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 -&
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