Loading...
HomeMy WebLinkAboutC-3303 - 1999-2000 Balboa Island Bayfront RepairJanuary 9, 2002 AY OF NEWPORA3EACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 SRD Construction 18200 Yorba Linda Blvd., Suite 100 Yorba Linda, CA 92886 Subject: 1999 -2000 Balboa Island Bayfront Repairs (C -3303) To Whom It May Concern: On January 9, 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 February 16, 2001. The Surety for the contract is Washington International Insurance Company, and the bond number is 5- 800 -2873. Enclosed is the Faithful Performance Bond. Sincerely, ov M,�d'� LaVonne M. Harkless, CMC /AAE City Clerk LH:cf cc: Public Works Department Lois Thompson, Administrative Coordinator enclosure 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 February 16, 2001 SRD Construction 18200 Yorba Linda Blvd., Suite 100 Yorba Linda, CA 92886 Subject: 1999 -2000 Balboa Island Bayfront Repairs (C -3303) To Whom It May Concern: On January 9, 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 January 12, 2001, Reference No. 20010022943. The Surety for the contract is Washington International Insurance Company, and the bond number is 5-800 -2873. Enclosed is the Labor & Materials Payment Bond. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk LH:cf cc: Public Works Department Lois Thompson, Administrative Coordinator encls. 3300 Newport Boulevard, Newport Beach ! • J RECORDING REDEWC D( AND WHEN RECORDED RETURN TO: City Clerk 001 A 29 A8:25 City of Newport Beach 3300 Newport �RT CLERK Newport v T BEACH Recorded in Official Records, County of Orange Gary Granville, Clerk- Recorder il118111IIl111""'Il 1101111111111111111l18111111N0 FEE 20010022943 0415pm 01112101 115 3 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 "Exempt =coding fees pursuant to Govemmenf Code Section 6103" it NOTICE OF COMPLETION 1 ' NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and SRD Construction of Yorba Linda, California, as Contractor, entered into a Contract on May 23, 2000. Said Contract set forth certain improvements, as follows: 1999 -2000 Balboa Island Bayfront Repairs, C -3303 Work on said Contract was completed on November 17, 2000, and was found to be acceptable on January 9, 2001, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Washington International Insurance Company. AM Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on —i00 u(b-(.� (try at Newport Beach, California. BY City Clerk �aEI6, 0 41 �3�) C_ 33J3 January 9, 2001 CITY COUNCIL AGENDA ITEM NO. 12 TO: Mayor and Members of the City Council FROM: Public Works Department APPROVED SUBJECT: 1999 - 2000 BALBOA ISLAND BAYFRONT REPAIRS, CONTRACT NO. 3303 - 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 May 23, 2000, the City Council authorized the award of the Balboa Island Bayfront Repairs contract to SRD Construction of Yorba Linda, California. The contract provided for the reconstruction of a concrete walkway in each direction of both Grand Canal and South Bay Front corners and the installation of a 6 -inch drainage line under the new concrete walkway from South Bay Front to the first alley northerly, to help drain the walkways. The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: $49,942 Actual amount of bid items constructed: 49,732 Total amount of change orders: 3,896 Final contract cost: $53,628 The final overall construction cost including change orders was 7.8 percent over the original bid amount. One change order in the amount of $3,896 provided for the removal of existing compacted grout under the existing on both Big and Little Islands and a seawall patch on Big Island. 0 0 SUBJECT: 1999 -2000 Balboa Island Bayfront Repairs, Contract No. 3303 - Completion And Acceptance January 9, 2001 Page 2 Funds for the project were budgeted in the following account: Description Account No. Amount Balboa Island Bayfront Repairs 7231- C51000314 $53,628 All work was completed on November 17, 2000, the scheduled completion date. Respectfully submitted, Cam` PUBLIC WORKS DEPARTMENT Don Webb, Director Lois Thompson Administrative Coordinator RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk MOO' Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 "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 SRD Construction of Yorba Linda, California, as Contractor, entered into a Contract on May 23, 2000. Said Contract set forth certain improvements, as follows: 1999 -2000 Balboa Island Bayfront Repairs, C -3303 Work on said Contract was completed on November 17, 2000, and was found to be acceptable on January 9, 2001, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Washington International Insurance Company. City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on 0uarcl at Newport Beach, California. BY UF>tmt ..N2rdnll� City Clerk a&W�p, 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 11:00 a.m. on the 4th day of May, 2000 at which time such bids shall be opened and read for 1999 - 2000 BALBOA ISLAND BAYFRONT REPAIRS Title of Project Contract No. 3303 $65,000 Engineer's Estimate Approved A(,� by -:L Don Webb Public Works Director Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, P. O. Box 1768, Newport Beach, CA 92658 -8915. For further information, call Fona Tse. Project Manager at (949) 644 -3340. PAGE 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1999 - 2000 BALBOA ISLAND BAYFRONT REPAIRS CONTRACT NO. 3303 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 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. E 0 PAGE 2 The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. �jyy Z3 3 A Contractor's License No. & Classification Bidder S ^� CON�TR�LTIQ� Authorized Signature/Title rj- `�-Z000 Date ,+ • • BOND# 26 -B PREMIUM -NIL PAGE 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1999 - 2000 BALBOA ISLAND BAYFRONT REPAIRS CONTRACT NO. 3303 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of TEN PERCENT OF AMOUNT BID Dollars ($ 107 ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of 1999 - 2000 BALBOA ISLAND BAYFRONT REPAIRS, Contract No. 3303 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 3RD day of MAY 200Q SRD CONSTRUCTION Name of Contractor (Principal) WASHINGTON INTERNATIONAL INSURANCE COMPANY Name of Surety 300 PARK BLVD., SUITE 500 ITASCA, IL 60143 -2625 Address of Surety (800) 338 -0753 Telephone Authorized Signatureffitle Authorized Agent Signature DIANA LASKOWSKI / ATTORNEY -IN -FACT Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF ORANGE On 05 -03 -2000 before me, LEXIE SHERWOOD - NOTARY PUBLIC personally appeared _ known to me to be th, within instrument and same in her authorized instrument the person person acted, executed DIANA LASKOWSKI personally person whose name is subscribed to the acknowledged to me that she executed the capacity, and that by her signature on the or the entity upon behalf of which the the instrument. WITNES my hand and official seal. V Lexie Sherwood 3 Comm. #1148920 Q ' NOTARY PU3LIC CALIFORNIA0 ORANGE COUNTY gn y re of 14 t ry Public Comm. Exp July 27 2001 4 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. DESCRIPTION OF ATTACHED DOCUMENT BID BOND TITLE OR TYPE OF DOCObMNT DATE OF DOCUA&WT 05 -03 -2000 CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLES ❑ PARTNER(S) ❑ OTHER: ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) SIGNER IS REPRESENTING: WASHINGTON INTERNATIONAL INSURANCE COMPANY NAME OF PERSON(S) OR ENTITY(S) • WASHINGTON INTERNATIONAL INSURANCE COMPANY POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: That the Washington International Insurance Company, a corporation organized and existing under the laws of the State of Arizona, and having its principal office in the Village of Itasca, Illinois does hereby constitute and appoint KAREN CHANDLER, RICHARD A. COON, DAVID L. CULBERTSON, LINDA L. CULBERTSON, CHARLES L. FLAKE DIANA LASKOWSKI AND LEXIE SHERWOOD EACH IN THEIR SEPARATE CAPACITY Its true and lawful attorney(s) -in -fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required, or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said Washington International Insurance Company as fully and amply, to all intents and purposes, as if the same has been duly executed and acknowledged by its President and /or its principal officers. This Power of Attorney shall be limited in amount to $7,500,000.00 for any single obligation. This Power of Attorney is issued pursuant to authority granted by the resolutions of the Board of Directors adopted March 22, 1978, July 3, 1980 and October 21, 1986 which read, in part, as follows: 1 The Chairman of the Board, President, Vice President, Assistant Secretary, Treasurer and Secretary may designate Attorneys -in -Fact, and authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds, and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and to appoint Special Attomeys -in -Fact, who are hereby authorized to certify copies of any power -of- attorney issued in pursuant to this section and /or any of the By -Laws of the Company, and to remove, at any time, any such Attorney -in -Fact or Special Attorney -in -Fact and revoke the authority given him. 2. The signatures of the Chairman of the Board, the President, Vice President, Assistant Secretary, Treasurer and Secretary, and the corporate seal of the Company, may be affixed to any Power of Attorney, certificate, bond or undertaking relating thereto, by facsimile. Any such Power of Attorney, certificate bond or undertaking bearing such facsimile signature or facsimile seal affixed in the ordinary course of business shall be valid and binding upon the Company. ilamur:u,. IN T€S�'40FI`Y•; f}�EOF, the Washington International Insurance Company has caused this instrument to be signed and its corporate seal to:p °e;�fffxedb'yils i{ttydrjzed officer, this 29tjNove 1999. ERNAT ONAL INSURANCE COMPANY , Senior Vice-President STAT�''011 ,l , 1CJIS��``: COUNTY OF DUPAGE) On this 29th day of November, 1999, before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly swom, said that he is the therein described and authorized officer of the Washington International Insurance Company; that the seal affixed to said instrument is the Corporate Seal of said Company; IN EREOR. unto set my hand and affixed my Official Seal, the day and year first above written. OFFICIAL SEAR YASMIN A PATEL NOTARY pllaLIC, STATE OF ILLINOIS Yas A. Patel, Notary Public My COMMSSION EXnFiES:05118102 ----------- .5 My Commission Expires August 18, 2002 CE CA E* STATE OF ILLINOIS) COUNTY OF DUPAGE) I, the undersigned, Vice- President of WASHINGTON INTERNATIONAL INSURANCE COMPANY, an ARIZONA Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked, and furthermore that Article 111, Section 5 of the By -Laws of the Corporation, and the Resolution of the Board of Directors, set forth in the Power of Attorney, are now in force. Signed and sealed in the County of Dupage. Dated the 3RD day of MAY , 2000 . Jame rpenter ice- President • • Recording Requested By and When Recorded Mail to: SCOTT DENTON 5141 West Knoll Yorba Linda, CA 92686 Space above this line for Recorder's use. SPECIAL POWER OF ATTORNEY KNOW ALL MEN by these presents, that I, DEBORAH DENTON dba SRD CONSTRUCTION, residing at 5141 West Knoll, City of Yorba Linda, County of Orange, State of California, do hereby nominate, constitute and appoint SCOTT DENTON residing at 5141 West Knoll, City of Yorba Linda, County of Orange, State of California, my true and lawful attorney in fact, for me in my name, place and stead, and for my use and benefit: a. To act for me in my individual capacity, and in my capacity as the sole proprietor and owner of SRD CONSTRUCTION to sign for me and for SRD CONSTRUCTION upon any and all bids, proposals, contracts or any other documents of whatever description in regard to any work or jobs bid upon by, or awarded to, SRD CONSTRUCTION. b. In connection with such documents, my attorney in fact shall, without limitation, and at his discretion, enter into and sign on my behalf and on behalf of SRD CONSTRUCTION as relating to any work, and shall indorse, acknowledge, deliver, convey and do such other acts of whatever kind and nature as may be necessary or proper in the exercise of the rights and powers granted herein. I grant to my attorney in fact full power and authority to do and perform all and every act and thing whatsoever requisite, necessary and proper to be done in the exercise of any of the rights and powers herein granted, as fully to all intents and purposes as I might or could do if personally present, with full power of substitution or revocation, hereby ratifying and confirming all that my attorney in fact, or his substitute or substitutes, shall lawfully do or cause to be done by virtue of this power of attorney and the rights and powers herein granted. n Ll This power of attorney shall not be affected by my subsequent incapacity. 4. The rights, powers, and authorities of my attorney in fact to exercise any and all of the rights and powers herein granted shall commence and be in full force and effect on the date I have signed my name hereto as indicated below and shall remain in full force and effect thereafter until revoked in writing. IN WITNESS WHEREOF, I have hereunto signed my name this e2�'" day of '^" " , 2000. DEBORAH DENTON STATE OF CALIFORNIA ) )ss. COUNTY OF ORANGE ) On-Wh , ' 2000, before me, %j1l�N q B (f rn rj± personally appeared ,1 P h rci h QPn to r� -J , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity and that by her signature on the instrument the person or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. F:\MB1,MRD.PW RATTNY.SPECIAL NANCYBEMENT� Commission N 1212978 i Notary Public - Colifomio Orange County My CrYn(TI. Expires Marla 2 M LIM, i • • PAGE 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1999 - 2000 BALBOA ISLAND BAYFRONT REPAIRS CONTRACT NO. 3303 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. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. Bidder Subcontract Work (Soti 5T h J CT / a-J Subcontractor Address Authorized Signature/Title 61 F�G41 PAGE 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1999 - 2000 BALBOA ISLAND BAYFRONT REPAIRS CONTRACT NO. 3303 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 Completed oo.,, Project Name /Agency C ZJEs-pG G"VI 1Co Person To Contact Telephone Number O p pw + Z ntc- .al C/ r_ �...J� - Z 7L% 838 3 IS4g C,_'C OG Ati.4Mb..... DAJ..) 6j,5,A r99 /14 LIZ.-715 S�� �i.]•IyTGJ GT�.1J �� � C- ..�6�a1 �4..���'� Bidder Authorized Signature/Title PAGE 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1999 - 2000 BALBOA ISLAND BAYFRONT REPAIRS CONTRACT NO. 3303 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of Cgs) CC �X — being first du} wom, deposes and says that he or she is cJ < 4 +�^� of S l _O� 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. �\ Bidder Authorized Signature/Title i Subscribed and sworn to before me this day of W04 o2a)D _ NANCY BEMENT �C/� _ Commissionii l [SEA Notary Public - Califomia j Orange County 7 My Comm. Epees Mar 13.2f 03 No PuW � My Commission Expires: j -1 o3 0 0 PAGE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1999 — 2000 BALBOA ISLAND BAYFRONT REPAIRS CONTRACT NO. 3303 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. 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. • • PAGE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1999 - 2000 BALBOA ISLAND BAYFRONT REPAIRS CONTRACT NO. 3303 CONTRACT THIS AGREEMENT, entered into this 23rd day of May, 2000, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and SRD Construction, hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: 1999 - 2000 BALBOA ISLAND BAYFRONT REPAIRS Project Description 3303 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. 3303, Standard Specifications for Public Works Construction (current adopted edition and all supplements) and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents'). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. B. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: All of the work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 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 forty-nine thousand, nine hundred forty- two and 001100 Dollars ($49,942.00). 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 SRD CONSTRUCTION City of Newport Beach 18200 Yorba Linda Blvd. Public Works Department Suite 100 3300 Newport Boulevard Yorba Linda, CA 92886 Newport Beach, CA 92663 (714)572 -3660 Attention: Fong Tse (949) 644 -3340 F. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this Contract, hereby certifies: "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self - insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. Contractor shall furnish City with certificates of insurance and with original endorsements effecting coverage required by this Contract. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that 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 rights of subrogation against City, its officers, officials, employees and volunteers for losses arising from work performed by Contractor for City. c) All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. 5. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract PAGE 12 amount provided that the Work damaged is built in accordance with the plans and specifications. 6. Right to Stop Work for Non - Compliance City shall have the right to offer the Contractor to stop Work under this Agreement and /or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. H. RESPONSIBILITY FOR DAMAGES OR INJURY City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the sole or active negligence or willful misconduct of City, its officers or employees. 4. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 5. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in H.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 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 �n'q fire# umiffcn �hnvc CITY CLERK CITY OF NEWPPRT BEACH A Municipal Co oration M QED AS TO FORM: SRD CONSTRUCTION �G� - By: EY Authorized Signature and Title dA,- Ar7,C—< SRDCON .ACORD, CERTIFICAT F INSURANCE GATE (MM)DD 05/26/0/0 0 LODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION .rmstrong /Robitaille Bus &InsSv ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 80 Lan Drive, Suite 100 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR g sdorf ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 0 BOX 34009 COMPANIES AFFORDING COVERAGE 'ullerton, CA 92834 -9409 - 14 -578 -7016 FAX 714- 626 -7514 COMPANY ACredit General Insurance Co. SURED Deborah Denton DBA: COMPANY BSafeco Insurance Company of America SRD Construction 18200 Yorba Linda Blvd. #100 COMPANY CState Compensation Ins Fund Yorba Linda, CA 92886 COMPANY DGeneral Security Insurance Co. OVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. O POLICY EFFECTIVE I POLICY EXPIRATION 1 Tt TYPE OF INSURANCE POLICY NUMBER DATE (MMIDDl ) 1 DATE (MMIDDIYY) I LIMITS �i GENERAL LIABILITY AAB100162100 104/15 /00'04 /15/02 j GENERAL AGGREGATE 1821 OD0J 000_ X COMMERCIAL GENERAL LIABILITY .I I PRODUCTS- COMPIOP AGO s2,000, 000 ,LI CLAIMS MADE . Xj OCCUR PERSONAL B A_DV INJURY_ _ _ .$1, 0.0 0 , 0 0.0 �X OWNER'S d CONTRACTORS PROT 1 I EACH OCCURRENCE $1� 0 0 0, 0.0 0. XiPer PYO] - Aaar. FIRE DAMAGE (Ayonefire) S100 OOO — - MED EXP (Any one Person) s5 , 000 3 ,AUTOMOBILELIABILITY BA8155900C 04/15/00 104/15/01 X COMBINED SINGLE LIMIT $ 1, 000, 000 ANYAUTO ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ (Per accitleM) X NON -OWNED AUTOS PROPERTY DAMAGE :$ I GARAGE LIABILITY AUTO ONLY -EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY_ 1 EACH ACCIDENT 8 AGGREGATE 1$ D EXCESS UABWTY UM2007432 04/15 /00104 /15 /011EACHOCCURRENCE_ _,$1L0.0.0i000_ i XA UMBRELLA FORM .AG_GREGATE _ Sl, 0001 000 r I OTHER THAN UMBRELLA FORM I .S WORKERS COMPENSATION AND 46861700 01/01/00 01/01/01 X I STATUTORY LIMITS EMPLOYERS' LIABILITY _EACHACCIDENT ;$101 000 _ THE PROPRIETOR/ )NCL ! (_ DISEASE-POLICY LIMIT $ 000 '00 0 1 0 -- PARTNERSIEXECUTIVE ' '-- ! IOFFICERS ARE YiEXCL' -$1 - DISEASE - EACH EM PLOYEE •$1 000,000 OTHER i I I IESCRIPTION OF OPERATIONSILOCATIONSNEHICLESISPECIAL ITEMS 30 DAY NOTICE OF CANCELLATION EXCEPT 10 DAYS FOR NONPAYMENT OF PREMIUM RE: 1999 -2000 Balboa Island Bayfront Repairs, Contract No. 3303 (See Attached Schedule.) : ERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Newport Beach EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDffEX(ZXQ6DUX Public Words Department 3n DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 3300 Newport Blvd. xitcs[ acos�wxao3snL�€ zLwst�seaoa�artevSSCBmDayGrmodKOBnr ¢ucw�;.xx Newport Beach, CA 92658 -8915 >�cav�xswaaaocaaw RCnaeroLmxixxoeaaaaotee�aeaxxxx AUTHORIZED REPRETS TATIVE .% / ACORD25- S(3193)l Of 2 #S108628/M105197 -�� Lv MSA Q ACORD CORPORATION 1993 to ✓olunteers are named Liability. Separation Phis insurance is pri insureds shall be exc waiver of subrogation 252 (3193)2 of DESCFW 10 is officers, additional i of Insureds mary and an ess and nonc applies to NS (Continued from agents, officials, en nsureds as respects g applies. y insurance available ontributing. Workers' Compensation. 1.) eneral and auto to the additional POLICY NUMBER: AA9100162100 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEESS 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;Public Works Department 3300 Newport Blvd. Newport Beach, CA 92658 -8915 {If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.} WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. 30 DAY NOTICE OF CANCELLATION EXCEPT 10 DAYS FOR NONPAYMENT OF PREMIUM RE: 1999 -2000 Balboa Island Bayfront Repairs, Contract No. 3303:Certificate holder, its officers, agents, officials, employees and volunteers are named additional insureds as respects general liability. This insurance is primary and any insurance available to the additional insureds shall be excess and noncontributing. Separation of Insureds applies. CG 20 10 11 85 Policy Number: BA81559000 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SCHEDULE Name of Person or Organization (Additional Insured): City of Newport Beach, its officers, agents, officials, employees and volunteers 3300 Newport Blvd. Newport Beach, CA 93658 -8915 RE: 1999-2000 Balboa Island Bayfront Repairs, Contract No. 3 303 Who is an insured, Section 11 - Liability Coverage, is amended to include as an "Insured" the persons or organization shown in the schedule, but only with respect to liability arising out of an auto accident and occuring while operations are being performed for them by the "insured" and occuring while a covered Auto is being driven by the "insured" or one of the "insured" employees. COVERED AUTOS (Section I) is amended, but only as respects the persons or organization shown in the schedule, to symbol 2 = OWNED AUTOS ONLY. Coverage provided by this endorsement applies only to the Liability Coverage. However, this endorsement does not extend coverage to the "insured" for any bodily injury to the "Insured" employees, nor for property damage to the "insured" property. All other terms and conditions of the policy remain unchanged. "Phis insurance is primary and any insurance available to the additional insured shall be excess and non - contributing. IL8500 12/87 MAY -31-2000 WED 11 :24 AM FAX NO. • P. 02/07 (:SCAL-SURANCE CERTIFICATE OF INSURANCE CHECKLIST CITY OF NEWPORT BEACH THIS CHECKLIST IS COMPRISED OF REQUIREMENTS AS OUTLINED ABY THE CITY OF NEWPORT BEACH. DATE RECEIVED: DEPARTMENT /CONfACf RECEIVED FROM: s W MA OYa DATE COMPLETED:- DO ___ SENT BY 6Ft I cVW3 COMPANYIPERSON REQUIRED TO HAVE CERTIFICATE:_ SRI) t4W ST2W71M GENERAL LIABILITY: A. INSURANCE COMPANY:_.d Gf_A1�/LRL B. AM BEST RATING (A VII or greater): ��Jlf_ C. ADMITTED COMPANY. ( Must be California Admitted) Is company admitted to California? Yes ✓ No_ D. LIMITS: (Must be $L000,000 or ;realer) What is limit provided? E. PRODUCTS AND COMPLETED OPERATIONS: (Must Include) Is t included? Yes No_ F. ADDITIONAL )NSURDED WORDING TO INCLUDE: ( The City its officers, agents, officials, employees and volunteers). Is it included'.' Yes ✓ No G. PRIMARY AND NON CONTRIBUTORY WORDING: (Must be included) Is it included? Yes No_ H. CAUTION! (Confirm that loss or liability of the Named insured is not limited solely by their negligence.) Does endorsement include -'solely by negligence" wording? Yes Nom 1. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation b} certified mail: per Lauren Farlev the City will accept the endeavor wording. 1I. AUTOMOBILE LIABILITY: A. INSURANCE COMPANY: MFEW 1AWWRAICE !'DkfDfl Y __AA1,jW(C.R B. AM BEST RATING (A VII or greater): *P: xy C. ADMITTED COMPANY: (MUST BE CALIFORNIA ADMITTED) Is company admitted'? Yes ✓ No D. LIMITS: ( Must be $1.000,000 minimum BT & PD wid $500,000 UM) What is limits provided? ju—A m E. ADDITIONAL INSURED WORDING TO INCLUDE: (The City its officers .agents. offrcials,pnioloycos and I volunteers). Is it included? Yes ✓ No i F. PRIMARY AND NON CONTRIBUTORY WORDING: (Must be included). Is it included'? Y No G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notificatio f cancpja on by certified mail; per Lauren Farley the City will accept the endeavor wording. DL WORKERS COMPENSATION: A. INSURANCE COMPANY: $z A4�EAl6i1`IIGAI `'� ! 7 B. AM BEST RATING (A VII or greater)_} XI t = C. LIMITS: Statutory •' 'rs I D. WAVIER OF SUBROGATION: (To include). Is it included? Yes( r., a 0 HAVE ALL, ABOVE REQUIREMENTS BEEN MET? Yes N IF NO, WATCH ITEMS NEED TO BE COMPLETED ?__1,4�� LCfPT _ RArD Gtv_' _ i;ARR1 ate 8�lH_ W__f j. Pll AK. _ 0 PR 1 of 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL 1999 -2000 BALBOA ISLAND BAYFRONT REPAIRS CONTRACT NO. 3303 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P. O. Box 1768 Newport Beach, California 92663 -8915 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 3303 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 1. Lump Sum Mobilization OBE t�+�D:.cJ Dollars and Cents Per Lump Sum 2. Lump Sum Traffic C—o-n+t�rol Dn F_ , e�OQSA F -�Ok @ V ­b _o 47, FT r Dollars and PI]l Z3 Cents Per Lump Sum $ 2` loo •00 3. 4,250 S.F. Reconstruct Minimum 4" Thick PCC Sidewalk @ �'� `T Dollars and g.t� Cents $ Per Square Foot 01,4) • L FIR 2of2 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 230 L. F. Furnish and Install 6" PVC Pipe Dollars and Cents $ �o $ �1 Per Linear Foot 5. 2 Each Furnish' and Install Area Drain @5,x occo 5 "Ti Dollars and Cents $ 66o'03 Per Each 6. 4 Each Adjust Existing Electrical Pull Box and Cover to Finished Grade Dollars and °, °.oJ ^� Cents Per Each TOTAL PRICE IN WRITTEN WORDS 1 —ol.—i - IV •ate IKa,s nw9 and r�jo Cents S— 5 — 2000 Date 572-3660 SiZ-65/ r7 Bidder's Telephone and Fax Numbers 682_33 A Bidder's License No(s). and Classification(s) Q' "4 ^u"D�SD`' {' A Dollars $ X91 982.00 ( /Total Price (Figures) �Q� �u"•STL- ACT {J.J BidderC �— J� Bidder's Authorized Signature and Title /Szoa -�oaga I..INDA l7c -JA. ��,:E �uo Bidder's Address Y0R34 C,�on { C4 9Z6&6 0 4 -1 PUBLIC WORKS DEPARTMENT 4 -1.3 INDEX 4 -1.3.4 FOR SECTION 6 SPECIAL PROVISIONS 1999 -2000 BALBOA ISLAND BAYFRONT REPAIRS 6 -1 CONTRACT NO. 3303 INTRODUCTION 6 -7 PART 1 - -- GENERAL PROVISIONS 6 -7.1 INTRODUCTION SECTION 2 SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE SECTION 3 CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 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 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6 -7 TIME OF COMPLETION 6 -7.1 General 6 -7.2 Working Days 6 -7.4 Working Hours SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 7 -8 PROJECT SITE MAINTENANCE 1 1 1 it 1 1 1 2 2 2 2 2 FA 3 3 3 3 3 3 0 7 -8.5 Temporary Light, Power and Water 3 7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS 3 7 -10 PUBLIC CONVENIENCE AND SAFETY 4 7 -10.1 Traffic and Access 4 7 -10.2 Storage of Equipment and Material in Public Streets 4 7 -10.3 Street Closures, Detours, Barricades 4 7 -10.4 Public Safety 5 7- 10.4.1 Safety Orders 5 7 -10.5 "No Parking" Signs 5 7 -10.6 Street Sweeping Signs 5 7 -10.7 Notices to Residents 5 7 -15 CONTRACTOR'S LICENSES 6 7 -16 CONTRACTOR'S RECORDS /AS -BUILT DRAWINGS 6 SECTION 9 MEASUREMENT AND PAYMENT 6 9 -3 PAYMENT 6 9 -3.1 General 6 PART 2 - -- CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 7 201 -1 PORTLAND CEMENT CONCRETE 7 201 -1.1 Requirements 7 201 -1.1.1 General 7 SECTION 203 AREA DRAINS 7 215 -1 GENERAL 7 PART 3--- CONSTRUCTION METHODS SECTION 300 EARTHWORK 8 300 -1 CLEARING AND GRUBBING 8 300 -1.3 Removal and Disposal of Materials 8 300 -1.3.1 General 8 300 -1.3.2 Requirements 8 0 0 SECTION 306 UNDERGROUND CONDUIT CONSTRUCTION 306 -9 UNDERGROUND UTILITIES 8 306 -9.1 General 8 �1�.T�7i3 REFERENCE TIDE CHARTS • • SP 1 OF 8 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT W No.56980 SPECIAL PROVISIONS Exp,.L, Z r e 21-1-3 _ CONTRACT NO. 3303 INTRODUCTION All work necessary for the completion of this contract shall be done in accord with (1) Plan No. R- 5753 -S; (2) these Special Provisions; (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 Work Area Traffic Control Handbook, (1996 Edition). 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., 1612 South Clementine Street, Anaheim, California, 92802, telephone (714) 517 -0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: 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: distribute construction notices to nearby residents; remove and dispose of existing PCC walkways; construct walkway drains; backfill and compact native sand bedding; reconstruct P.C.C. sidewalk; adjust existing street light pull box and cover to finished grade; restore existing improvements damaged by the work; and complete other incidental items of work." 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: 0 • SP2O1`8 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 as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, 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." 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 retests due to deficient work shall be paid for by the Contractor. 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 five (5) working days prior to commencing any work. Schedule may be bar chart or CPM style. The Contractor shall schedule and conduct his work in such a manner as to minimize the inconvenience to the public. He shall also connect the new walkway drains to the existing alley end storm drains during low tide (see attached reference tide charts). Included within the specified period is the curing time required for P.C.C. improvements and the restoration of existing improvements impacted by the work." • SP3OF8 The Engineer will review the schedule and may require the Contractor to reschedule the work 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 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 stoppage of work shall in no way relieve the Contractor from his overall time of completion requirement, nor shall it be construed as the basis for payment of extra work/cost because additional men and equipment were required on the job. 6 -7 TIME OF COMPLETION. 6 -7.1 General. Add to this section "The Contractor shall complete all work at each work site within eight (8) consecutive working days. All contract work shall be completed within twenty (20) consecutive working days from the date of the "Notice To Proceed ". Due to the large number of visitors expected around the work sites during the summer months, no work shall begin before Labor Day, September 4, 2000. It will be the Contractor's responsibility to ensure the availability of all material prior to the start of work." 6 -7.2 Working Days. Revise 3) to read "any City holiday, defined as January 1st, the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday in November (Thanksgiving), and December 25th (Christmas). If a Holiday falls on a Sunday, the following Monday is a holiday." 6 -7.4 Working Hours. The working hours for construction are from 8:00 AM to 4:30 PM. Monday through Friday. No work shall be performed on weekends. SECTION 7--- RESPONSIBILITIES OF THE CONTRACTOR 7 -8 PROJECT SITE MAINTENANCE. 7 -8.5 Temporary Light, Power and Water. Add to this section "If the Contractor elects to use City water for the work, he shall arrange for a meter and tender a $1,500 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. The City does not have any electrical power hook -up points in close proximity to the Work. The Contractor shall make arrangements for the utilities that he will need for completing the work." 7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. Replace the first sentence of the second paragraph with, "The Contractor shall repair, restore, or reconstruct all existing public and private improvements disturbed or damaged by the Work which are not designated for removal. Such restoration work may include, but not limited to, private utility lines under the existing sidewalk between the property line and • SP4OF8 the bulkhead, mail boxes, turf, plants and planters, shrubs, electrical components, fences, brick and brick pavers, concrete, painting of various surfaces, ornaments and other decorative items, property corners, etc." Add to this Section, 'The Contractor is advised to keep photographic records of the existing work site condition prior to the start of any construction work." 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 the Standard Specifications and WATCH. Such traffic control shall also include the use of barricades and signage to detour pedestrians around the work sites continuously until the work is ready for public use." 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials, tools, and /or equipment shall not be stored on streets, parkway, or sidewalk areas." 7 -10.3 Street Closures, Detours and Barricades. Add to this section 'The Contractor shall prepare a traffic control /pedestrian detour plan (Plan) in accordance with the Standard Specifications and WATCH. The Contractor will be responsible for processing and obtaining approval of the Plan from the Engineer. Such Plan shall have included the following items: 1. No sidewalk shall be closed during weekends or holiday(s). 2. The sidewalk may be closed continuously only during concrete curing operations. 3. The Contractor shall ramp each end of the work site whenever the sidewalk is open and a "step- down" condition exists between the removed sidewalk and the existing sidewalk. 4. The existing sidewalk to be reconstructed under this Contract is on a scenic route used by a significant number of residents and visitors during daylight hours. 5. The Contractor shall detour all pedestrians to use the alley ends and street ends adjacent to the project limits while the sidewalk is closed. 6. The Contractor shall barricade the existing bulkhead adjacent to the work so as to discourage the public from walking on top of the bulkhead to bypass the pedestrian detour barricades. 7. The Contractor shall provide continuous access for the occupants of the adjacent properties to reach their private docks. 8. All pedestrian detour barricades used during the hours of darkness shall be either lighted or be equipped with battery powered operational flashing beacons." • • SP5OF8 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 the safety of all persons and property during the performance of the work. The Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and the workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." 7 -10.5 "No Parking" Signs. In order to reserve the necessary work space at the adjacent street ends that the Contractor may wish to use during working hours, 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, Parking Control 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 -10.6 Street Sweeping Signs. After posting "NO PARKING - TOW AWAY" signs, the Contractor shall cover street sweeping signs, on those streets adjacent to construction, with a "PERMIT PARKING ONLY" sign, in a manner approved by the Engineer. Immediately after construction is complete and the street is opened to traffic, the Contractor shall uncover the street sweeping signs. 7 -10.7 Notices to Residents. Forty -eight (48) hours before the start of any construction, the Contractor shall distribute to the adjacent residents a written notice stating when construction operations will start and when the construction will be completed. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates and times when the notices are distributed. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re- distribute using an explanatory letter furnished by the Engineer. 7 -15 CONTRACTOR'S LICENSES. At the time of Award and until completion of work, the Contractor shall possess a General Engineering Contractor "A" License. From the start and until the completion of work, the Contractor and each sub - contractor shall possess a valid Business License issued by the City of Newport Beach. 0 0 SP6OF8 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be at the job site at all times. In addition, the Contractor shall maintain a "As- Built" Work Schedule as the job progresses. A separate Work Schedule shall be maintained for this purpose. This Work Schedule shall be up -to -date and so certified by the Engineer at the time each progress payment request is submitted. 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 Proposal shall include full compensation for furnishing the labor, materials, tools, equipment, and doing all the work required 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: Item No. 1 Mobilization: Work under this Item shall include all preparation and scheduling of materials and equipment necessary to complete the Work. Item No. 2 Traffic Control: Work under this Item shall include providing the required traffic control including, but not limited to, preparation of traffic control plans, temporary installation of traffic control devices, flagpersons, distribution of notices to nearby residents, and all other work necessary to comply with the WATCH and the City of Newport Beach requirements. Item No. 3 Reconstruct Minimum 4" Thick P.C.C. Sidewalk: Work under this Item shall include the costs of all labor, materials, and equipment for sawcuts, removals, disposal, native sand bedding and backfill (or extra thick concrete section), compaction, and to complete all other work items as required to complete the Work in place. Item No. 4 Furnish and Install 6" PVC Pipe: Work under this Item shall include the costs of all labor, materials, and equipment for trench excavations, removals, shoring, storm drain pipe, pipe sleeves and elbows, backfill, backfill compaction, disposal, connections, and to complete all other work items as required to complete the Work in place. • • SP7OF8 Item No. 5 Furnish and Install Area Drain: Work under this Item shall include the costs of all labor, materials, and equipment for removals, disposal, area drain, pipe sleeves and elbows, drain /pipe connection, backfill, backfill compaction, flow tests, and to complete all other work items as required to complete the Work in place. Item No. 6 Adjust Existing Electrical Pull Box and Cover to Finished Grade: Work under this Item shall include the cost of reconnecting the existing street light wirings within the pull boxes and all other items as required to complete the Work in place. PART 2 CONSTRUCTION MATERIALS SECTION 201 - -- CONCRETE, MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1 Requirements 201 -1.1.1 General Add to this Section, "All portland cement concrete used on the work shall be 560 -C -3250. However, to expedite concrete curing, the Contractor may use a quick -cure type of concrete with a mix design as follows: Slump: 3" to 4" Aggregates: 1" maximum W/C ratio: 0.40 Sack content: 7.50 Cement: 700 pounds per cubic yard Fly Ash: None Sand: 1,365 pounds per cubic yard Water: 34.0 gallons per cubic yard Entrapped air: 1.25% Admixture WRDA 79: 35 ounces per cubic yard" SECTION 215 -- -AREA DRAINS 215 -1 General All area drains installed for this Work shall be of solid brass construction and be similar in dimensions to Alhambra Foundry Company product number A -338 or approved equal. • • SP8O1`8 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 Replace this Section with, "Removed pavement and other unsalvageable material shall become the property of the Contractor and be disposed of at the Contractor's expense in a manner and at a location acceptable to the cognizant agencies. All removal and disposal costs shall be included in the unit price bid for that item of work. Excess native sand not reused for backfill shall be disposed of off -site. No excess sand shall be returned to the beach adjacent to the Work. The Contractor shall either 1) apply for and obtain a no -fee solid waste self -haul permit from the City's Business License office, or 2) subcontract with a private solid waste hauler already permitted to operate within the City. Unless otherwise specified elsewhere in this contract, non - reinforced concrete generated from the job sites shall be disposed of at a facility which crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall not dispose of any interfering private improvements within and /or adjacent to the work limits. All existing private improvements removed or damaged by the Contractor to facilitate the work shall be rebuilt to their condition prior to the work. In case of errant disposal of existing private improvements, the Contractor shall furnish all replacement materials and labor at his own costs to restore the affected improvements. 300 -1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. 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 '/2 inch" of the last sentence with the words "two (2) inches." SECTION 306 - -- UNDERGROUND CONDUIT CONSTRUCTION 306 -9 UNDERGROUND UTILITIES 306 -9.1 General The Contractor shall uncover all existing underground seawall tie -backs and private utilities within the Work limits prior to storm drain installation. The Contractor is advised to keep photographic records of the existing underground seawall tie -backs and private utilities for future reference. I= am am -.n w -- ENIMr. a.7.w� g i —iii • Yr —�r —�Y _ N• is ai a:: ---- EL iii i SL. "5i"14 MHOM Iii ii iaiffl�qiai vl u EAMWINIMINSIMS Y .Y 1 wwiww� Mrim- XI ... -.n w -- ENIMr. a.7.w� g i —iii • Yr —�r —�Y _ N• is ai a:: ---- EL iii i SL. "5i"14 MHOM Iii ii iaiffl�qiai vl u IH IN MM • � ���� aim . —= aau IA, _.m • ��::a _� _:err -E�� _ 99�_v_E9 imam Ell Kw MM am -O MMM ism i.: ::RM-:' • TO: Mayor and Members of the City Council FROM: Public Works Department 0-33,'3 May 23, 2000 CITY COUNCIL AGENDA ITEM NO. 14 SUBJECT: 1999 -2000 BALBOA ISLAND BAYFRONT REPAIRS APPROVED OF CONTRACT NO. 3303 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Declare the bid submitted by the low bidder as non - responsive. 3. Reject the non - responsive bid submitted by the low bidder. 4. Declare the bid submitted by the second low bidder as the responsive low bid. 5. Award Contract No. 3303 to SRD Construction for the Total Bid Price of $49,942.00, and authorize the Mayor and the City Clerk to execute the contract. 6. Establish an amount of $4,900.00 to cover the cost of testing and unforeseen work. DISCUSSION: The bayfront concrete walkways that surround Balboa Island and Little Balboa Island were built over seventy years ago. Since their original construction, the concrete walkways in the vicinity of Grand Canal and South Bay Front have deteriorated and settled to the extent that both Grand Canal and South Bay Front corners routinely experience water ponding during rains (see attached Location Map). This project provides for the reconstruction of a concrete walkway in each direction of both Grand Canal and South Bay Front corners and the installation of a 6 -inch drainage line under the new concrete walkway from South Bay Front to the first alley northerly, thereof, to help drain the walkways. At 11:00 A.M on May 4, 2000, the City Clerk opened and read the following bids for this project: Corrected Bid Amount is $42,929.10 '* Corrected Bid Amount is $57,552.70 BIDDERS Total Bid Amount Low Surfside Restoration & Waterproofing of Huntington Beach $43,155.00 2 SRD Construction of Yorba Linda $49,942.00 3 GCI Construction, Inc. of Costa Mesa $52,510.00 4 Metro Builders & Engineers Group, Ltd. of Newport Beach $57,532.00 5 Peterson -Chase General Engineering Construction of Irvine $57,750.00 6 Cora Constructors of Palm Desert $64,525.00 7 Civil Works Corporation of Long Beach $68,145.00 Corrected Bid Amount is $42,929.10 '* Corrected Bid Amount is $57,552.70 Subject: 1999 -2000 Balboa Island Bayfront Repairs — Award of Contract No. 3303 May 23, 2000 Page: 2 Upon a review of Surfside Restoration's bid documents, staff discovered that Surfside proposes to perform the work under a C- 61/D -06 Limited Specialties- Concrete Related Services contractor's license. The project documents specified the contractor's license to be General Engineering "A ". Staff contacted the Contractors State License Board (CSLB) for a list of work tasks that can be performed by a C- 61/D -06 contractor. According to the information received from CSLB, a C- 61/D -06 contractor is not licensed to perform the concrete reconstruction and storm drain installation work required by this project. Accordingly, staff recommends that Surfside Restoration be declared as non - responsive and award the contract to the second low bidder. SRD Construction. The total bid amount submitted by SRD Construction is 23% below the Engineer's Estimate of $65,000.00. SRD possesses a General Engineering "A" contractor's license and has completed similar concrete repair projects for other Southern California agencies. There are sufficient funds available in the following account for the work: Account Description Balboa Island Bayfront Repairs Account Number Amount 7231 - 051000314 $54,842.00 Total: $54,842.00 z tfully su i PUBLIC WORKS DEPARTMENT Don Webb, Director By: �� Fong Tsi , .E. Project Manager Attachment: Project Location Map Bid Summary F:\ Users \PBW\Shared \COUNCIL \Fy99 -00 \May- 9 \99 -00 Bayfront Repairs 0- 3303.doc WIJIWIW mmlNla Y L N 3 � D LL W � U U > d o s d U L d N C ~ U E d 0 m° ¢` E a � ✓i w m O N O O OU C C @ N > > < H � LL LL Q ©C7 ©R Z 0 o 0 0 0 0 O 0 0 0 0° H Z o = Z O 0 0 0° W J w w �m 0 c - �o CO O ��ioao N Q CL ix W a� 3r. (f) W Y ix M O NM Z 0 < fv4 6N9 L. 604 bi OV ¢ N W O Q v� C O 0 0 a 0 0 0 0 0 0 WIJIWIW mmlNla Y L N 3 � D LL W � U U > d o s d U L d N C ~ U E d 0 m° ¢` E a � ✓i w m O N O O OU C C @ N > > < H � LL LL Q ©C7 ©R � 0 o 0 0 0 0 0 0 0 0 0 0° C Z o o m 0 0 0° c - �o o O ��ioao N l0 O O ,n O O t0 M O NM V 0 < fv4 6N9 N 604 bi u ¢ N W O Q C O 0 0 0 0 0 0 0 0 0 0 0 0 64 U H O O n N O O U Z O O ER � 0 0 x m U, � Or 0 64 n N M >_ h U� 64 64 ;64 F 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Z O O O N O O o Z O N N W N a� u O., 0 a -5 io m Wwo? 2 Q N W 69 O MM n 64 69 O N C 0 0 N 0 0 0 fR O U 000000 0 N j�o ~ O O O O w W 0 M 0 O 0 O m Z ON a Vt lWO N N C 64 O tR 69 U 0 O o - 0 0 O O M O O O 0 c Z O O O m O O x O Z O O n a O o Q O O M 0 0 C O Q fAM W N�6469 WNW ti 69 v 64 0 0 0 0 0 0 O ~ 0 o 0 o 0 O 0 o 0 o 0° o z 000,00 0 0 to O O w F O O n W O O 0 O n °o X64 t0 0 �0 E cn'ZO Z J U Q � � 64 69 k4 0 F 0 0 0 0 0 0 0 0 0 0 0 0 0 0 U Z o O O O O O £ N 0 O 0 O O m I 0 0 0° w '2 Q m Ni W M to N bq 0 W 0 0 t N o o f 00 t ON �i O m 0 0 0 0 0 O c 0 0 0 0 0 0 w F 0 O 0 O 0 N 0 N 0 0 p W � O O .N. 69 NM O °M� W W - o O N u/000� 0 0 0 cOOO W� mC6 a a l0 N N WIJIWIW mmlNla Y L N 3 � D LL W � U U > d o s d U L d N C ~ U E d 0 m° ¢` E a � ✓i w m O N O O OU C C @ N > > < H � LL LL Q ©C7 ©R h Y L � N 3 c 0 N o U U > a o s d U L d N C ~ U as 0m° ¢` E a C U U O C C C m U m m w H d i i Q ©©m©l iI 0 F N N O 0 o 0 o 0 o 0 0 0 0 0 0 0° C o o m 0 0 0° .0 Z Z O O N N O OU� O O t0 M O N _ V t O O N N n m M. N W O Q U 64 s O 0 0 0 0 0 0 3t0'0 O O in 0 aoox 0 0 z 0 0 M m O >_ h U� L6 (4 ;64 64 0000000 0 0 0 0 0 0 Z O O i n O O O .' 0 0 N 0 0 0 m 0 0 1 N W a N j�o W%D C 64 O U 0 0 0 0 0 0 O O M O O O O o o W 0 0 0 x Z O O t a 0 0 O W ti 69 0 0 0 0 0 0 ~ 0 o 0 o 0 O 0 o 0 o 0° o z o 0 0 to O O O w D O O O n O O LO O n n a t0 N N E U Q k4 0 N w 0 0 0 0 0 0 00 0 0 0 0 w '2 X00ODMOOx 0 0 t N o o f 00 t ON E w F 0 O 0 O 0 N 0 N 0 O O O p Z O O N O O O N - o O N u/000� 0 0 0 cOOO W� O a a l0 N N in 64 m o o� a o 0 � o o 0 n o 0 m 0 O O W � 0 o o m x B V h Y L � N 3 c 0 N o U U > a o s d U L d N C ~ U as 0m° ¢` E a C U U O C C C m U m m w H d i i Q ©©m©l iI 0 F N N O 0 • • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 June 26, 2000 GCI Construction, Inc. 245 Fischer Avenue, Suite B -3 Costa Mesa, CA 92626 Gentlemen: Thank you for your courtesy in submitting a bid for the 1999 -2000 Balboa Island Bayfront Repairs Project (Contract No. 3303) 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, r mac.; J LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 June 26, 2000 Civil Works Corp. 2057 Conquista Avenue Long Beach, CA 90815 Gentlemen: Thank you for your courtesy in submitting a bid for the 1999 -2000 Balboa Island Bayfront Repairs Project (Contract No. 3303) 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, ✓"�cJ�' � �Ln-�. %�. �✓2r' /tn�:i. is LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 June 26, 2000 Cora Constructors 43895 Carmel Circle Palm Desert, CA 92260 Gentlemen: Thank you for your courtesy in submitting a bid for the 1999 -2000 Balboa Island Bayfront Repairs Project (Contract No. 3303) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 June 26, 2000 Peterson -Chase 1792 Kaiser Avenue Irvine, CA 92614 -5706 Gentlemen: Thank you for your courtesy in submitting a bid for the 1999 -2000 Balboa Island Bayfront Repairs Project (Contract No. 3303) 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 June 26, 2000 Metro Builders & Engineers Group Ltd. 2610 Avon Street, Suite A Newport Beach, CA 92663 Gentlemen: Thank you for your courtesy in submitting a bid for the 1999 -2000 Balboa Island Bayfront Repairs Project (Contract No. 3303) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 June 26, 2000 Surfside P.O. Box 352 Huntington Beach, CA 92648 Gentlemen: Thank you for your courtesy in submitting a bid for the 1999 -2000 Balboa Island Bayfront Repairs Project (Contract No. 3303) 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