Loading...
HomeMy WebLinkAboutC-3297 - Newport Dunes Storm Water Diversion SystemJuly 10, 2002 CITY OF NEWPORT ?EACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 GCI Construction, Inc. 245 Fischer Avenue, B3 Costa Mesa, CA 92626 Subject: Newport Dunes Storm Water Diversion Project (C -3297) To Whom It May Concern: On July 10, 2001, 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 one year after Council acceptance. The Labor & Materials Bond was released on August 27, 2001. The Surety for the contract is Travelers Casualty and Surety Company, and the bond number is 83 SB 103387952 BCM. Enclosed is the Faithful Performance Bond. Sincerely, C�6�h"At / d) . 144� LaVonne M. Harkless, CMC /AAE City Clerk LH:cf cc: Public Works Department R. Gunther, P.E., Construction Engineer enclosure 3300 Newport Boulevard, Newport Beach PAGE 16 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT DUNES STORM WATER DIVERSION CONTRACT NO. 3297 PREMIUM: $659.00 EXECUTED IN FOUR COUNTERPARTS BOND NO. 83 SB 103387952 BCM FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 659.00 , being at the rate of $ 12.00 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Name of Contractor, hereinafter designated as the 'Principal ", a contract for construction of NEWPORT DUNES STORM WATER DIVERSION, Contract No. 3297 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3297 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract: NOW, THEREFORE, we, the Principal, and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of FIFTY -FOUR THOUSAND NINE * Dollars ($-L4, 920.00 ) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. *HUNDRED TWENTY N01100 THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. • • PAGE 17 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 22nd day of FEBRUARY 2001. GCI CONSTRUCTION, INC. Name of Contractor (Principal) TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Name of Surety 21688 GATEWAY CENTER DR. Address of Surety DIAMOND BAR, CA 91765 (909) 612 -3000 Telephone MICHAEL D. STONG, ATTORNEY -IN -FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 0 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Orange On te� 25 p:200 1 before me, Janet L. Russell - Notary Public tE NAME, TITLE OF OFFICER - E.G.. -JANE DOE. NOTARY PUBLIC personally appeared 't o-92 Cx.I" 1 ny m , NAME(S) OF SIGNER(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 ac- knowledged 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. JANET L. RUSSELL Comm. 11166123 WITNESS my hand and off ' I seal. N NOTARY PUBLIC - CALIFORNIA Orange County My Comm. Expires Dec. 21,2001 J 1angel1 SIGNATURE OF OTARY NDtary Public iggggggig OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TRLF(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAWCONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSCMS) OR ENRN(MS) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE W-11333/94 01999 NATIONAL NOTARY ASSOCIATION • 8236 Rommel A".. P.O. Sox 71 B4 • Caraga Park CA 913047164 STATE OF CALIFORNIA SS. COUNTY OP _ RIVERSIDE On a a Q _-- _. - -__ before nu, _ - - - - -- PERSONALLY APPEARED - - -- MICHAEL D. STONG - - -- personally laio% %'n to me (cis to be the person44\vhme name(,+ is /a+e�ubscribed to the within inStILInlent and acluzowl- cdged to me that he/ ey - executed the same in his/ b-�— ",�r,�'�.� authorized capacity(ies), and that by his /laz./ -4 eir signature(7) on the instrument the persoi*;} or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature OPTIONAL R. STANDLEY R. STANDLEY COMM. #1263272 9 " NOTAR`! PUBLIC -CALIFORNIA rn 5 RIVERSIDE COUNTY 1 My Cantu. Expires Juno 7, 200 TN5 arm 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 I� rcn�conl EN ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON($) OR ENTIT9(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 113061 Itcv.6 /94 ALL- PURPOSE ACKNOWLEDGEMENT TRAVEL £ CASUALTYI A:YD SURETY CO:MPAN1" OF' RICA Ti0 LERS CASUALTY AND SURETY COMPAW r'ARMLNGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS Naperville, Illinois 60563 -8458 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S) -IN -FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duiv organized under the laws of the State of Connecticut, and liaving their principal offices in the City of Hartford, Countv of Hartford, State of Connecticut, and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, a corporation duly organized under the laws of the State of Illinois, and having its principal office in the City of Naperville, County of DuPage, State of Illinois, (hereinafter the "Companies') hath made, constituted and appointed, and do by these presents make, constitute and appoint: Michael D. Sting, Shawn Blume or Susan C. Monteon * * of Riverside, CA, their true and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, or, if the following line be filled in, within the area there designated the following instrument(s): by his /her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s) -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seat bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attumeys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature 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. (8 -97) 0 0 CITY OF NEWPORT BEACH August 27, 2001 OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 GCI Construction, Inc. 245 Fischer Avenue, Suite B3 Costa Mesa, CA 92626 Subject: Newport Dunes Storm Water Diversion Project (C- 3297) To Whom It May Concern: On July 10, 2001, 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 one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on July 23, 2001, Reference No. 20010495445. The Surety for the contract is Travelers Casualty and Surety Company, and the bond number is 83 SB 103387952 BCM. Enclosed is the Labor & Materials Payment Bond. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk LH:lb cc: Public Works Department R. Gunther, P.E., Construction Engineer encl. 3300 Newport Boulevard, Newport Beach i RECOREIM W612STED BY AND WHEN RECORDED RETURN TO: City NbrkJUL 30 A 8 :28 City of Newport Beach 3300 Newport Boulevard NgWoEt Be mb LVAI 9 WW CITY OF NLWPORT BEACH Recorded in Official Records, County of Orange Gary Granville, Clerk- Recorder 111111111111111111111111111111111111111111111 NO FEE 20010495445 0155pm 07123101 109 73 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and GCI Construction, Inc. of Costa Mesa, California, as Contractor, entered into a Contract on February 22, 2001. Said Contract set forth certain improvements, as follows: Newport Dunes Storm Water Diversion, C -3297 Work on said Contract was completed on June 13, 2001, and was found to be acceptable on July 10, 2001, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Travelers Casualty and Surety Company. VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on..<< ., at Newport Beach, California. City Clerk N77M_ 3R> July 10, 2001 CITY COUNCIL AGENDA ITEM sy r0= c+T,' C eft »: H TO: Mayor and Members of the City Council i FROM: Public Works Department { APPROVED' SUBJECT: NEWPORT DUNES STORM WATER DIVERSION, CONTRACT WO: 3297 — 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 1 year after Council acceptance. DISCUSSION: On February 21, 2001, bids were opened for the Newport Dunes Storm Water Diversion project. GCI Construction, Inc., of Costa Mesa, California, was the successful low bidder. The contract provided for the construction of 188 lineal feet of 8 -inch storm drain pipe and two manholes to divert nuisance flows from an existing 18 -inch storm drain into an 15 -inch sanitary sewer. The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract costs is as follows: Original bid amount: $54,920 Actual amount of bid items constructed: 49,781 Total amount of change orders: 10,284 Final contract cost: $60,065 The decrease in the amount of actual bid items constructed under the original bid amount resulted from a revised storm drain alignment resulting in a reduced storm drain length less than the bid item quantities. The final overall construction cost, including change orders, was 9.37 percent over the original bid amount. d SUBJECT: Newport Dunes Storoer Diversion C -3297 -Completion And Acceptanc* July 10, 2001 Page 2 A total of two change orders totaling $10,284 were issued to complete the project. They were as follows: 1. A change order in the amount of $5,139 provided for potholing and excavation for the revised storm drain alignment. 2. A change order in the amount of $5,145 provided for two weeks of flow monitoring tests to measure actual flows diverted into the sanitary sewer system. Funds for the project were budgeted in the following account: Description Account No. Amount Dunes — Storm Drain Diversion 7251- C5200604 $60,065 The original scheduled completion date was April 4, 2001. Due to the revised storm drain alignment and the flow - monitoring tests, the completion date was extended to June 13, 2001. All work was completed by the revised completion date. Respectfully submitted L� PUBLIC WORKS DEPARTMENT Don Webb, Director By: /k• 6/7c� R. Gunther, P.E. Construction Engineer RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 16 'Exempt from recording fees pursuant to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and GCI Construction, Inc. of Costa Mesa, California, as Contractor, entered into a Contract on February 22, 2001. Said Contract set forth certain improvements, as follows: Newport Dunes Storm Water Diversion, C -3297 Work on said Contract was completed on June 13, 2001, and was found to be acceptable on July 10, 2001, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Travelers Casualty and Surety Company. 1:1U6fic.yV As Director City o ewport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on 4 cc i at Newport Beach, California. BY City Clerk _ a£w'pb_ July 12, 2001 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for the Newport Dunes Storm Water Diversion (C- 3297); and Notice of Completion for the Irvine Terrace Street Light Replacement (C -3298) Please record the enclosed documents and return it to the City Clerk's Office. Thank you. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk Attachments 3300 Newport Boulevard, Newport Beach FEB 2 0 2001 • 0 CITY CLERK CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658 -8915 until 2:00 P.M. on the 21st day of February 2001, at which time such bids shall be opened and read for NEWPORT DUNES STORM WATER DIVERSION Title of Project Contract No. 3297 $70,000 Engineer's Estimate by ichael J. Sinacori, P.E. Utilities Engineer Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, P. O. Box 1768, Newport Beach, CA 92658 -8915. General Class "A" or C -34 Contractor License are required for this project For further information, call Mike Sinacori, Project Manager at (949) 644- 3342. PAGE 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT DUNES STORM WATER DIVERSION CONTRACT NO. 3297 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 percent 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. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. PAGE 2 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. �553�51.0 Contractor's License No. & Classification �. ■ 114M :.. .r G� Auth ¢ d Signature/Title U s -nkjt �c�T� M 0 0 PAGE 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT DUNES STORM WATER DIVERSION CONTRACT NO. 3297 BIDDER'S BOND We, the undersigned Principal and Surely, 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 AMT. BID Dollars ($ 10% OF BID AMT); to be paid and forfeited to the City of Newport Beach K the bid proposal of the undersigned Principal for the construction of NEWPORT DUNES STORM WATER DIVERSION, Contract No. 3297 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 20th day of FEBRUARY , 2001. GCI CONSTRUCTION, INC. Name of Contractor (Principal) TRAVELERS CASUALTY AND SURETY COMPANY Name of Surety OF AMERICA 21688 GATEWAY CENTER DRIVE Address of Surety DIAMOND BAR, CA 91765 (909) 612 -3000 Telephone MICHAEL D. STONG, ATTORNEY -IN -FACT Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) CALIFORNIA ALL-PURPOSE AAKNOWLEDGMENT - State of California County Of Orange Ong before me, _ E personally appeared Janet L. Russell - Notary Public NAME. TITLE OF OFFICER - E.G.. 'JANE DOE. NOTARY PUBLIC- NAME(S) OF SIGNER(S) f� 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 ac- knowledged 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. JANET L. RUSSELL N Comm. g1166 N WITNESS m hand and official seal. NOTARY PUBLIC -CALIFORNIA � Y Orange County /J MY Comm. Expires Dec. 21, 2001 J L. Ros eU SONA EOFNOTARY hbtary Public OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAWCONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTrry(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 00 -1133 3/94 01993 NATIONAL NOTARY ASSOCIATION - 8236 Remmer Ave., P.O. Box 7184. Canoga Park. CA 91309-7184 STATE OF _CALIFORNIA • ___ • -- SS. COUN -1)'O, O;' -_ RIVERSIDE On ��� �---- - -.. —_ before me, _---- __ -- -- R. STANDLEY PERSONiALLY APPEARED - - -- MICHAEL D. STONG - - -- personally known to nio (er f to be the Pei son4- ..whose naine(_- s /-&fe- subscribed to the within instrument and acknowl- edged to me that he/ e -- executed the same in his/ 1-°, authorized capacity(ics), and that by his /her./ - tk-re�r sigzaturefe) on the instrument the persoi4 , or the entity upon behalf of which the person(s) acted, executed the histrunnent. WITNESS my hand and official seal. Signature ✓/t ��� �C 1 OPTIONAL RtiSMDLEY COM1i13 2 ¢ NOTARYPUE�;J.CALI:ORN IA D TY RVERSDE GOUtl _ 41Y Comm. EX010S JurM T, 2004 This area Jar 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 '- T:T LE,S) ❑ PARTNER(S) LJ LIMITED �� r_cnconi O ATTORNEY -6N -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSONS) OA ENT Ir'(:ES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE o_oSi Re, 6/94 ALL- PURPOSE ACKNOWLEDGEMENT TRAVELER CASUALTY AND SURETY COMPANY OF A RICA T LERS CASUALTY AND SURETY COMP.A, ARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183 -9062 TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS Naperville, Illinois 60563 -8458 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S) -IN -FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the Cit} of Hartford, County of Hartford, State of Connecticut, and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, a corporation duly organized under the law's of the State of Illinois, and having its principal office in the City of Naperville, County of DuPage, State of Illinois, (hereinafter the "Companies ") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Michael D. String, Shawn Blume or Susan C. Monteon * * of Riverside, CA, their tore and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, or, if the following line be filled in, within the area there designated the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto ' and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s) -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomecs -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors al any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chainnan, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attoncys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature 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. (8-97) IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS have caused this instrument to be signed by their Senior Vice President, and their corporate seals to be hereto affixed this 18th day of June, 1999. STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY }SS. Hartford FARMINGTON CASUALTY COMPANY COUNTY OF HARTFORD TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS rR,�' ,C' 1 , � w HARTFORD. Z 1982 O '" ` 59ItL m o By _ Cow. i CONK. o �^ � ir���a � - <<,WO.S � George W. Thompson \°Z( 'mod+ n"a�; 6�'y • na �+ � Senior Vice President i On this 18th day of June, 1999 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he /she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, the corporations described in and which executed the above instrument; that he /she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that lie /she executed the said instrument on behalf of the corporations by authority of his /her office under the Standing Resolutions thereof. 0 0 Mycommission expires June 30, 2001 Notary Public Marie C. Tetreault CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, stock corporation of the State of Illinois, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. { Signed and Scaled at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this FOR" day of Jet+u an•1, ,j'o I . h 0544(! ED CD CD 3 �c°y 3'HrlRirOPD,''3 By cow. / Kori M. Johanson i' ;+ Assistant Secretary, Bond •.;0 0 • 0 0 PAGE 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT DUNES STORM WATER DIVERSION CONTRACT NO. 3297 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he /she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Subcontract Work Subcontractor Address 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. Gcl Q2ns�ruc�ionE�ne_. Bidder Auth ize d Signature/Title PAGE 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT DUNES STORM WATER DIVERSION CONTRACT NO. 3297 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 a Cnn 4D -an lit nri , � C,e,1 n063 nue Bidder Person Telephone To Contact Number FQ- * C I CONSTRUCTION, INC• FORMERLY: GILLESPIE CONSTRUCTION INC. COMPLETED PROJECTS As of November 30, 2000 CUSTOMER NAME & ADDRESS JOB #/ LOCATION CONTRACT AMOUNT CITY OF ANAHEIM 038 Illinois Street Water Main Replacement Project 565,720 200 S. Anaheim Blvd. Anaheim, CA 92805 (714) 765 -5100 CITY OF FOUNTAIN VALLEY 017 Park & Ride Lot at the Fountain Valley 166,669 10200 Slater Avenue Recreation Center Fountain Valley. CA 92708 (714) 593 -4400 CITY OF LAGUNA BEACH 025 Virginia Park Drive, Skyline Drive & Vista. 315315 505 Forest Avenue Lane Storm Drain Laguna Beach, CA 92651 059 Park Avenue Storm Drain Improvements 52,604 (949) 497 -0351 CITY OF NEWPORT BEACH 009 Water Line Replacements & Alley 26,243 3300 Newport Blvd. Reconstruction Marcus Newport Beach. CA 92658 -8915 012 Jamboree Road Sewer Improvement 139,730 (949) 644 -3311 018 Central Balboa Water, Sewer & Alley 495,804 Improvements& West Newport Beach Main Replacement, Phase 11 040 32 "d St./Newport Blvd. Street Rehabilitation& 524,288 30`h St./ Newport Blvd. Storm Drain Improv. 069 Bayside Drive Storm Drain Improvements 224,627 CITY OF ROSEMEAD 013 Storm Drain Improvements 330.031 8838 East Valley Blvd. Rosemead, CA 91770 (626) 288 -6671 CITY OFTORRANCE 016 ConstructionofCMP Replacement Program 1,021,000 3031 Torrance Blvd. 1998 -199 Torrance, CA 90509 -2970 026 Construction of Amie Avenue Retention Basin 423,078 (310) 618 -2820 Force Main COUNTY OF ORANGE 071 Santiago Canyon Road / Transportation 323,800 CONSTRUCTION DIVISION Corridor— Drainage Improvements P.O. Box 4048 Santa Ana, CA 92702 -4048 (714)567 -7812 , _ ............................... C.W. DRIVER 035 .... ..... ........... ............._.._._._- .._...... "PerilousPlunge "- Utilities 215,583 7442 North Figueroa Street Los Angeles, CA 90041 -1710 (323) 259 -8600 GAJmet\GC1voBLISTIGC1 REFERENCE sHT.doe Page 1 of 4 It C I CONSTRUCTION, INC• FORMERLY: GILLESPIE CONSTRUCTION INC. COMPLETED PROJECTS As of November 30, 2000 CUSTOMER NAME & ADDRESS EL CAMINO ENCLAVE 561 W. Rincon Street Corona, CA 91720 (909) 725 -8616 IRVINE RANCH WATER DISTRICT 15600 Sand Canyon Avenue Irvine, CA 92618 (949) 453 -5585 JOHN LAING HOMES 19600 Fairchild, Suite 150 Irvine, CA 92612 (949) 476 -9090 Ext. 230 JOB #/ LOCATION CONTRACT AMOUNT 036 Falda Avenue, Torrance (Underground) 238,834 001 Bonita Creek Park Trunk Sewer Relocation 621300 037 Laing Homes Meadowlark Utilities - Tract 99,981 15472 G:\Janet \GC \J0BLISDGC1 REFFRENC'E SHl'.doc Page 2 of 4 4P C I CONSTRUCTION, INC• FORMERLY: GILLESPIE CONSTRUCTION INC. COMPLETED PROJECTS As of November 30, 2000 CUSTOMER NAME & ADDRESS JOB #/ LOCATION CONTRACT AMOUNT KNOTT'S BERRY FARM 010 C o- as't e-'r-sRestaurant" Knott s B-e-r,r,y^--"Farm _1`2`.,8_ 2- -0- 8039 Beach Blvd. 023 "Wipe Out" & "Scrambler" 71,031 Buena Park, CA 90620 027 "Soak City" Demo 123,882 (714) 220-5227 028 Parking Lot Rehab for Restriping 51,309 029 Employee Parking Lot 29,418 030 "Soak City" - Water Lines I3,000 031 Mechanical Pump Buildings - "Soak City" 899,999 032 "Soak- City" - Grading 572,073 033 "Soak City" - Utilities 498,067 034 "Perilous Plunge" -Demo 159,750 039 Cross Town Sewer 210,708 041 "Soak- City"- Asphalt Paving 170,394 043 "Soak City" - Concrete Flatwork 753,828 044 "Soak City" - Wall #1 for Ramp to Bridge 94,590 046 Grand Avenue Drop Off - Knott's Berry Farm 102,136 052 Retaining Wall& Bridge Abutment-Soak City 305,293 054 Stanton Avenue Phase - 1 136,071 .. . .. 055 Housekeeping Pads - "Soak City" . 9,812 .... ......... LOYOLA MARYMOUNT UNIVERSITY . ..................... 002 ..... . L.M.U. Export - Playa Vista 716,502 7900 Loyola Blvd. Los Angeles, CA 90045-8370 (310) 338-7762 MISSION VIEJO CHRISTIAN CHURCH 011 Missionvlej-oChristianChurch ----- 11,222 27405 Puerta Real Suite 360 Mission Viejo, CA 92691 (714) 768-0209 MR. JOHN THORSELL 666- water Line Relocation- Dana Point 13,709 1 Santa Lucia Dana Point, CA 92629 (949) 448-8722 OAkfftLE DEVELOPMENT 668 35386 Camino Capistrano, Lot 57, Tract 1127, 99,260 1048 Irvine Blvd., 4363 Dana Point Newport Beach, CA 92660 (949) 574-9164 6"N6t t6uNiV WATER bi§i 048 Santiago Creek Recharge . . .. Project . . . . 352,956 10500 Ellis Avenue Fountain Valley, CA 92728 (714) 378-3305 GAJan&GC1\J0BL1SDGC1 REFERENCE SHT.doc Page 3 of 4 4P C I CONSTRUCTION, INC• FORMERLY: GILLESPIE CONSTRUCTION INC. COMPLETED PROJECTS As of November 30, 2000 CUSTOMER NAME & ADDRESS PACIFIC BUILDING INDUSTRIES 3190 -K Airport Loop Drive Costa Mesa, CA 92626 (714) 755 -0299 PERDOMO BLT ENTERPRISES, LLC 511 Spectrum Avenue Oxnard CA 93030 (805) 278 -8220 JOB #/ LOCATION 024 Bayside Restaurant - Newport Beach CONTRACT AMOUNT 2,700 003 East L,A. Recycling and Transfer Station 313,144 PLAYA CAPITAL COMPANY, LLC 004 Placement of LMU Import Material 12555 West Jefferson Blvd., Suite 300 Los Angeles, CA 90066 I (310) 822 -0074 146R, LONG BEACH { 925 Harbor Plaza Drive, 4`h Floor Long Beach, CA 90801 (562)437 -0041 i SOUTH COAST WATER DISTRICT 31592 West Street Laguna Beach, CA 92607 3(949)499 -4555 SOUTHERN CALIFORNIA WATER COMPANY 17140 South Avalon Blvd., Suite 100 Carson, CA 90746 (310) 767 -8205 WALNUT VALLEY UNIFIED SCHOOL DISTRICT 880 South Lemon Avenue Walnut, CA 91789 (909) 595 -1261 Ext. 1378 132,470 022 Removal of Nicholson Avenue Ramp 128,153 007 Coastal Treatment Plant - Export Sludge Force Main Phase III 015 Camino De Estrella Sewer Main 058 Pacific Coast Hwy. 12" Water Main, Dana Point 058 -C 101 -106 Holtz Hill Waterline, Dana Point 045 Albertom Blvd., East of Avalon Blvd. - 12" DI Pipe Watermain Installation 047 Inglewood Avenue 12" DI Pipe 049 223`d Avenue, Hawiian Gardens - Watermain 050 224 °i Avenue, Hawiian Gardens - Watermain 051 Brittain Avenue, Hawiian Gardens - Watermain ..... .._ ..... ....... 93,109 110,767 924,920 142,229 251,790 217,257 223,773 241,993 008 Morning Sun Landslide Site - Walnut 25,392 G:Uanet \GCIU013LISPCC1 REFERENCE SHT,doc Page 4 of 4 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT DUNES STORM WATER DIVERSION CONTRACT NO. 3297 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of OrcNM PAGE 6 H" t,AV 1►t![ 11 _, being first duly sworn, deposes and says that he or she is �Tr2QSUr of C�IQ�P�SiiU fOhf�iKt ., the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. i GeC 0o sFrc0_)tlon,Sr)e• Bidder Author' ed SignaturelTitle (" 0 Subscribed and sworn to before me thia.?lSiday of t-] Ir-41A 2001 WmN, IdCom L. RUSSELL Comm.11166IOR OTARY PUBLIC CALIFORNIA Orange County ary Public Comm. Expires Dec. 21, 2001 My Co PAGE 7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT DUNES STORM WATER DIVERSION CONTRACT NO. 3297 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 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. Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents 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. 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. 0 PAGE 8 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT DUNES STORM WATER DIVERSION CONTRACT NO. 3297 CONTRACT THIS AGREEMENT, entered into this 22nd day of February, 2001, 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 requested bids for the following described public work: NEWPORT DUNES STORM WATER DIVERSION Construction of an 8 -inch SDR 35 PVC Storm Water Diversion pipeline, valves manholes and appurtenances. 3297 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. 3297, 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 that are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 0 PAGE 9 C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of fifty -four thousand, nine hundred twenty and 001100 Dollars ($54,920.00). This compensation includes: (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (3) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Mike Sinacori (949) 644 -3342 F. LABOR CODE 3700 LIABILITY INSURANCE hereby certifies: GCI Construction, Inc. 245 Fischer Avenue B -3 Costa Mesa, CA 92626 Attention: Terry Gillespie (714) 957 -0233 Contractor, by executing this Contract, "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self - insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." 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 El 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. • • PAGE 11 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages City, its officers, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. ii. Contractor's insurance coverage shall be primary insurance and /or primary source of recovery as respects City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, officials, employees and volunteers. iv. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 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 officials, employees and volunteer s Contractor for City. c) All Coverages rights of subrogation against City, its officers, for losses arising from work performed by 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 amount provided that the Work damaged is built in accordance with the plans and specifications. 0 6. Right to Stop Work for Non - Compliance 0 PAGE 12 City shall have the right to offer the Contractor to stop Work under this Agreement and /or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. H. RESPONSIBILITY FOR DAMAGES OR INJURY City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the sole or active negligence or willful misconduct of City, its officers or employees. 4. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 5. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in H.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 0 0 PAGE 13 J. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. K. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. CITY OF NEWPORT BEACH A Municipal 9orporation By: Ci Manager APP DIAS TO FORM: GCI Construction, Inc. L By: City A ttorney AutpO zed-Signature 4 !_�nd Title F5� TreaSU Y--C, — MAR -05 -01 11:51 FROM: ID: PAGE 2/6 /u'u/iu Ur-K 1 Ir1LPR ur ujAE)ILI 1 1 IIVJU Itll. ' �ICO -1 03/05/01 'PRoDUCFR THIS CERTIFICATE ISWUED AS A MATTER OF INFORMATION James Econn & Co. Insurance ONLY AND CONFERS 110 RIGHTS UPON THE CERTIFICATE CA License #0340047 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 445 S. Figueroa St_, 36th Fl. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, INSURERS AFFORDING COVERAGE Los Angeles CA 90071 -1602 Phone:213- 629 -3131 Fax:213- 629 -4440 INSURED INSURER A: Caliber One INSURER B: (51,000,000 GCI Construction, Inc. ATTN: Janet Russell wsuRratc' American Home Assurance INSURER D; Geaerali 245 Fischer Avenue, B -3 Costa Mesa CA 92626 j INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED A9M FOR THE POLICY PERIOD INDICATED. NOTMTNSTANDMG ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO W ICH THIS GERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRISED HEREIN 14 SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS I�TR TYPE OF INSURANCE POLICY NUMBER I OAS DATTEEY W I LIMITS . GENERAL LIABNLRY EACH OCCURRENCE (51,000,000 FIRE DAMAGE IAly Gfe RB) 1550,000 A % COmIAERCIAL GENERAL LIABLITY CGO- 0 0132 9 -01 01 /01 /00 04/01/01 HIED EXP COPY CV+e oc+R>'+) S CLAWSMADE � OCCUR Ix PERSONA'M ADV IDURV s 1, 000, 000 Contractual Liab, % Broad. Form PD GENEFALAGGREGATE 52,000,000 GENLAGGREIlG��ATELMTr APPLIES.PM- pROOIKTS •COMPlOP AGG 41,000,000 DEDUCTIBL I 5, 000 /claim PalcY a LOG D AUTOMOBILE UABIUTY ANY AUTO 1 1000002121 i 04/01/00 04/01/01 COMBINED SINGLE LDST (Eq ��1) 51,000,000 RI BODILY INJURY '. S (Pu�) I ALL OWNED AUTOS SCHEDULED AUTOS • • BODILY INJURY S HIRED AUTOS NON -0WNEDAUTOS i % I PROPERTY DAMAGE S (Per xAOeN) GARAGE LIABILITY AUTO ONLY. EA ACCIDENT % OTHER THAN EAACC I S AUTO ONLY: AGG,S ANY AUTO I EXCESS LIABILITY OCCUR CLAIMS MADE I EACH OCCURRENCE S AGGREGATE S S DEDUCTIBLE RETENTION S I ' S 5 C WORMERS COMPENSATION AND EMPLOYER4 LIABILITY I SC6521952 09/21/00 09/21/01 I % TORY LIMITS ER Et EACH ACCIDENT I s 1000000 EL DISEASE • EA EMPLOYEE S 10 0 0 0 0 0 E.LDISEASE- POUGYLWIT I S 1000000 1 OTHER OES OMONOFOPERAnON320CATIOAM, NEMCLE% EXCL LSIONSADDEDBYENOOR4EMENTISPECIALPROVL SIONS Certificate Holder is named as Additional Insured as respects Newport Dunes Storm Seater Diversion, Contract No. 3297. The insurer agrees to waive all rights of subrogation against City, its officers officials, employees and volunteers. *Per policy terms, conditions, limitations and exclusions. CERTIFICATE HOLDER I y I ADIXOONAL INSURED: INSURER LETTER: _,- CANCELLA710N NEWPORT SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED 91. RETHE E% IFADO City Of Newport Beach ETHEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30+ DAYS WRITTEN Public Works Department TICE To THE CERTNFlCATE HOLDER NAMED TO THE LEFT, BUT FAILURE TODD SO9HALL Attn: Mike SineOri ppow NO OaLIGATION LTTY OF ANT KIND UPON THE PRJJRER, ITS AGEMS OR 3300 Newport Boulevard Newport Beach, CA 92663 vEMA TA MAR -05 -01 11:52 FROM: ID: PAGE 3/6 I IMPORTANT • If the certificate holder is an ADDITIONAL INSURED, the policy(es) must be endorsed- A statement on this certificate does not confer rights to the certificate holder in Geu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the pdicy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. MAR -05 -01 11:52 FROM: ID: PAGE 4/6 YMER CF CtR RGT-if To ROCAV R FFiCM OTHEFS B DCVO T-Ci FUMA This endorsement changes the poficy to which if is attached effective on inception date of the policy unless a different date is indicated below. 0-he followf.+g -atbcting clause' need-be completed only whet this endcrs mentis Issued suosequeatto prepamt on of the policy). This endorsement, effective 12:01 AM 09/21/2000 forms a part of Policy No. AC 652 -19 -52 Issued to G C I CONSTRD CbT, 1NC_ TEAL (A CORP) Premium We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in ttte Schedule. (This agreement applies only to Ole extent that you perform work under a written contract that requires YOU to obtain this agreementfrom us). You must maintain payroll records accurately segregatingthe remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be .OS % of the California workers' compensation premium oth- erwise due on such remuneration. SkheWe City of Newport Beach, its officers, officials, employees and volunteers. Newport Dunes Storm Water Diversion - Contract no: 3297 HIC 01 03 06 Cau6arsigntd by Q (Ed 4," AtifrotiRd F�pesertalive 01/22/01 RON 09:16 [TX /RX NO 50931 Z003 MAR -05 -01 11:52 FROM: ID: PAGE 5/6 POLICY NUMBER: 10000021210 • COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM . With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by this endorsement This endorsement identifies person(s).or organization(s) who are "insureds" under the Who is An Insured Provi- sion of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective: 2/26/01 Countersigned By: Named Insured: GCI Construction, Inc., et al Authorized Representative) SCHEDULE Name of Person(s) or Organization(s): City of Newport Beach, its officers, officials, employees and volunteers as per the.terms of contract no: 3257 - City of Newport Beach - Newport Dunes Storm Water Diversion. (If no envy appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section It of the Coverage Form. This policy shall be considered primary insurance and /or primary any insurance or self - insurance maintained by City, its officers, employees and volunteers shall be excess of this policy and shall with it. source of recovery; officials, not contribute CA 20 48 02 99 Copyright. Insurance Services Office, Inc., 1998 Page 1 of 1 ❑ MAR -05 -01 11:53 FROM: ID: PAGE 6/6 POLICY NUMBER: CGO- 0019-01 C ERCIAL GENERAL LIABILITY CG 20 1010 93 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 as per the terms of the.City of Newport Beach Contract No: 3257 - Newport Dunes Storm Water Diversion. (if no entry appears above, information required to complete this endorsement Ql be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section ID 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 ongoing operations performed for that insured. This policy shall be considered primaryinsurance. and /or primary 'source .of recovery; any insurance or self - insurance maintained, by City, its officers, officals, employees and volunteers shall be excess of this policy and shall not contribute with it_ CG 20 10 10 93 Copyright, Insurance Services Office. Inc., 1992 Page 11 of 1 13 0 0 CITE' OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL NEWPORT DUNES STORM WATER DIVERSION Contract 3297 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P. O. Box 1768 Newport Beach, California 92663 -8915 Gentlemen: PR1of3 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 3297 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 NEWPORT DUNES STORM WATER DIVERSION — BID ITEMS 1- 9 1. Lump Sum Mobilization, demolibilization, clearing, clean -up and krestorlationl'of landscaping @ EIC>; d' 1►1'(�QQ'gQtldD�ars and Cents $ D4. co Per Lump Sum 2. Lump Sum Back Bay Driv�e,�/T,,r�affic Control W_ ( JU2IV U " Dollars and n0 Cents $ 11250.0d Per Lump Sum 0 E PR2of3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS LPRICE PRICE 3. 1 Each Provide Lined Cast -In -Place Manhole #1 with one 8 -inch Flap Check Valve ln-;�D 3 L /17 �- %uY W-drai Dollars and M Cents $ giLj00 $ goo,(", Per Each 4. 1 Each Provide New Diversion Structure (Manhole #2) @IuilL�t(ii�YlKUK( H1 Dollars and IID Cents $° $ Z, Z QO Per Each 5. 1 Each Provide New Diversion Structure (Manhole #3) with one 8 -inch Butterfly Valve @TI.cG1'itPPf4�d' WO koIIars and /i0 Cents $ O0 $ Z, SCO a0 Per Each 6. 260 L.F. Provide New 8 -inch diameter PVC SDR 35 Gravity Sewer Pipe Including Trench Resurfacing @ Dollars and 110 Cents $ 87.00 $ 7Z Per Lineal Foot 7. 30 L.F. Provide New 3 -inch diameter PVC SDR 35 Gravity Storm Drain Pipe Including Trenc�h,'R,essurfacing @TIUO rPG�I ""1t tars and 14D Cents $ ZZ5.0o $ b, 75a co Per Lineal Foot 0 PR3of3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1 Each Provide New Drain Box with Aluminum Checker Plate CdrMAW- 4(, lNi" Dollars and (d Cents $ 1, 467 °d $ 140,06 Per Each 1 Each Provide Miscellaneous Improvement at Existing Storm Drain Junction Box @ b4UflulphMd(ej Dollars and /in Cents Per Each NEWPORT DUNES STORM WATER DIVERSION TOTAL PRICE IN WRITTEN WORDS ITEMS 1 -9 $ �2w.a6 $ 5i200.00 and II(JJ Cents $ Price Items 1 -9 (Figures) �br�aru ZI �.2lJCJI �Cl Q�rL�fruC�Onlsn� . Date Bidder 0 1q)- ���,�> Bidder's Telephone Number bidder' uth rite Si nature and Title P Q, 9 Zµ5 �I�r � -155 -3� ���" ores +arkola,dA g.� 2J�02 40 Bidder's License No(s). Bidder's Address and Classification(s) 0 0 1 1 1 1 2 2 2 2 2 2 2 2 3 3 3 3 3 3 3 4 4 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS NEWPORT DUNES STORM WATER DIVERSION Contract 3297 INTRODUCTION PART 1 - -- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE 2.9 SURVEYING 2 -9.3 SURVEY SERVICE SECTION 3 CHANGES IN WORK 3 -3 EXTRA WORK 3 -2.2 Payment 3 -3.2.3 Markup SECTION 4 CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing SECTION 5 UTILITIES 5 -7 ADJUSTMENTS TO GRADE SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 6 -7 TIME OF COMPLETION 6 -7.1 General 6 -7.2 Working Days 6 -7.4 Working Hours 6 -9 LIQUIDATED DAMAGES 1 1 1 1 2 2 2 2 2 2 2 2 3 3 3 3 3 3 3 4 4 0 0 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 4 7 -7 COOPERATION AND COLLATERAL WORK 4 7 -8 PROJECT SITE MAINTENANCE 4 7 -8.5 Temporary Light, Power and Water 4 7 -8.6 Water Pollution Control 5 7 -8.8 Steel Plates 5 7 -10 PUBLIC CONVENIENCE AND SAFETY 5 7 -10.1 Traffic and Access 5 7 -10.2 Storage of Equipment and Materials in Public Streets 5 7 -10.3 Street Closures, Detours, Barricades 5 7 -10.4 Public Safety 5 7- 10.4.1 Safety Orders 5 7 -10.5 "No Parking" Signs 6 7 -15 CONTRACTOR LICENSES 6 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS 7 SECTION 9 MEASUREMENT AND PAYMENT 7 9 -3 PAYMENT 7 9 -3.1 General 7 9.3.2 Partial and Final Payment 9 PART 2 - -- CONSTRUCTION MATERIALS SECTION 202 VALVES 9 202 -1 General 9 202 -1.1 Requirements 9 202 -1.2 Quality Assurance 10 202 -2 Parts 10 202 -2.1 General 10 202 -3 Execution 10 202 -3.1 Installation 10 202 -3.1.1 General 10 202 -3.1.2 Access 10 202 -3.1.4 Field Testing 10 202 -3.1.6 Position Indicators 10 SECTION 203 FIBERGLASS GRATING 10 203 -1 General 10 203 -1.1 Requirements 10 203 -1.2 Reference Specifications, Codes, and Standards 11 203 -1.3 Contractor Submittals 11 0 0 203 -1.4 Quality Assurance 12 203 -1.5 Delivery, Storage, and Handling 12 203 -2 Products 12 203 -2.1 General 12 203 -2.2 Fiberglass Grating 13 203 -3 Execution 13 203 -3.1 Installation 13 PART 3 - -- CONSTRUCTION METHODS SECTION 300 EARTHWORK 13 300 -1 CLEARING AND GRUBBING 13 300 -1.3 Removal and Disposal of Materials 13 300 -1.3.1 General 13 300 -1.3.2 Requirements 14 300 -1.5 Solid Waste Diversion 14 SECTION 302 ROADWAY SURFACING 14 302 -5 ASPHALT CONCRETE PAVEMENT 14 302 -5.1 General 14 302 -5.4 Tack Coat 14 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 14 302 -6.6 Curing 14 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 15 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY AND INTERSECTION 15 303 -5.1 Requirements 15 303 -5.1.1 General 15 303 -5.4 Joints 15 303 -5.4.1 General 15 303 -5.5 Finishing 15 303 -5.5.1 General 15 303 -5.5.2 Curb 15 303 -5.5.4 Gutter 15 • • SP10F15 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS NEWPORT DUNES STORM WATER DIVERSION Contract 3297 INTRODUCTION All work necessary for the completion of this contract shall be done in accord with (1) these Special Provisions; (2) the Plans (D- 5248 -S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (1994 edition), including Supplements; (4) Standard Specifications for Public Works Construction (1997 edition), including supplements and (5) the latest edition of American Water Works Association (AWWA) standards as amended. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California, 90034, telephone (310) 202 -7775. PART 1 GENERAL PROVISIONS SECTION 2-- -SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE. Add to this section, "The work necessary for the completion of this contract consists of constructing storm drain pipes, manholes and constructing other incidental items of work as shown on plans D- 5248 -S and as specified herein." 2 -9 SURVEYING 2 -9.3 Survey Service. Add to this section, "The Engineer will provide construction staking as required to construct the improvements. Any additional stakes or any re- staking or costs thereof shall be the responsibility of the Contractor. The Contractor shall notify the City in writing two (2) working days in advance of the time that the stakes are needed." .. • • SP 2 OF 15 SECTION 3 - -- CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup. Replace this Section with, "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............. ............................... 20 2) Materials ........ ............................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added for compensation for bonding. (b) Work by Subcontractor. When a Subcontractor performs all or any part of the extra work, the markup established in 3- 3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. This Section only applies to work in excess of the estimated quantities shown in the Proposal." SECTION 4 - -- CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 hours minimum) notice of the Contractor's readiness for inspection. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner • i SP 3 OF 15 in which the Contractor executed his work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - -- UTILITIES 5 -7 ADJUSTMENTS TO GRADE. The Contractor shall adjust to finish grade the existing sewer manholes. SECTION 6 - -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section, "No work shall begin until a schedule of work has been approved and a "Notice to Proceed" has been issued by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of two (2) working days prior to commencing any work. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to reschedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work in additional alleys until he has exerted extra effort to meet his original schedule and has demonstrated that he will be able to maintain his approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from his overall time of completion requirement, nor shall it be constructed as the basis for payment of extra work because additional men and equipment were required on the job." 6 -7 TIME OF COMPLETION 6 -7.1 General. "The Contractor shall complete all work under the Contract within thirty (30) consecutive working days from the date of the "Notice to Proceed ". It will be the Contractor's responsibility to ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work. The Contractor shall take note that the Notice -to- Proceed will be issued such that work will begin no later than March 5, 2001." 6 -7.2 Working Days. Revise 3) to read, "any City holiday, defined as January 1 st, the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 5th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday in November (Thanksgiving), and December 25th (Christmas). If January 1st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday." 6 -7.4 Working Hours. Normal working hours are limited to 7:00 a.m. to 4:30 p.m. Monday through Thursday and 7:00 a.m. to 3:30 on Fridays. SP 4 OF 15 Should the Contractor elect to work later than 4:30 p.m. (3:30 p.m. Fridays) (up to 6:30 p.m.) weekdays or between 8:00 a.m. and 6:00 p.m. Saturday, he must first obtain special permission from the Engineer. A request for working during any of these hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for inspection costs of $50.00 per hour when such time periods are approved. 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read, "For each consecutive calendar day after the thirty (30) consecutive working days specified for completion of the work, the time specified for completion of Work, whichever occurs first, as adjusted in accordance with subsection 6 -6, the Contractor shall pay to the City or have withheld from monies due it, the daily sum of $500.00. Revise paragraph two, sentence one, to read "Execution of the Contract shall constitute agreement by the Agency and Contractor that $500.00 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time." The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize the time that the alleys are closed to the public. SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR 7 -7 COOPERATION AND COLLATERAL WORK. Add to this section, "City forces will perform all shut downs of water facilities as required. The Contractor shall give the City seven (7) calendar days notice of the time he desires the shut down of facilities to take place. A four -hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six hour shut down between the hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the City of Newport Beach, Utilities Division. The City must approve any nighttime work in advance. 7-8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power and Water. Add to this section, "If the Contractor elects to use the City's water, he shall arrange for a meter and tender a $750 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter." „ SP 5 OF 15 7 -8.6 Water Pollution Control. Add to this section, "Surface runoff water containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into the bay.” 7 -8.8 Steel Plates. The City can provide a limited quantity of steel plates. These plates may be obtained for a rental charge of $15.00 per plate per week or part thereof. In addition the Contractor shall deposit $100 for the use of the City's lifting eye fitting and trench plates. The Contractor shall obtain plates from and return plates to the City's Utilities Yard at 949 West 16th Street. To determine the number of plates available and to reserve the plates, the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (949) 718 -3402. 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.1 Traffic and Access. Add to this section, "The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH, 1996 Edition) also published by Building News, Inc. One lane of traffic shall be maintained in each direction, North and South bound, on Back Bay Drive." 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials shall not be stored in streets, roads, or sidewalk areas." 7 -10.3 Street Closures, Detours and Barricades. Add to this section, "The Contractor shall also prepare a traffic control plan. The Contractor will be responsible for processing and obtaining approval of a traffic control plan from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan." 7 -10.4 Public Safety 7- 10.4 -1 Safety Orders. Add to this section, "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance will not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. The Contractor shall submit to the City for acceptance, in advance of excavation, a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during the excavation of any trench or trenches 5 -feet or more in depth. The plan shall be prepared by a SP 6 OF 15 registered civil or structural engineer licensed in the State of California. As part of the plan, a note shall be included stating that the registered civil or structural engineer certifies that the plan complies with CAL -OSHA Construction Safety Orders, or that the registered civil or structural engineer certifies that the plan is not less effective than the shoring, bracing, sloping, or other provisions of the Safety Orders. The detailed plan showing the design of shoring, etc., which the Contractor is required to submit to the City for acceptance in advance of excavation will not be accepted by the City if the plan is based on subsurface conditions which are more favorable than those revealed by the investigations made by the City or the Engineer or their consultants; nor will the plan be accepted if it is based on soils - related design criteria which is less restrictive than the criteria set forth in the report on the aforesaid investigations of subsurface conditions. The detailed plan showing the design of shoring, etc, shall include surcharge loads for nearby embankments and structures, for spoil banks, and for construction equipment and other construction loading. The plan shall indicate for all trench conditions the minimum horizontal distances from the side of the trench to its top to the near side of the surcharge loads. Nothing contained in this section shall be construed as relieving the Contractor of the full responsibility for providing shoring, bracing, sloping, or other provisions which are adequate for worker protection." 7 -10.5 "No Parking" Signs. The Contractor shall furnish, install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs), which he shall post at least 48 hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division at (949) 644 -3717, for verification of posting at least Forty -eight (48) hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12- inches wide and 18- inches high; and (3) be similar in design and color to sign R -38 of the CalTrans Uniform Sign Chart. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General Engineering Contractor "A" License and /or a Pipeline Specialty Contractor C -34 License. At the start of work and until completion of work, the Contractor shall possess a Business License issued by the City of Newport Beach. 0 SP7OF15 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As- Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and so certified by the Engineer at the time each progress bill is submitted. Upon completion of the project, the Contractor shall provide "As- Built' corrections upon a copy of the Plans. The "As- Built" correction plans shall be verified by the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three (3) years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 9 - -- MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 General. Revise paragraph two to read, "The unit and lump sum prices bid for each item of work shown on the proposed shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work to complete the work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work." The following items of work pertain to the bid items included within the Proposal: NEWPORT DUNES NUISANCE FLOW Item No. 1 Mobilization: Work under this item shall include all preparation and scheduling of materials and equipment necessary to complete the work under this contract. Item No. 2 Back Bay Drive Traffic Control: Work under this item shall include the delivery of all required notifications and temporary parking permits, posting of signs and all other costs incurred in notifying the residents. In addition, this item shall include providing the traffic control required by the project including, but not limited to, preparation of traffic control plans, signs, cones, barricades, flashing arrow sign, K -rail, striping, flag men and all other work necessary to comply with the WATCH manual, latest edition, and City of Newport Beach Requirements. Item No. 3 Install Lined Cast -In -Place Manhole #1 with one 8 -inch Flap Check Valve: Work under this item shall include furnishing and installing manholes per City STD - 406 -L, including, but not limited to, pavement removal, exposing utilities in SP8OF15 advance of the work, excavation, temporary patching or plating, control of ground or surface water, backfill, compaction, disposal of excess excavated materials, installation of base, shaft, grade rings, manhole frames and covers, potholing of all existing utilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to construct the sewer manhole complete and in place. Item No. 4 Install New Diversion Structure (Manhole #2): Work under this item shall include furnishing and installing manholes per City STD - 406 -L, including, but not limited to, exposing utilities in advance of the work, excavation, temporary patching or plating, control of ground or surface water, backfill, compaction, disposal of excess excavated materials, installation of base, shaft, grade rings, manhole frames and covers, potholing of all existing utilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to construct the sewer manhole complete and in place. Item No. 5 Install New Diversion Structure (Manhole #3) with one 8 -inch Butterfly Valve: Work under this item shall include furnishing and installing manholes per City STD - 406 -L, including, but not limited to, exposing utilities in advance of the work, excavation, temporary patching or plating, control of ground or surface water, backfill, compaction, disposal of excess excavated materials, installation of base, shaft, grade rings, manhole frames and covers, potholing of all existing utilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to construct the sewer manhole complete and in place. Item No. 6 Install New 8 -inch PVC SDR35 Gravity Sewer Pipe Including Trench Resurfacing: Work under this item shall include furnishing and installing all pipe material per Section 207 -18 of the SSPWC, including, but not limited to, exposing utilities in advance of pipe excavation operations, trench excavation, shoring, bracing, temporary patching or trench plates, control of ground and surface water, bedding, backfill, compaction, installation of sewer pipe, potholing of all existing facilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials, compaction and replacement of the alley improvements to match existing improvements and all other work necessary to install the pipe complete in place. Item No. 7 Install New 3 -inch PVC SDR35 Gravity Storm Drain Pipe Including Trench Resurfacing: Work under this item shall include furnishing and installing all pipe material per Section 207 -18 of the SSPWC, including, but not limited to, pavement removal, exposing utilities in advance of pipe excavation operations, SP9OF15 trench excavation, shoring, bracing, temporary patching or trench plates, control of ground and surface water, bedding, backfill, compaction, installation of sewer pipe, potholing of all existing facilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials, compaction and replacement of the alley improvements to match existing improvements and all other work necessary to install the pipe complete in place. Item No. 8 Install New Drain Box with Aluminum Checker Plate: Work under this item shall include furnishing and installing a drain box, including, but not limited to, exposing utilities in advance of the work, excavation, backfill, compaction, disposal of excess excavated materials, installation of concrete vault covers, potholing of all existing utilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to construct the new drain box and in place. Item No. 9 Install Miscellaneous Improvement at Existing Storm Drain Junction Box: Work under this item shall include furnishing and installing miscellaneous improvements including, but not limited to, exposing utilities in advance of the work, excavation, backfill, compaction, disposal of excess excavated materials, installation of concrete vault covers, potholing of all existing utilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install miscellaneous improvements complete and in place. 9 -3.2 Partial and Final Payment. Add to this section, 'Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." PART 2 CONSTRUCTION MATERIALS SECTION 202 - -- VALVES 202 -1 GENERAL 202 -1.1 Requirements. The CONTRACTOR shall furnish and install manually - operated butterfly and flap check valves, complete and operable, as shown and specified herein, including epoxy coating, appurtenances, operators, and accessories, in accordance with the requirements of the Contract Documents. 0 0 SP 10 OF 15 202 -1.2 Quality Assurance. All valves shall be tested in accordance with manufacturer's recommendations and applicable AWWA/ANSI specifications. Records of tests shall be furnished as specified in AWWA C504. An affidavit of compliance as specified in Section 1.7 of AWWA C504 shall be furnished. Certified drawings and material specifications shall be submitted by the CONTRACTOR covering the items included in Section 1.4 of AWWA C504. 202 -2 PARTS 202 -2.1 General A. Butterfly Valve Butterfly valves shall be as shown and be suitable for sewage application. Body: PVC; Disc: polypropylene; stem: 316SS; manual operating key: two. Acceptable product: ASAHI /America Butterfly valves manufactured by Harrington, or equal. B. Flap Check Valve Flap valves shall be per Orange County Sanitation District Standard Drawing S- 056. 202 -3 EXECUTION 202 -3.1 Installation 202 -3AA General. All valves and accessories shall be installed in accordance with the manufacturer's written instructions and as shown and specified. Valves shall be firmly supported to avoid undue stresses on the pipe. 202 -3.1.2 Access. All valves shall be installed to provide easy access for operation without special tools or ladders, for removal and for maintenance, and to avoid conflicts between valve operators and structural members. 202 -3.1.4 Field Testing: All valves shall be field tested following installation to demonstrate that the valve operates under field conditions in a manner consistent with the design of the system. All field testing of valves shall be witnessed and approved by the ENGINEER. 202 -3.1.6 Position Indicators. Valve operators and position indicators shall be installed and orientated to provide clear visibility from the nearest accessible operator work area and shall be subject to the ENGINEER's approval. SECTION 203 - -- FIBERGLASS GRATING 203 -1 GENERAL 203 -1.1 Requirements. The CONTRACTOR shall furnish all tools, equipment, materials, and supplies and shall perform all labor required to complete the work 0 0 SP 11 OF 15 necessary to furnish and install fabricated grating and grating supports as indicated on the Drawings and specified herein. A. The CONTRACTOR shall furnish and install fabricated fiberglass items, complete and serviceable as shown and specified herein, all in accordance with the requirements of the Contract Documents. B. Grating shall be fiberglass grating supported on stainless steel shelf angles cast in the concrete or attached with stainless steel hardware as shown on the Contract Documents. Embedded angles shall be mitered and welded together at each corner. Grating color shall be safety yellow unless otherwise specified. C. Grating shall cover the areas indicated and detailed on the Contract Documents. Where grating is indicated over a channel or an opening, it shall cover the entire channel or opening, unless specifically noted or detailed otherwise. D. Grating shall be designed by the manufacturer so that the grating will support a uniform loading of 250 lbs. per square foot on the entire area of the grating with a maximum ratio of deflection /length of 1/100, unless otherwise specified in Plans. Intermediate supports shall be provided where required to meet loading conditions. Support materials are subject to the ENGINEER's approval 203 -1.2 Reference Specifications, Codes, and Standards A. Comply with the current provisions of the following Codes and Standards. 1. Commercial Standards: • ASTM D 635 Standard Test Method for Rate of Burning and /or Extent and Time of Burning of Self- Supporting Plastics in a Horizontal Position • ASTM D 638 Test Method for Tensile Properties of Plastics • ASTM D 790 Standard Test Methods for Flexural Properties of Un- reinforced and Reinforced Plastics and Electrical Insulating Materials • ASTM E 84 Standard Test Method for Surface Burning Characteristics of Building Materials 203 -1.3 Contractor Submittals. The following submittals and specific information shall be provided: 1. Product Data: a. Catalog information and catalog cuts. b. Manufacturer's specifications, to include coatings. c. Special handling and storage requirements. 2. Installation instructions. 3. Shop Drawings: a. Grating: Show dimensions, weight, and size, and location of connections to adjacent grating, supports, and other work. 4. Quality Control Submittals: a. Factory test reports. b. Manufacturer's certification of compliance for specified products. 0 SP 12 OF 15 c. Fire Retardant: Independent laboratory test report of testing conducted on exact type of grating proposed and dated within 2 years of submittal date (not a resin test report). d. The grating manufacturer shall furnish the ENGINEER with calculations showing that the grating will meet the load- bearing and deflection provisions of the specifications for each size of grating and for each span. The CONTRACTOR shall, if required by the ENGINEER, test under full load one section of each size of grating for each span length involved on the job, to show compliance with these specifications. A suitable dial gauge shall be provided by the CONTRACTOR for measuring deflections. 203 -1.4 Quality Assurance. Fabrication, installation, standard clearances, banding, and tolerances shall be as follows: 1. Fiberglass Grating: In accordance with the catalog data and referenced standards included in the catalog for the manufacturers specifically listed in this Specification section. 203 -1.5 Delivery, Storage, and Handling 1. Preparation for Shipment a. Insofar as is practical, factory assemble items provided hereunder. b. Package and clearly tag parts and assemblies that are shipped unassembled in a manner that will protect the materials from damage, and facilitate identification and final assembly in the field. 2. Storage and Handling: In accordance with manufacturer's recommendations. 203 -2 PRODUCTS 203 -2.1 General A. Manufacturer's Experience: All items to be provided under this Section shall be furnished only by manufacturers having experience in the manufacture of similar products, with a record of successful installations. B. Quality: All fiberglass items shall be constructed of new, first - class, commercial - quality, fiber- glass- fabric - reinforced, polyester resin laminate material of the strength, thickness, and dimensions shown and specified herein, using the matched die - molded method. C. Finish: All finished surfaces of fiberglass items and fabrications shall be smooth, resin -rich, free of voids, and without dry spots, crazes, or unreinforced areas, and shall provide for corrosion resistance and weathering. Outer surfaces shall be reasonably smooth and no glass fibers shall be exposed. D. Supports and Fasteners: The CONTRACTOR shall provide all bolts, anchor bolts, nuts, washers, and supports as required for all the plastic and fiberglass items specified in this Section, in accordance with the requirements of the manufacturers of the plastic and fiberglass items. All bolts, anchor bolts, washers and supports required in connection with the plastic or fiberglass items provided under this Section shall be of Type 316 stainless steel. n U 0 SP 13 OF 15 203 -2.2 Fiberglass Grating A. Construction: Fiberglass grating shall be minimum one inch high with one inch by 4 -inch grid, or 1 -1/2 inch high with 1 -1/2 inch by 6 -inch grid, and all cut edges shall be resealed. The maximum deflection under design load (200 psf) shall not exceed 1/8- inch at 24 -inch span. All fiberglass grating shall have a permanently slip- resistant surface. B. Grating shall be fiberglass having all reinforcements completely wetted with a polyester resin for chemical resistance. The resin shall be a fire- retardant grade polyester with a flame spread rating of 25 or less as per ASTM E 84 and a non - burning rating as per ASTM D 635. Fiberglass shall contain an ultraviolet absorber to protect the resin from ultraviolet degradation. Grating surfaces shall be nonskid utilizing angular silica particles embedded in the upper portion of the grating or other system acceptable to the ENGINEER. C. Manufacturers, or Equal: 1. Fibergrate Corp., " Fibergrate" 2. Chemical Proof Corp., "Chemi- Grate' 3. Poly - Trugrid by Borden Grating 4. Duradek by Aligned Fiber Composites, Inc. 203 -3 EXECUTION 203 -3.1 Installation A. Grating sections adjacent to each other shall be in the same plane. There shall not be more than a 1/8 -inch clearance between the ends of the grating and the mating face of the adjacent grating, support angle or other adjacent vertical surface. Angle stops shall be installed at ends of grating to prevent grating from sliding out of rebate, or otherwise sliding off end support members. Where an area requires more than one grating section to cover the area, adjacent grating sections shall be clamped together at the 1/4 points with mounting clips. All mounting clips and hardware shall be stainless steel as approved by the ENGINEER. Ends of grating and all cut edges shall be sealed with resin as recommended by the manufacturer. PART 3 CONSTRUCTION METHODS SECTION 300 - -- EARTHWORK 300 -1 CLEARING AND GRUBBING 300 -1.3 Removal and Disposal of Materials 300 -1.3.1 General. Add to this section, "The work shall be done in accordance with Section 300 -1.3.2 of the Standard Specifications except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of z 0 0 SP 14 OF 15 jackhammers or sledgehammers. Pavement breakers or stoppers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor will remove any broken concrete, debris or other deleterious material from the job site at the end of each work day." 300 -1.3.2 Requirements - Concrete Curb, Walk, Gutters, Cross Gutters. Replace the first sentence of this Section with, "Saw cuts shall be neatly made to a minimum of two (2) inches." And replace the words 1 '/� inch" of the last sentence with the words "two (2) inches." 300 -1.5 Solid Waste Diversion. Non - reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer on a form provided by the Engineer. SECTION 302 - -- ROADWAY SURFACING 302 -5 ASPHALT CONCRETE PAVEMENT 302 -5.1 General. Add to this section, 'The asphalt concrete used shall be III -C3- AR- 4000." 302 -5.4 Tack Coat. Add to this section, "Prior to placing the asphalt concrete patches, a tack coat of Type SS-1h asphaltic emulsion at a rate not to exceed one — tenth (1/10) of a gallon per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed." 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 302 -6.6 Curing. Add to this section, "The Contractor shall not open street improvements to vehicular use until P.C.C. has attained the minimum compressive strength specified in Section 201 -1.1 -2 of the Standard Specifications. Said strength may be attained more rapidly, to meet the time constraints in Section 6 -7.1 herein, by the use of additional Portland cement or admixtures with prior approval of the Engineer." s • SP 15 OF 15 SECTION 303 - -- CONCRETE AND MASONRY CONSTRUCTION 303 -5 CONCRETE CURBS, WALKS, GUTTERS AND CROSS GUTTERS, ALLEY AND INTERSECTIONS 303 -5.1 Requirements 303 -5.1.1 General. Add to this section, "Sidewalk and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, and backfill or patchback shall be placed within 72 hours following concrete placement. Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 2,000 psi." 303 -5.4 Joints 303 -5.4.1 General. Add to this section, 'The Contractor shall make a sawcut parallel to the centerline of the alley, 2 feet along each side of centerline, over the entire length of the alley. The Contractor may also sawcut the property lines, adjacent to the alley, in lieu of scoring the pavement along the property lines or constructing an edged cold joint. All sawcuts shall be made to a depth of 2 inches." 303 -5.5 Finishing 303 -5.5.1 General. Add to this section, 'The Contractor shall patch back A.C. and P.C.C. within private property at locations shown on the plans in a manner that matches the adjoining existing private property in structural section, texture and color." 303 -5.5.2 Curb. Add to this section, 'The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" for sewer lateral and a chiseled W -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. To determine the location of sewer laterals and water services, the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (949) 718 - 3402." 303 -5.5.4 Gutter. Add to this section, 'The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." ITEM SZq TO: Members of the Newport Beach City Council FROM: Dave Kiff, Deputy City Manager Mike Sinacori, Utilities Engineer, Department of Public Works SUBJECT: Newport Dunes Storm Water Diversion System APPROVED RECOMMENDED (1) Adopt Resolution 2001 -_ relating to supporting the Newport Dunes 2� ACTIONS: Storm Water Diversion System. K o O00 } (2) Approve the Plans and Specifications for the Newport Dunes Storm Water Diversion System. (3) Authorize the City Manager to direct staff to complete the following: (a) Informal bidding associated with the construction of the Diversion; (b) Communication with the Orange County Sanitation District, the Newport Dunes Resort, the Hyatt Newporter Resort, and other related parties regarding the Diversion System; (c) Award of a contract to the lowest responsible bidder to construct the Diversion System; and (d) Negotiations with the OCSD and the watershed interests to prepare an operating and maintenance agreement associated with the long -term operation of the Diversion and return to City Council for approval of this/ these agreement(s). (4) Approve Budget Amendment (BA -030) accepting $40,000 from the Orange County Sanitation District and $40,000 from the County of Orange for the construction of the Diversion System. BACKGROUND: Newport Bay is an impaired water body per §303(d) of the federal Clean Water Act. As such, the US Environmental Protection Agency (US EPA) and the State Water Resources Control Board (SWRCB) via the California Regional Water Quality Control Board, Santa Ana Region (Regional Board) is directed to prepare total maximum daily loads (TMDLs) for Newport Bay that reduce or eliminate the Bay's impairments. The Bay is listed as impaired for the following substances: • Sediment • Nutrients (nitrogen and phosphorous) • Fecal Coliform (an indicator bacteria of possible human pathogens) • Toxics (includes pesticides and heavy metals) The only TMDL not yet adopted and in place is the Toxics TMDL. The Fecal Coliform TMDL, adopted by the Regional Board in late 1999, generally requires that the Bay meet "REC -1" water quality standards (water contact recreational activities like swimming) all year by December 30, 2013. Newport Beach City Council 0 • Page 2 As a part of the plan to meet REC -1 standards, the Regional Board directed the City and County to address and characterize fecal coliform inputs that drain into the Newport Dunes swimming lagoon from a storm drain on the Lagoon's eastern side. (see Dunes drainage area map, Attachment B). The Dunes Lagoon - arguably through no fault of the Dunes Resort itself - has had chronic beach "postings" where bacteria samples from the water have exceeded the limits set by state law (AB 411, Wayne, 1997) for swimmable waters. To do our part to meet the TMDL's requirements, the City has proceeded with a viral testing program (using a $175,000 State grant) to complete the fecal coliform characterization. We have also watched as the Dunes Resort has constructed a temporary pump and sandbag diversion of the allegedly offending storm drain into the wastewater treatment lines. At the same time, the Regional Board agreed in Fall 1998 to the Orange County Sanitation District's (OCSD) proposal to settle a $40,000 Administrative Civil Liability complaint (ACL #99 -58) by completing a Supplemental Environmental Project (SEP) that would permanently divert the aforementioned Dunes storm drain into OCSD's wastewater system by way of the City's sewer. This Project is estimated to cost about $80,000. The Regional Board views the Project as an important part of an overall Dunes Lagoon improvement plan integrated with the Fecal Coliform TMDL. The Dunes Storm Water Diversion project piqued the City's interest in 2000 in the context of a demonstration project for diversions countywide. Arguably, much of the City's urban runoff problem (the often -toxic mix of pet waste, oil, brake dust, fertilizers, and pesticides that runs down gutters into stormdrains and into the Bay or Ocean) could be addressed by diverting the storm drains into the wastewater treatment system. But doing so on a massive, city -wide scale would severely impact the general fund portion of the City's Capital Improvement Plan (CIP) and the OCSD's sewage treatment facilities. In April 2000, the OCSD agreed to take a limited amount of dry weather urban runoff into its wastewater system. OCSD's revised diversion policy (September 2000) requires all diverting parties to pay about $321.00 per million gallons per day ( "mgd ") if cumulative diversion flows reach 4 mgd at OCSD's facilities. So far, the diversion -to -sewer flows to OCSD have been between 1 and 2 mgd, most of which comes from County flood control channels in Huntington Beach and County and City of Huntington Beach storm water pump stations. New development in Crystal Cove (Newport Coast) will soon begin discharging about 0.2 mgd to the OCSD system. Back to the Dunes Drain. In much of Summer and Fall 2000, the Dunes Lagoon saw frequent beach postings even as we understood that the temporary diversion of about 0.2 mgd was in place. As a result, City staff became concerned that an $80,000 permanent diversion system may not improve the water quality of the Lagoon. This concern stalled the Project's construction until staff could review more data from the OC Health Care Agency's testing program. At the same time, we also learned that the Dunes temporary diversion system was frequently not fully functional during 2000. \ \MtS_1 \SYS\Dsen \CM0\DKiff\MyD uments \Newport Bay— M1 \01 -02.13 AIDunes Mvenion.doc • • Page 3 On February 7, 2001, we met with staff from the Regional Board, the County of Orange Health Care Agency, the OCSD, and the Dunes to see whether the Dunes Lagoon beach postings correlated with downtimes for the temporary diversion. While the Dunes' records were not rigorous, anecdotal evidence provided by the Dunes suggests that the postings did correlate with an inoperable diversion system. Therefore, we agreed to complete the Project pending your Council's approval. At the same time, the OCSD received a letter from the Regional Board's Executive Director, Mr. Gerard J. Theibeault (see Attachment C) that directed OCSD to complete the Project by March 31, 2001. "Failure to timely complete the SEP," the letter read, "would result in rejection of the SEP..." The letter also criticized the City (fairly so) for being "largely responsible for the current delays in project construction and SEP completion." The City did delay construction. However, we did so to seek additional assurance that this $80,000 project had a reasonable chance to succeed in solving the Lagoons water quality problem. We now believe that the Project will partly - but not completely - solve the Dunes Lagoon contamination problem (other contributors to high bacteria counts may be the birds and/or swimmers in the Lagoon). THIS AGENDA In light of the Regional Board's request, this Agenda Item asks for your Council's ITEM-. approval of a relatively rapid timeline to complete the Dunes Diversion Project. It asks for your approval of a Resolution to this effect (see Attachment A) and authorizes the City Manager to direct an informal bid process associated with the effort and to authorize him to execute the construction contract with the low bidder for the construction of the diversion system. A typical bid process and City Council award for a project over $30,000 would take about six weeks. The informal bidding process will allow Public Works staff to solicit bids from contractors who perform this type of work and who have been low bidders on past City projects. They would be requested to respond in less than two weeks and be able to immediately execute a construction contract with appropriate insurance to complete the work. The notice to proceed would be issued sometime near March 1 and the work would need to be complete within 30 days. If the Project is not completed by April 15 or so, ifs likely that the Regional Board will ask that the OCSD's $40,000 be paid as a fine rather than go towards the Project. Going Forward. The permanent diversion system will involve ongoing future costs. We anticipate preparing agreements associated with the ownership, maintenance, treatment costs and testing for the diversion system and returning draft agreements to the City Council at a future date for discussion or approval. The issues to be addressed include: • Which entity will own and maintain the diversion system; • The manner in which the City would, as a part of its Fecal Coliform and Toxics TMDL obligations, complete routine water testing of the inputs to the diversion system (about $2,000 per year); • How watershed interests would work with the City to minimize diversion flow so that the parties would minimize any treatment costs should OCSD's 4 mgd threshold be exceeded. \ \M6_1 \5MUa \GMO \Dxia\My Documenb\ Newport Bay -2001 \01-02- 13AIDunes Divenion.dw • Page d Budget Issues. All construction funds for the project are non -City funds -- $40,000 from the OCSD and $40,000 from the County of Orange per the County's 2000 diversion grant program. Acceptance and distribution of these funds must be done via a Budget Amendment (see Attachment D). The City's ongoing testing expense is currently budgeted within the CfP under the Fecal Coliform TMDL (CNB /CIP page 90, Project #C0310525). ATTACHMENTS: Attachment A - Resolution 2001 - Attachment B - Dunes Lagoon Storm Drain Map Attachment C - Letter to OCSD from Santa Ana Regional Board Attachment D - Budget Amendment (BA -030) \ \MJS_ 1 \SYS\Dsen \CMO \DMff\MyD Umenb \Newport Hay —] 1 \01-0&13 Al Dunn Dwnjomdm • • Page 5 ATTACHMENT A Resolution 2001- A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH SUPPORTING THE NEWPORT DUNES STORM WATER DIVERSION WHEREAS, Newport Bay is an impaired water body under Section 303(d) of the federal Clean Water Act and is therefore subject to Total Maximum Daily Loads for sediment, nutrients, fecal coliform, and toxics; and WHEREAS, the Fecal Coliform TMDL directs the City and its Bay partners to clean up inputs to the Bay such that the Bay meets REC -1 (water contact recreational activities like swimming) standards by 2013; and WHEREAS, a key area of the Bay subject to excessive amounts of fecal coliform is a portion of the Newport Dunes swimming lagoon; and WHEREAS, the Dunes Lagoon receives drainage from a watershed east of the Lagoon near Jamboree and Back Bay Drive; and WHEREAS, diverting dry weather flows from this drainage area into the wastewater system may lead to water quality improvements in the Dunes Lagoon; and WHEREAS, the Orange County Sanitation District and the California Regional Water Quality Control Board, Santa Ana Region, has proposed a Supplemental Environmental Project (SEP) that would permanently divert these flows to the wastewater system; now, therefore be it RESOLVED by the City Council of the City of Newport Beach that the City supports this proposal and authorizes the construction of this SEP within City limits using OCSD and County of Orange diversion funds, and be it also RESOLVED that the City Council hereby authorizes the City Manager to direct the construction of this SEP within a timely manner as directed by the Regional Board. ADOPTED this 131h day of February, 2001. Garold Adams MAYOR ATTEST: LaVonne Harkless CITY CLERK \ \Mb_1 \SY5\Uwm \CM0\DKIa\My Dmument \Newport Bay —2001 \01-02 -13 Al Dunn NwmianAm • LLLI I I r T tis J�T 0 CD Cl) I C/) Pi'f KW#A&JT %# G California 1-gional Water Quality C*trol Board iSanta Ana Region Wimion H. Hkkox Interest Address: hup: / /www.swtcb.ca.guv p8 Secremry /or 7777 Maio Stmt Suite 300, Riverside, Cafifaniaa 97501.3348 Gray Davh £nnrduneNd Phone (909) 782 -4130 - FAX (909) 781.6288^ Prarecnou January 31, 2001 Robert P. Ghirelli, D. Env. Director of Technical Services Orange County Sanitation District P.O. Box 8127 Fountain Valley, CA 92728 -8127 ADMINISTRATIVE CIVIL LIABILITY COMPLAINT NO. 99 -58 SUPPLEMENTAL ENVIRONMENTAL PROJECT Dear Mr. Ghirelli As you know, in the fall of 1999, Orange County Sanitation District proposed settling Administrative Civil Liability Complaint No. 99 -58 through a Supplemental Environmental Project (SEP) to intercept dry weather runoff flowing into the Newport Dunes area and diverting the runoff to the sanitary sewer system. Dry weather runoff entering the swimming lagoon at Newport Dunes is believed to be responsible for the frequent public health advisories that have been posted in this area. OCSD's staff made the proposal to Regional Board staff, and we in turn accepted it. However, no schedule for completing this SEP was offered by OCSD or was requested by Board staff. The proposal was that OCSD would fund the design of the dry weather diversion project and provide funding for project construction, at least up to the amount of the administrative civil liability assessed by Complaint No. 99 -58, $40,000. In the course of OCSD's Quarterly Management Meetings, which Board staff attend, the status of this SEP has been discussed. From these discussions, it's obvious to Regional Board staff that the SEP has not been completed, and there appears to be little impetus to do so. The project design has been completed. OCSD staff has suggested that the City of Newport Beach is largely responsible for current delays in project construction and SEP completion. Nevertheless, we hold OCSD fully responsible for successfully completing the agreed upon SEP. By February 8, 2001, please submit a schedule to complete of the SEP no later than March 31, 2001. Failure to timely complete the SEP will result in rejection of the SEP and a demand that the full amount of liability assessed by Complaint No. 99 -58 be promptly paid to the State Water Resources Control Board. If you or your staff have any questions, please contact me at (909) 782 -3284, or contact Mark Adelson of my staff at (909) 782 -3234. Sincerely, G J. Thibeault Executive Officer cc: Dave Kiff, Deputy City Manager, City of Newport Beach ✓ Larry Honeybourne, Orange County Health Care Agency mga/ACLC 99 -58 SEP Cali forma Environmental Protection Agency Recycled Paper 4$ity of Newport Beach BUDGET AMENDMENT 2000 -01 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates X Increase Expenditure Appropriations Transfer Budget Appropriations SOURCE: from existing budget appropriations X from additional estimated revenues from unappropriated fund balance EXPLANATION: NO. BA- 030 Increase in Budgetary Fund Balance AND Decrease in Budgetary Fund Balance X No effect on Budgetary Fund Balance This budget amendment is requested to provide for the following: To increase revenues estimates by $80,000 for two $40,000 contributions from the County of Orange and OC Sanitation District to construct a stormdrain -to -sewer diversion from Newport Dunes. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Eund Account Description 250 3605 Contributions Fund REVENUE ESTIMATES (360 1) Fund /Division Account Description 250 4858 Intergovernmental Contributions EXPENDITURE APPROPRIATIONS (3603) Signed: Signed: Approval: Administrative Services Director Administrative Approval: City Manager Amount Debit Credit $80,000.00 - Automatic Date Date Signed: City Council Approval: City Clerk Date Description Division Number 7251 Contributions Fund Capital Projects Account Number 8200 Dunes - Stormdrain -to -Sewer Diversion Division Number Account Number Division Number Account Number Division Number Account Number Signed: Signed: Approval: Administrative Services Director Administrative Approval: City Manager Amount Debit Credit $80,000.00 - Automatic Date Date Signed: City Council Approval: City Clerk Date f&y of Newport Beach BUDGET AMENDMENT 2000 -01 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates X Increase Expenditure Appropriations AND Transfer Budget Appropriations SOURCE N EXPLANATION: from existing budget appropriations from additional estimated revenues from unappropriated fund balance This budget amendment is requested to provide for the following: NO. BA- 030 $80,000.00 Increase in Budgetary Fund Balance Decrease in Budgetary Fund Balance X No effect on Budgetary Fund Balance l i FEB 1 3 L-- APPROVED To increase revenues estimates by $80,000 for two $40,000 contributions from the County of Orange and OC Sanitation District to construct a stormdrain -to -sewer diversion from Newport Dunes. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Eund Account 250 3605 Description Contributions Fund REVENUE ESTIMATES (3601) Fund /Division AcrouuI Description 250 4858 Intergovernmental Contributions EXPENDITURE APPROPRIATIONS (3603) Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number Signed: Signed: Signed: Description 7251 Contributions Fund Capital Projects 8200 Dunes - Stormdrain -to -Sewer Diversion Financial Approval: Administrative Services Director City Council Approval: City Clerk Amount Debit Credit $80,000.00 $80,000.00 Date Z //Z o 06te alr3 /oi Date RESOLUTION NO. 2001- 10 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH SUPPORTING THE NEWPORT DUNES STORM WATER DIVERSION WHEREAS, Newport Bay is an impaired water body under Section 303(d) of the federal Clean Water Act and is therefore subject to Total Maximum Daily Loads for sediment, nutrients, fecal coliform, and toxics; and WHEREAS, the Fecal Coliform TMDL directs the City and its Bay partners to clean up inputs to the Bay such that the Bay meets REC -1 (water contact recreational activities like swimming) standards by 2013; and WHEREAS, a key area of the Bay subject to excessive amounts of fecal coliform is a portion of the Newport Dunes swimming lagoon; and WHEREAS, the Dunes Lagoon receives drainage from a watershed east of the Lagoon near Jamboree and Back Bay Drive; and WHEREAS, diverting dry weather flows from this drainage area into the wastewater system may lead to water quality improvements in the Dunes Lagoon; and WHEREAS, the Orange County Sanitation District and the California Regional Water Quality Control Board, Santa Ana Region, has proposed a Supplemental Environmental Project (SEP) that would permanently divert these flows to the wastewater system; now, therefore be it RESOLVED by the City Council of the City of Newport Beach that the City supports this proposal and authorizes the construction of this SEP within City limits using OCSD and County of Orange diversion funds, and be it also RESOLVED that the City Council hereby authorizes the City Manager to direct the construction of this SEP within a timely manner as directed by the Regional Board. ADOPTED this 13th day of February, 2001. ATTEST: LaVonne Harkless CITY CLERK Garold Adams MAYOR STATE OF CALIFORNIA } COUNTY OF ORANGE } ss. CITY OF NEWPORT BEACH } I, LAVONNE M. HARKLESS, City Clerk of the City of Newport Beach, California, do hereby certify that the whole number of members of the City Council is seven; that the foregoing resolution, being Resolution No. 2001 -10 was duly and regularly introduced before and adopted by the City Council of said City at a regular meeting of said Council, duly and regularly held on the 13th day of February, 2001, and that the same was so passed and adopted by the following vote, to wit: Ayes: Heffernan, O'Neil, Ridgeway, Glover, Bromberg, Proctor, Mayor Adams Noes: None Absent: None Abstain: None IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed the official seal of said City this 14th day of February, 2001. (Seal) City Clerk Newport Beach, California CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 March 7, 2001 Paulus Engineering, Inc. 2871 E. Coronado Street Anaheim, CA 92806 -2504 Gentlemen: Thank you for your courtesy in submitting a bid for the Newport Dunes Storm Water Diversion (Contract No. 3297) 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, 7p. ff ,rte LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CI 'I0 OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 March 7, 2001 A.D. General Engineering Construction, Inc. 2829 N. Glenoaks Blvd., Suite 106 -101 Burbank, CA 91504 -2660 Gentlemen: Thank you for your courtesy in submitting a bid for the Newport Dunes Storm Water Diversion (Contract No. 3297) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 March 7, 2001 Doty Bros. Equipment Co. 11232 E. Firestone Boulevard Norwalk, CA 90650 Gentlemen: Thank you for your courtesy in submitting a bid for the Newport Dunes Storm Water Diversion (Contract No. 3297) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 March 7, 2001 Brongo Construction, Inc. 32332 Camino Capistrano, #205 San Juan Capistrano, CA 92675 Gentlemen: Thank you for your courtesy in submitting a bid for the Newport Dunes Storm Water Diversion (Contract No. 3297) 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