerta Real, Ste. 360 505 Backfill Walls 67257 Mission Viejo, CA 92691 (949) 768 -0209 MOULTON NIGUEL WATER DIST. 510 Remedial Grading & Drainage East Aliso Creek 76,467 27500 La Paz Road l OMG Reservoir I1 Laguna Niguel, CA (949) 831.2500 ORANGE COUNTY WATER DIST. 380 Santiago Basin Revegetation 178,080 10500 Ellis Avenue 402 Alamitos Barrier Injection Well 142,567 Fountain Valley, CA 92708 ORANGE COUNTY EMA PUBLIC 340 Aliso Beach Front Improvements 297.203 WORKS DEPT. 344 OCEMA (Pelican Hill) 484,785 P.O. Box 4048 347 Bee Canyon Landfill 165,992 j Santa Ana, CA 92702 -4048 351 Portola Parkway Storm Drain 113,000 359 Santiago Canyon Landfill 507,089 PULTE HOME CORPORATION 337 Grading & Storm Drain Improvements 1,110,298 270 Newport Center Drive 345 Retaining Wall 33,731 jNewport Beach, CA 92660 424 Storm Drain & Street Repair 27,286 ! (949) 721 -0622 j RANCHO SANTA MARGARITA 381 Antonio Parkway 166,196 30211 Avenida de Las Banderas, Ste. 200 Rancho Santa Margarita, CA 92688 RANCHO SANTIAGO COMMUNITY 372 Pa- rkin Improvements 1,606,214 COLLEGE 17`h Street at Bristol Santa Ana, CA 92706 t f:\mhold\gci\joblist\finished.gci 8 of 10 pages * C I CONSTRUCTION, INC• FORMERLY: GILLISPIE CONSTRUCTION INC. COMPLETED PROJECTS As of MARCH 31, 1999 CUSTOMER NAME & ADDRESS JOB 41 LOCATION CONTRACT AMOUNT REAL ESTATE DEVELOPMENT 183 Grading — Tract 11356, Lot 6 18302 Irvine Blvd., Ste. 360 303 Point Del Mar Tustin, CA 92680 REGENTS OF THE UNIVERSITY OF - 199 UCI Parking Lot No. 14 CALIFORNIA AT IRVINE 303 UCI Parking Lot No. 18C Irvine, CA 92717 313 Lot 6 & 80 Modifications 318 Unit 5 Site Grading 384 UCI Grading, Storm Drain 417 Erosion Control 433 Jamboree Widening - . ......._..— ... - - -.. .. .._.. L. RITZ COVE DEVELOPMENT L.C. .... ...._... 506 Site 8 Grading & Improvements 33111 Pacific Coast Hwy. Monarch Beach, CA 92629 (949) 240 -2500 SADDLEBACK VALLEY 430 Saddleback Valley School District SCHOOL DISTRICT A MARGARITA CATHOLIC 4966rading Improvements HIGH SCHOOL SOUTHERN CALIF. WATER. 494 1565 W. MacArthur Blvd. Costa Mesa, CA 92626 (714) 546 -1161 STATE OF CALIFORNIA DEPT. OF PARKS AND RECREATION 2422 Arden Way, Ste. A -1 Sacramento, CA 327 Bike Way Drains 349 Retaining Walls 108 El Pescador State Park 112 Topanga State Park STATE OF CALIFORNIA 429 Pavement/Drainage 1 111 Howe Ave., Ste. 650 Sacramento, CA TAISEI CONSTRUCTION 301 E. Ocean Blvd., Ste. 400 Long Beach, CA 90802 (310)432 -5020 480 Monarch Beach Storm Drain Phase I 480 Monarch Beach Storm Drain Phase II 491 Monarch Beach Golf Course Street & Park Improvements f: \mhold \gci \joblist \finished.gci 9of10pages 29,758 70,000 145,000 110,000 118,963 252,567 258,312 18,803 138,900 1,190,782 25,050 j ...... _ ... ... __ .... ..-- 393,277 ; 105.348 1 3,500 ! 122,699 i F 63,000 j 14,400 j I 149.8001 1 X8,839 230,000 222,240 C I CONSTRUCTION, INC* FORMERLY: GILLISPIE CONSTRUCTION INC. COMPLETED PROJECTS As of MARCH 31, 1999 CONTRACT CUSTOMER NAME & ADDRESS JOB #/ LOCATION AMOUNT TRABUCO CANYON WATER DISTRICT 535 Santiago Canyon Road 321,749 32003 Dove Canyon Drive Trabuco Canyon, CA 92678 (949) 858 -0722 UNIVERSITY OF IRVINE 525 Faculty Management Grounds 32,479 125 Interim Office Building Irvine, CA 92697 -5444 (949) 824 -6958 WATT HOMES �3I Mandalay /M02- VistaPacifca Box Crossing 104,611 10737 Laurel Street, Ste. 280 Rancho Cucamonga, CA 91730 (909) 481 -7700 WESTERN INDUSTRIAL 342 Raymer Avenue Street Improvements 136,008 3325 Pico Blvd. Fullerton Los Angeles, CA f: \mhold \gci \joblist \finished.gci 10 of 10 pages 0 0 PAGE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CENTRAL BALBOA WATER. SEWER & ALLEY IMPROVEMENTS AND WEST NEWPORT BEACH SEWER MAIN REPLACEMENT, PHASE II CONTRACT NO. 3278 NON - COLLUSION AFFIDAVIT State.of California ) ) ss. County of ) �fUl'f1YiQ% being first duly sworn, deposes and says that he or she is of C=O (QbnsfrUe- jO✓l , ETA 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. C-70- (62irvi�wudkyl -TIP. Bidder Authorized Si nature/Title F(0 rLQ�f Z e ITr. Subscribed and sworn to before me this G",day of (. ) LJ 99 JANET L. RUSSELL [SEAL] N Comm. 11166123 N NOTARY PUBLIC CALIFORNIA Orange County M Comm. Expires Des. 21, 2001 ary Public My Commission Expires: DPIl• 21 0 0 PAGE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CENTRAL BALBOA WATER, SEWER & ALLEY IMPROVEMENTS AND WEST NEWPORT BEACH SEWER MAIN REPLACEMENT, PHASE II CONTRACT NO. 3278 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. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 0 PAGE 8 CENTRAL BALBOA WATER. SEWER & ALLEY IMPROVEMENTS AND WEST NEWPORT BEACH SEWER MAIN REPLACEMENT, PHASE II CONTRACT NO. 3278 CONTRACT THIS AGREEMENT, entered into this 281" day of June, 1999, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and GCI Construction, Inc., hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: CENTRAL BALBOA WATER. SEWER & ALLEY IMPROVEMENTS AND WEST NEWPORT BEACH SEWER MAIN REPLACEMENT, PHASE II Project Description 3278 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. 3278, 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. r L PAGE 9 C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of four hundred ninety -five thousand, eight hundred and three and 901100 Dollars ($495,803.90). 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: Michael Sinacori or Stephen Luy (949) 644 -3311 GCI Construction, Inc. 245 Fischer Ave., B -3 Costa Mesa, CA 92626 Attn: Floyd Bennett Secretary/Treasurer (714) 957 -0233 F. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this Contract, hereby certifies: "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 0 PAGE 10 insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. 1. Minimum Scope of Insurance Coverage shall be at least as broad as: a) Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0001 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. b) Insurance Services Office Business Auto Coverage form number CA 0001 0187 covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. c) Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 2. Minimum Limits of Insurance Coverage limits shall be no less than: a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. c) Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. 3. Deductibles and Self- Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self - insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 0 0 PAGE 11 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages City, its officers, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. 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 0 0 PAGE 12 amount provided that the Work damaged is built in accordance with the plans and specifications. 6. Right to Stop Work for Non - Compliance City shall have the right to offer the Contractor to stop Work under this Agreement and /or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. H. RESPONSIBILITY FOR DAMAGES OR INJURY 1. 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 and year first written above. ATTEST: CITY CLERK APPROVE D ASJO FORM: CITY ATTORNEY CITY OF NEWPORT BEACH A Municipa . orporation t By: Dennis D. O'Neil, Mayor GCI CONSTRUCTION, INC. By: kAil Authorized Si ature and Title Teary � it lc- epic -- ReS lCitD(& f:\ users \pbMshared \oontract\masters \formal contract master.doc 06/23/99 IUL-28-99 WED 16:44 SERV14P FAX NO. 7142503 P.02 - �.•YYYYffir.+,,+•. -!., •.:., .,, p.� nY1y �•,. yy.�y, •�:y,N�.,.. ... •_,.. .- .:::.i':i :.... _ .. CERTXPICAT13 VII .IN, t.SiA -96E ." at Producer 714 28 - 676 ry Seltzer Insurance Seice 1524 East Mayfair Avenue Orange, CA 92867 TNEa CR Tno%TE Is Issaw As A MATI'IDi OF INFUWMTICN OaLY Am cIONvmts NO RICUM UPON TTEH 0IRTIPICATE HOIDWI. =S CERTIFICATE EGGS NOT Mme, kWn= OR ATl 1TTE COVRRAI;E D® nY mw POLICIES RREOW. ES AF1PCMIkU Co "'P °ny Transcontinental Insurance Company A -- cOTPaty Generali Insurance Company _ _ lnsorcd Gc:.JU1 EDE GCI Construct .on, Inc./ WME, Inc, Gillespie Conatruction Company, & CME Corporation B a F Tnd TnEa Ir nce -&amp C�.,,pany C State Compensation Insurance Fund - - -- - 245 Fischer Ave. Suite B -3 ComPr'cy D 4-T q- Xnaurance THIS IS TO CERTIFY THAT '1'hE POLICIES OF INSUTANCE LISTED BELOW HAVE BEEN ISSUED -0 THE INSURED NAMED ABOVE FOR THE POLICY INDICATED NOTWITHSTANDING pvy REQV iriEMENT, TERM OR CONDIT:ON OF ANY CONTRACT OR OTHER DUCUMEN'r 'd VTH gPRPECT TO WHICH THIS CCF- IF:CATE MAY BE :56UED UR MAY PERTAIN. THE TNFIIRA.NCB AFFORDED BY THE POLICIES DESCRIBED HEREIN 14 A11H.'= TO ALL THE TERMS, EXILUSIOFS AND C014DIT:INS OF SCCH FULIC:EB. LIM:TS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY POLICY CO) L'1V1 TYPE OF INSEHEAHCJ3 POLICY NvMEWt HPFEVTIVE MATH HADLmTION DATE LIMITS A LIABILITY Commcrcra.l Ccoercl ,.vb ' is Claims Mad -, [ ^:"'r PCL167046166 01/01/99 01/01/00 General AgRCeAate Producte -COn,� Ooa A "s person al' Ads injury__ Each Occurrence aF non nnn OWrer•a a Ccnt Protccti�c Fare D & +ece Ian 1 fire). § -_, -3 M,,& F,,)1-ny one eraon B ILH LIABILITY Aiiy A4b -All Ownad Antos scheduled Actoa •Hired P.otas Nan -OWned P.clo9 GA10301400 -1 12/05/98 12/01/99 Co,nhzned Single LImLC S 1,000, 000 Bodily Injury 'per person) B dily Injury IPer acc.d.n!I $ Property Damage LTninatlrPd, LIMIT $ 60,000 GARAGTi LLABILITY Auto Only - Ea Accident ]$ Ot.hcr Tlmn Auto Only.'... °w':`.;`...; Any Auto Ench AccidvnC $P A 's me D 8 LIABTLITY c...v: = =IL +F,,.,= BE3579157 01/01/99 01 /01 /00 Each Occurrence �J9?"egpte -_ -___ 3�0oQy000 Gthcr Than Umbr ^l:a Form. WURIEnS' COMPHPSATIOH AND SF.aCUl:oa Lzre,r Che BE EArh M:cadcnt $, BMPLOYBRS' LTANELI'PY C The PropS'eccr/ :nrl Oartrare, Execet iVC Offv:era aze. xcl 46- 8183 -98 01/01/99 01/01/00 ET, D1SCa3C Pclu Limit EL Disease -Ea Employee H 07C HER Property MZX80728563 04/01/99 04/01/00 Limit $ 95,000 SF /RC UEB(7tTP1'IDN OF OI'ISIiAilONS /I/JCATIOHS /V IICI.ES /SPECIAL ITHMS ertificate Holder is named Additional Insured as per attached endorsement with respects to Central Balboa Water, Sewer & Alley Improvements and West ewwpport Beach Sewer Main Replacement, Phase II. Waiver of Subrogation is in- luded for the Workers' Compensation effective 6/30/99. Job #018 �l+,iZl'Y1±1'>v.11TP fiOI,IIER - ,C7�NCELI,ATI�7N 03 SIRAILD ANY OP THE ABOVE DEECRIBY.n POT.TCTR6 RR CMICHIAM BEFORE TIES EXPIRATION DATE TN&+ROP, THE ISGUINC COMPANY WILL � MAIL -0 DAYS WRI71THJ NOTICE TO TIM CERTIFICATE IWIDER WEIM TO THE ityy Of Newport Beach ublic Works repartment 300 Newport .' :oulevard EEYF, Aut cr zad Representar Eve ewport Beach, CA 92658 -8915 Ytte3W iC .AI?P w�xitiiny; 'In C' 11UL -28 -39 WED 13:44 SERV [O FAX N0. 7142503 P,02 POLICY NUMP,ER: PCL167046156 COMMERCIAL GENERAL LIABILITY GA10301200 -1 COMMERCIAL .AUTOMOBILE LIABILIT THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES, OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART: SCHEDULE Name of Person or Organization: CITY OF NEWPORT BEACH, ITS OFFICERS, OFFICIALS, EMPLOYEES AND VOLUNTEERS 3300 NEWPORT BOULEVARD NEWPORT BEACH, CA, 92658 CONTRACT NO. CENTRAL BALBOA WATER, SEWER & ALLEY IMPRO`1EMENTS AND WEST NEWPORT BEACH SEWER MAIN REPLACEMENT, PHASE II If no entry appears above, information required to complete this endorse- ment will be shown in the Declarations as applicable to this endorsement. WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. IT IS FURTHER AGREED THAT SUCH INSURANCE IS AFFORDED BY THIS POLICY FOR THE BENEFIT OF THE ADDITIONAL INSURED SHOWN SHALL BE PRIMARY INSURANCE, AND ANY OTHER INSURANCE MAINTAINED BY THE ADDITIONAL INSURED SHALL BE EXCESS AND NON - CONTRIBUTORY, BUT ONLY AS RESPECTS ANY CLAIM, LOSS OR OR LIABILITY ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED. CG 20 10 11 85 Copyright, Insurance Services Office, Inc., 1984 JUL-28 -99 WED 09:18 AN • FAX NO, • QCAL- SURANCE CERTIFICATE OF INSURANCE CHECKLIST CITY OF NEWPORT BEACH P. 02/05 THIS CHECKLIST IS CONIPRISED OF REQUIREMENTS AS OUTLINED .ABY THE CI'T'Y OF NEWPORT BEACH. DATE RECEIVED: $V DEPARTMENT/CONTACT RECEIVED FROM: sHAra�M DATE COMPLETED:— - viS /QR— SENTTO: .g AUiU BY:_.- , IA CONIPAN'Y/PERSON REQli1RED TO HAVE CERTIFICA'T'E: G it W IV9 GENERAL LIABILITY, A. INSURANCE COMPANY:__ � ..7MAJ Id1SM"UVWe CO B. .A.M BEST RATING (A VII or greater): C. ADMIT"IED COMPANY: ( Must be California Adntitted) Is company a milted in California' Yes No_ D. LLVETS (Must be 51,000,000 or greater) What is limit provided? �jQaQ�Q E. PRODUCTS AND COMPLETED OPERATIONS. (Must Include) Is it included'? Ycs_k.," No F. ADDITIONAL NSURDED WORDING TO INCLUDE: ( The City its officers, agents, officials, employees and volunteers). Is it inchidod °. Yes ✓ No G. PRIMARY AND NON CONTRIBUTORY WORDING: (Must be included) is it included? Yes ✓ No H. CAUTION! ( Confirm that loss or liability of the Named insured is n I lirruted solely by their ncgligcnccJ L Does endorsement include 'solely by nogligenec" wording° Ycs ✓ No 1. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notificaion of cancellation certified mail: per Lauren Parley the City will accept the endeavor wording. II. AUTOMOBILE LIABILITY: /� A. NSURANCF COMPANY: GEIJFI 1-Z &491j )-. e4A1rh—k y B. ANNt BEST RATING (A VII or greater) R: ]C C. ADMITTED COMPANY: ( MUST BE CALIFORNIA ADMITTED) Is company ado llod'? Yes ✓ No D LIIvTITS: (Must be 51,000.000 minimum Bl & PD and $5(10,000 UM) What is limits provided ?w( -- , E. ADDITIONAL NSURED WORDING TO INCLUDE: (The Citv its officers .agents- officials, employees and volunteers). Is it included" Yes ✓ No F. PRIMARY AND NON CONTRIBUTORY WORDING: (Must be included). Is it included'? Yes ✓ No_ G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation certified mail. per Lauren Farley the City will accept the endeavor wording. III. WORKERS COMPENSATION: A INSURANCE COMPANY ST D B. ANI BEST R.AITNG (A Vf1 or greater) _ C LINUT5 Statutory D. WAVIER OF SUBROGATION: (To include). Is it included" Yes No HAVE ALL ABOVE- REQUIREIN ENTS BEEN MET Yes No ✓ IF NO, WHICH ITEMS NEED TO BE COMPLETED?—aSOItiY Qr� Me M 0014 STATE COMPENSATION I N S U R A N C E FUND JUNE 30, 1999 0 P.O. BOX 420807, SAN FRANCISCO, CA 94142 -0807 -i e:..', V +� U J U L 0 6 1999 CERTIFICATE OF WORKERS' COMPENSATION INSURANCE F- CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 NEWPORT BLVD. NEWPORT BEACH, CA 92658 L POLICYNUMSER; 046-99 UNIT 0008183 CERTIFICATE EXPIRES: 1 -1-00 JOB: CENTRAL BALBOA WATER, SEWER & ALLEY IMPROVE- MENTS This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissionerto the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon X days' advance written notice to the employer. We will also give you WN days' advance notice should this policy be cancelled prior to its normal expiration. xx 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. /—�L 1�Je?i� AUTHORIZED REPRESENTATIVE PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE. ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 01/01/99 IS ATTACHED TO AND FORKS A PART OF THIS POLICY. ENDORSEMENT #2570 ENTITLED WAIVER OF SUBROGATION EFFECTIVE 02/16/99 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. THIRD PARTY NAME: CITY OF NEWPORT BEACH EMPLOYER F- GCI CONSTRUCTION, INC. DBA: W.M.E. INC. 245 FISCHER AVENUE #B -3 COSTA MESA, CA 92626 PR 1 of 8 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL CENTRAL BALBOA PENINSULA WATER AND ALLEY REPLACEMENT AND WEST NEWPORT BEACH SEWER MAIN REPLACEMENT, PHASE II CONTRACT NO. 3278 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. 3278 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 CENTRAL BALBOA WATER, SEWER & ALLEY IMPROVEMENTS — BID ITEMS 1 -25 Lump Sum Mobilization @ it C2Q II ollars n and o Cents $ 33 000," Per Lump Sum 2. Lump Sum Central Balboa Traffic Control @Thi(6i �V►L�✓ J�" Dollars and Cents $ 3Z0.0d Per Lump Sum 0 E PR2of8 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. 170 L.F. Remove Existing Water Main and Install New 12 -Inch PVC C900 Water Main In luding Trench Resurfacing @ U -,qku � �e P�1 Dollars and 215.00 3(p�550. °0 �a Cents $ --n 1. $ �0 Per Lineal Foot 4. 245 L.F. Remove Existing Water Main and Install New 12 -Inch PVC C900 Water Main @ EOC" &nk Dollars and fi.0 Cents $ Z /•a' $ f5, I 46,0(j Per Lineal Foot 5. 70 L.F. Remove Existing Water Main and Install New 8 -Inch PVC C900 Water Main Including Trench Resurfacing @ Dollars and aO Cents $ -XD`�O $ 543 Per Lineal Foot 6. 700 L.F. Remove Existing Water Main and Install New 8 -Inch PVC C900 Water Main @Th�L±4 -thrQ-Q� Dollars and I )CRA Cents $ -33•t`�O $.2 3�5�0 °u Per Lineal Pdot 7. 20 L.F. Remove Existing Water Main and Install New 6 -Inch PVC C900 Water Main Including Trench Resurfacing @ 0" UK6 dDollars and 1tfs,lld inn Cents $ - _ $ 'zoo, Per Lineal Foot PR3of8 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 8. 4 Each Install 8 -Inch Gate Valve Including Valve Box and Cover @ 5i4kurdKPJ Dollars and [to Cents $ ILt^n,,,6 $ .Z, y 1111 Per Each 9. 1 Each Install 12 -Inch Gate Valve Including Valve Box and Cover @ ()u Sousa zd Dollars and L�q Cents $ 11 1 °O °O $ 00.° G Per Each 10. 50 Each Remove Existing and Install New 1 -Inch Water Service Including Meter Box and Cover @O(uk)jKdV44 Dollars and %lo Cents $ I • °° $ ]+°O Per Each 11. 850 L.F. Remove Existing 8 -inch Concrete Gravity Sewer Pipe and Install New 8 -inch PVC S``D'.R- 35 G1ravvi/ity Sewer Pipe @QI(/AJI� ✓�.+ F1lP� Dollars n 0 and /1 Cents $ 105. $ ° Per Lineal Foot y70,L •F. 12. „e496'L.F. Remove Existing 8 -inch Concrete Ti Gravity Sewer Pipe and Install New 8 -inch PVC SDR -35 Gravity Sewer Pipe Including Trench Resurfacing @(�i 6&fk°eJA Dollars and ✓b Cents $ 120.`'D $ 5Lv D0. ° ° Per Lineal Foot 0 0 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 13. 1 Each Remove Existing and Install New Fire Hydrant Assembly Including Valve With Trench Resurfacing L,,e ne it�utd r� @ W�,r�ctoi ars Dollars and /l9 Cents $ 2j 1 ---30 _" $41-36.0 Per Each 14. 445 S.F. Remove Existing and Construct 6 -Inch Thick P.C.C. Alley Approach @ "ye, Dollars and Cents $ f5 $ .2 4 7, Per Square -root 15. 11,190 S.F. Remove Existing and Construct 6 -Inch Thick P.C.C. Alley @ �nUr Dollars and S i7 S X Cents $ • lob $ 521m5'40 Per Square Foot 16. 790 S.F. Remove Existing and Construct 6 -Inch Thick P.C.C. Patchback @ V2 Dollars and (la Cents $Soo $ 3 b Per Square Foot 17. 367 S.F. Remove Existing and Construct 4 -Inch Thick A.C. Patchback @ 'Q0 Dollars and 119 Cents Per Square Foot @ TWO rW (LAW SRI%Pf1U' Dollars and no Cents $ Z �. ac $ I j73lo.' Per Each 22. 3 Each Remove Existing Sewer Cleanout and Replace With New 48 -Inch I.D. Sewer Manhole. @Yu`r.Ku,e.i IU.tiM Dollars and Cents $ I $ 5 (W-(• j Per Each PR5of8 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 18. Lump Sum Provide and Install Temporary Water Main Bypass @EI �LU'- 011ars and Cents Per Lump Sum 19. 50 Each Remove Existing Sewer Lateral and Construct New Sewer Lateral and Cleanout es g (S1 LKJrG a rs@ z Dol Wand /10 Cents Per Each 20. 20 Each Remove Existing Sewer Lateral and Construct New Sewer Lateral and Cleanout Including Trench Resurfaciing1J� ,��((�, 6�Y� �Nll(A 80p Dollars and /to Cents $ �43�a $ 1 &a6 " Per Each 21. 8 Each Remove Existing Sewer Manhole and Replace With New 48 -Inch I.D. Sewer Manhole. @ TWO rW (LAW SRI%Pf1U' Dollars and no Cents $ Z �. ac $ I j73lo.' Per Each 22. 3 Each Remove Existing Sewer Cleanout and Replace With New 48 -Inch I.D. Sewer Manhole. @Yu`r.Ku,e.i IU.tiM Dollars and Cents $ I $ 5 (W-(• j Per Each 0 0 --.. ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 23. Lump Sum Pressure Test, Disinfect and Flush Water Main @ S„&_Ma o Dollars and f la Cents Per Lump Sum 24. 140 S.F. Remove Existing and Construct P.C.C. Sidewalk @ `�110J� Dollars and fu Cents Per Square Foot $ L CENTRAL BALBOA WATER, SEWER & ALLEY IMPROVEMENTS TOTAL PRICE IN WRITTEN WORDS ITEMS 1 -24 _A. ninked6q $ 2 AI _ UO o a s 0 and 3 92, 38`I , 9 (�11t Cents $- Price Items 1 -24 (Figures) PR7of8 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE WEST NEWPORT BEACH SEWER MAIN REPLACEMENT, PHASE II - BID ITEMS 25 -30 25. 823 L.F. Remove Existing 8 -inch Concrete Gravity Sewer Pipe and Install New 8 -inch PVC (SDR -35) Gravity Sewer Pipe (SDR -35) Including Trench Resurfacing @ Stq Dollars and AD Cents $ A.00 $ 55 qW Per Linear Foot 26. 65 Each Remove Existing Sewer Lateral and Construct New Sewer Lateral and Cleanout per CNB STD -40``6 -L including Trench Resurfacing @ UC►UArI� Nga gollars and Cents $ $ Per Each 27. 1 Each Remove Existing Sewer Cleanout and Replace With New 48 -inch I.D. Sewer Manhole. @ rly'1l�Yyl6Ad rd Dollars and Ad Cents $ $ �(j, 00 Per Each 28. 500 S.F. Remove and Replace Additional Concrete Sidewalk @ Jl c Dollars and Cents $ ,0,50 Per Square Foot 29. 100 L.F. Remove and Replace Additional Curb and Gutter @ Dollars and Cents $ Z7. GO $ 2766 a' Per Linear Foot • PR8of8 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 30. Lump Sum West Newport Traffic Control @�t/t YVI tt r� l rs /� and 0 Cents $ ,moo Per Lump Sum WEST NEWPORT BEACH SEWER MAIN REPLACEMENT PROJECT, PHASE II TOTAL PRICE IN WRITTEN WORDS ITEMS 25 -30 and Cents $ 0�� 41g °O Price Items 25 -30 (Figures) CENTRAL BALBOA WATER, SEWER & ALLEY IMPROVEMENTS AND WEST NEWPORT BEACH SEWER MAIN REPLACEMENT PROJECT, PHASE II TOTAL PRICE IN WRITTEN WORDS ITEMS 1 -30 1 I. I. I Z .. 1 L ___ 1 . L, ii r j AG "'A# (!I cbnp l Date ( -714) 4�5-7 az�3 Bidder's Telephone Number -7 55 Bidder's License No(s). and Classification (s) and Cents $ 495, 803.90 Total Items 1 -30 (Figures) C-761 Qbas �btl , Tf1c . Bidder Bidde r oloyt�l orizedl Sign turepn� IT�e�� 2q5 �- SQJW Ate.. 6 31 O� S--�a ►W 9210 up Bidder's Address \\mis_i\sys\ users \pbw\shared \contracts \99 \central balboa water c- 3278 \proposa c- 32781.doc a • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT H V EW FOaN/ ADDENDUM NO. 1 Page: 1 of 2 CENTRAL BALBOA WATER, SEWER & ALLEY IMPROVMENTS AND WEST NEWPORT BEACH SEWER MAIN REPLACMENT, PHASE It CONTRACT NO.3278 DATE: June 14, 1999 TO: ALL PLANHOLDERS Bid Documents Addendum No. 1: BY: Sinned by Don Webb Don Webb, Public Works Director The following changes, additions, deletions, or clarifications shall be made to the contract documents; all other conditions shall remain the same. *NOTE: BID OPENING DATE HAS BEEN CHANGED NOTICE OF INVITING BIDS Sealed Bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92658 -8915 until 2:00 p.m. on the 18t day of June, 1999, at which time such bids shall be opened and read. j 0 Page: 2 of 2 PROPOSAL Bid Item No. 12. Change the quantity to 470 L.F. The Contractor shall write in 470 L.F. on the proposal to replace the 100 L.F. shown. Bidders must sign this Addendum No. 1 and attach it to the bid proposal. Bids may not be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. Bidder's Name (Please Print) Date • 0 APPROVED TO: Mayor and Members of the City Council FROM: Public Works Department June 28, 19 9 CITY COUNCIL AGENDA ITEM NO. 10 SUBJECT: CENTRAL BALB.OA WATER, SEWER & ALLEY IMPROVEMENTS AND WEST NEWPORT BEACH SEWER MAIN REPLACEMENT, PHASE II - AWARD OF CONTRACT NO. 3278 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3278 to GCI Construction, Inc. for the Total Bid Price of $495,803.90, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $40,000.00 to cover the cost of unforeseen work. 4. Approve a budget amendment transferring unused Wastewater Capital Funds of is $130,303.72 from the Jamboree Road Sewer Pump Station Abandonment Account No. 7532- C5600461 to the Sewer Main Replacement Account No. 7531 - 05600292. DISCUSSION: At 2:00 P.M on June 18, 1999, the City Clerk opened and read the following bids: BIDDER TOTAL BID AMOUNT Low GCI Construction, Inc. $495,803.90 2 P & J Utility Co. $531,094.00 * 3 Highland Engineering $541,310.00 4 Miramontes Construction Co., Inc. $562,789.00 5 W.A. Rasic Construction Co. $689,875.00 6 MMC Inc. $722,450.16 * *Corrected Bid Amount The low total bid amount is 5% below the Engineer's Estimate of $517,662.50. The low bidder, GCI Construction, Inc., of Costa Mesa, possesses a Limited Specialty Classification C -61 and a General "A" contractor's license as required by the project specifications. GCI Construction, Inc. has satisfactorily completed similar water, sewer . and alley replacement projects for the City. In addition, they are currently working for the City on the Jamboree Road Sewer Improvement project. SUBJECT: Central Balboa Or, Sewer & Alley Improvements and w`Newport Beach Sewer Main Replacement, Phase II - Award Of Contract No. 3278 June 28, 1999 Page: 2 PROJECT DESCRIPTION • This project provides for the replacement of approximately 2,000 lineal feet of water and sewer main, and the reconstruction of alley improvements as shown on the attached Exhibit "A ". The existing water mains have been in service since the 1920's and the sewer mains since the 1940's. In addition, the project provides for the replacement of approximately 1,000 feet of deteriorated sewers in the West Newport area. The replacement of the Central Balboa water mains will improve domestic water service and provide increased pressure and reliability for fire protection. The water main replacement is part of the continuing program to replace deteriorated mains in the City. The reconstruction of the alley improvements will facilitate drainage and provide a smooth driving surface. Sewer laterals will also be replaced as part of the project. The replacement of the sewer mains and laterals in West Newport finalizes a four year effort to remove deteriorated concrete sewer pipes, which also have been shown to have excessive groundwater infiltration. This phase replaces the sewer mains on 33rd and 34th Streets between Seashore Drive and Lake Avenue. There is also a small amount of sewer work on Marcus Avenue near 36th Street. The General Services Department will be resurfacing the asphalt roadway with a 2 -inch overlay for this part of the overall project. The Water and Sewer Enterprise funds will be used to purchase the asphalt materials. This cooperative approach to the paving resurfacing has proved the most cost effective in past projects in the West Newport area. The plans and specifications were prepared by the Public Works Department. All work is anticipated to be complete in November 1999, with the contract stipulation that work will not begin until after the Labor Day weekend. PROJECT FUNDING AND ADDITIONAL WORK Funds to award the contract and to provide construction reserves to cover the cost of change orders for unforeseen conditions are available in the following appropriations: Description Account No. Contract Construction Total Amount Reserve Alley Replacement Program 7013- C5100227 $25,000.00 $25,000.00 Sidewalk, Curb, Gutter 7013- C5100020 25,214.45 $5,000.00 30.214.45 Replacement Water Main Replacement Program 7501- C5500074 68,000.00 68,000.00 Water Transmission Main 7501- C5500386 51,859.73 12,000.00 63,859.73 Replacement Sewer Main Replacement Program 7531- C5600292 $325,729.72 $23,000.00 $348,729.72 TOTAL $495,803.90$ $40,000.00 $535,803.90 The construction reserves indicated above will allow enough funding to provide for additional costs for unforeseen conditions and any necessary change orders. 0 0 SUBJECT: Central Balboa We Sewer & Alley Improvements and We0ewport Beach Sewer Main Replacement, Phase II - Award Of Contract No. 3278 June 28, 1999 Page: 3 The Sewer Main Master Plan Improvement Account No. 7531- C5600292 has a remaining balance of $218,426.01. There is a remaining unused balance in the Jamboree Road Sewer Pump Station Abandonment Account No. 7532- C5600461 of $156,978.68. A budget amendment is recommended to transfer $130,303.72 from this account to Account No. 7531- C5600292. Respectfully sub�mitttedd, PUBLIC WORKS DEPARTMENT Don Webb, Director c- Attachment: Exhibit 'W', Project Location Map, Central Balboa Water, Sewer and Alley. Exhibit "B ", Bid Summary Budget Amendment f:\ users \pbwl shared \council\fy98- 99yune- 28\balboa alleys c- 3278.doc v�Q -Q-z -= nn CENTRAL BALBOA CITY OF NEWPORT BEACH WATER AND SEWER PUBUC WORKS DEPARTMENT IMPROVEMENTS Dim, ACASTANOr oA�. A&E ffi I9A9 Exhibit A It �I J 67W. LL O wi r Z LU I.L IL W Q CO Y U J m a m W O a W f0 ~ x U 0 0 rn Y Y co N 3 U S U U Z H LU O a U U0 0 m } W s E a: £' yoE Ep eg d� di J H F- 0U EoW aO a � m 0- °v Q 20 `o F U WE x LU 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o a o 0 r 0 0 0 0 0 0 0 0 0 0 0 6 0 0 0 u> 0 0 0 0 10 0 0 N N 0 0 0 0 0 O Z O O N O O O O O N N O a N m M O N O O O O M O O1 n O N O O N O c --WO N N m m a M N N O O �5 0 O N N V: .6 N N m - O p ON f 6 O N N M M N N N N Lm O � C Q 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 0 0 0 0 0 0 O O O N O O O N O O Z O O •- N N N N O m O N N N m N o co D N N N N C M N N N co 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O N O O N O 0 0 0 0 0 0 0 V 0 0 0 0 0 O Z O O O O O O O O O O N O r M O M O 0 0 0 0 0 N N m N 0 0 0 0 Q D O N N �- N O? A N O n O N Ct �- C O 0 m O1 m O M m M M OJ O m O M O N O N C O O 6 O r m A ? A m N M N N N M O M• p U 2 a 0 7 O 0 O 0 O 0 O 0 O 0 O 0 g 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ',8 p 0 0 0 0 O O N O O lM O O O O O N 0 O N 1� O N 0 0 0 0 0 O O 0 m p DD O p O p N p N p O R H o Vi m m m N N o 0 o m m n N o M o o ut mom o onnmoo MME rN o M cM M N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 000ui000000000r�i o c0000r00000i e00000v � U Z O M N -- M N N V O N N O Q p cl m A Oct r -- N m M m M N N A m V M M m N N M N N n W m N N N M N M N N m r M N M O M M N m N N M r m N M O OR �a N C ° O O O O O O O O O O O O O O m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 U o 0 0 0 o m o 0 0 0 0 0 o N m o 0 0 0 0 0 0 0 0 0 0 o N o 0 0 0 IA cO CJ UJ O O OO N O O N� N N O� C) X 0 0 1� a0 0 0 f0 h 0 0� Z � � M � N ro J M 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 in o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o N 0 0 0 0 0 0 0 F c�i00000M0000000ui000000000r: N00000u:i O � Z OO O S O A m O N O N O V' M m N N 0 0 0 m = h M 0 v vi M r OD vi N g M A M N (V N P 0 O N W r N N V N (� N O � O r w a C d p o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o p o 0 _ N 0 o 0 0 o 0 0 0 0 0 0 0 o 0 C H 0 0 N N 0 p O A 0 0 0 N p 0 0 N N O N O W Z rn o vOl uoi V vOl D � N N N N CV O W s E a: £' yoE Ep eg d� di J H F- 0U EoW aO a � m 0- °v Q 20 `o F U WE x LU V a W NW LL O a W Z LL O F- Z W 2 N- IL a a W O Y O E Ljj o Q o p IL m ~ U O p w m Y c U W U m U U Z O Q U U ❑ 0 O 2 m in U 0 0 0 U ? m 0 a � i 0 3 0 0 o j 0 O J 0 O � o O � U o N O � 0 M M N s 0 E W 5 o E o 0 0 b o 0 Y 6 off Lu O O V Z mFZ W n Q " U v Y W 0 w m m JZ C70 0 O Z w F U W a • • 0U 0 E 0 QO a CL mCL dQ mO O F" U 0 E m' m m m_ U N N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o W o 0 0 0 0 0 o W o a o 0 0 0 0 O O O O o 0 0 0 0 0 0 0 0 m m m 0 0 0 0 0 0 0 0 O o 0 0 0 0 o N F <o Rio vi000voi000<o aim <+ireo m r; o<o viome W N r N W W N m m< m W W M N W N N R N N M O O n N W O V M N N N C Q r F» U O O O O O O O O O O O O O N W 0 0 0 0 0 0 0 O O O m 0 0 O O O O O O O O O O O O O W N O M O 0 0 0 0 0 0 O O O W W O W N m •- V' W m W m N W C'l n R a� 0? n O m a W M O W h l rn m v W N W m W N n N < C; V N OJ W O !z O W M S 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 U CZ O O O O O O r M O O 0 O 0 O 0 W 0 O 0 O N n N N 0 O W N N N N M M W O O O 0 O 0 O 0 O W O O V W N 0 N r O O O W O N O O O O N W LO O W r W r N N N M M N M M m W 0 0 W N V M N N Q (p o � U V O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 N O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O W W W N W N O O O A O t00 O O O r r O O O O O O O r O O N 0 = oo r o W o 0ovo�oo v o H 3Z O M O r N -:,6 N In > > N M o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O o 0 0 0 0 0 4z 0 O 0 N 0 W 0 W 0 W o O W m o V N m o O o N W r o O N M M o of 0 ? 0 O 0 O 0 O 0 O 0 N 0 O o V v V e OJ o N 0 N 0 O 0 O o N v M m V❑ O M M m N W 1 N O W O C6 W N O N n N O N v N m Cl Y) N N N W Q N N N n N r M r W W r m n N 2Q N Vi 0 000000000000000000000000 000000 E F 0 0- m O N O T O O N n N N O O N 0 0 0 0 O O O N O S g Z O N W m< O O M M O N O M N N F- Lo N M M O ? M N M N V 0U 0 E 0 QO a CL mCL dQ mO O F" U 0 E m' m m m_ U N N CitCGET f Newport Beach AMENDMENT 1998 -99 CT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase Budget Appropriations AND X Transfer Budget Appropriations I EXPLANATION: from existing budget appropriations from additional estimated revenues from unappropriated fund balance 1 • NO. BA- 084 AMOUNT: $130,303.72 Increase in Budgetary Fund Balance Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance This budget amendment is requested to provide for the following: To transfer unused funds from the Jamboree Road Sewer Pump Station Abandonment account to partially fund the Central Balboa Water. Sewer and Allev, Improvements and West Newport Beach Sewer Main Replacement Proiect. ACCOUNTING ENTRY: Amount BUDGETARY FUND BALANCE Debit Credit Fund Account Description 010 3605 Fund Balance Control REVENUE APPROPRIATIONS (3601) Fund /Division Account Description EXPENDITURE APPROPRIATIONS (3603) Description Division 7532 Sewer Pump Station Improvement Program Account C5600461 Jamboree Rd /Bsn Ave Pump Abandonment $130,303.72 Division 7531 Sewer Main Replacement Account C5600292 Sewer Main Master Plan Improvement $130,303.72 Division Account Division Account Division Account Automatic System Entry. Signed: 6 Q inan ' I Approval: Fi a Director Date Signed: /y. Administrative Approval: City Manager le tiff, o:.ned: City Council Approval: City Clerk Date Cif& of Newport Beach NO. BA- 084 BUDGET AMENDMENT 1998 -99 AMOUNT: $130,303.72 ECT 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 Px No effect on Budgetary Fund Balance �X from existing budget appropriations aCH� from additional estimated revenues from unappropriated fund balance EXPLANATION: JUN 2 8 j This budget amendment is requested to provide for the following: APPHUVE To transfer unused funds from the Jamboree Road Sewer Pump Station Abandonment account to partially fund the Central Balboa Water, Sewer and Alley Improvements and West Newport Beach Sewer Main Replacement Project. There have been prior budget amendments to this capital project account adding $193,638 and subtracting $52,200. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description 010 3605 Fund Balance Control REVENUE APPROPRIATIONS (3601) Fund /Division Account Description EXPENDITURE APPROPRIATIONS (3603) Signed Signed Amount Debit Credit Division Account Division Account Division Account City Council Approval: City Clerk 9' G eG Date Description Division 7532 Sewer Pump Station Improvement Program Account C5600461 Jamboree Rd /Bsn Ave Pump Abandonment $130,303.72 Division 7531 Sewer Main Replacement Account C5600292 Sewer Main Master Plan Improvement $130,303.72 Division Account Division Account Division Account City Council Approval: City Clerk 9' G eG Date CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 August 18, 1999 Miramontes Construction Co., Inc. P.O. Box 90095 Industry, CA 91715 -0095 Gentlemen: Thank you for your courtesy in submitting a bid for the Central Balboa Water, Sewer & Alley Improvements and West Newport Beach Sewer Main Replacement - Phase II (Contract No. 3278) 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, Ly LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITT OF NEWPORT AACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 August 18, 1999 Highland Engineering 7851 E. Bridgewood Anaheim, CA 92808 Gentlemen: Thank you for your courtesy in submitting a bid for the Central Balboa Water, Sewer & Alley Improvements and West Newport Beach Sewer Main Replacement - Phase II (Contract No. 3278) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, ` LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 August 18, 1999 P & J Utility Company 419 N. Larchmont Boulevard Los Angeles, CA 90004 Gentlemen: Thank you for your courtesy in submitting a bid for the Central Balboa Water, Sewer & Alley Improvements and West Newport Beach Sewer Main Replacement - Phase II (Contract No. 3278) 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 • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 August 18, 1999 MMC Inc. 8405 Artesia Boulevard Buena Park, CA 90621 Gentlemen: Thank you for your courtesy in submitting a bid for the Central Balboa Water, Sewer & Alley Improvements and West Newport Beach Sewer Main Replacement - Phase II (Contract No. 3278) 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, CL LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 August 18, 1999 W.A. Rasic Construction Company, Inc. 511 S. First Avenue, Suite 230 Arcadia, CA 91006 Gentlemen: Thank you for your courtesy in submitting a bid for the Central Balboa Water, Sewer & Alley Improvements and West Newport Beach Sewer Main Replacement - Phase II (Contract No. 3278) 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