Loading...
HomeMy WebLinkAboutC-3317 - Dover Drive, Westcliff and Dover Shores Street Rehabilitation ProjectJuly 25, 2001 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 Ruiz Engineering Company Attn: Aldo B. Ruiz, Partner 1344 Temple Avenue Long Beach, CA 90804 Subject: Dover Drive, Westcliff and Dover Shores Street Rehabilitation Project (C -3317) Dear Mr. Ruiz: On July 25, 2000, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code and to release the Faithful Performance Bond one year after Council acceptance. The Labor & Materials Bond was released on August 30, 2000. The Surety for the contract is Continental Casualty Company, and the bond number is 929112639. Enclosed is the Faithful Performance Bond. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk LH:lib cc: Public Works Department enclosure 3300 Newport Boulevard, Newport Beach A2.'1 A': ABB ]1 :,;? fRUM RUI. ENGINEERING LD TD 1 ?ioa5e8::5 ➢. A_ ti `' •j EXECUTE&. 4 COUNTERPARTS PAGE 16 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT DOVER DRIVE, WESTCLIFF AND DOVER SHORES STREET REHABILITATION PROJECT CONTRACT NO. 331 BOND NO. 929112639 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ $4,979.00 being at the rate of $ $14.70 AND $9.80 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Ruiz Engineering Company hereinafter designated as the "PrinclpaP, a contract fa construction of DOVER DRIVE, WESTCLIFF AND DOVER SHORES STREET REHABILITATION PROJECT, Contract No. 3317 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. 3397 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract NOW. THEREFORE, we, the Principal, and Ruiz Engineering Company, duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Four Hundred Fifty -Eight Thousand, Eighty Two Dollars and Fifty Cents ($458,082.50), lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum speed 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_ Surely, 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 acoornpanying 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 Cant mct or to the wait 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 1oTHday of FEBRUARY 2000_ RUIZ ENGINEERING COMPANY Name of Contractor (Principal) CONTINENTAL CASUALTY COMPANY Name of Surety 1800 E. IMPERIAL HWY. BREA, CA 92821 Address of Surety (800)262 -8714 Telephone Print Name and Title r . NOTARY ACKNOWLEDGMFI+lTS OF CONTRACTOR ANt? SURM ML/ST BE ATTACHED CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of yj ANeL I ss. On FEBRUARY 10, 2000 before me, M. TREDINNICK, NOTARY PUBLIC Dab Name wd Title of Olfiwr (e.g..'Jw Doe. Notary Pudic) personally appeared MICHAEL A. QUIGLEY Nemew) of Sig xv(s) . fift� M. TREDINMCK Commission # 1213054 ®r eNo :bry Public— Cclitbmia Orange County OF My Comm. Expires Mar 26, 2C ® personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(l) whose name(IQ isb= subscribed to the within instrument and acknowledged to me that helIKOZIMexecuted the same in his /rAM 3kk authorized capacityW, and that by his/JMX%I= signature(iQ on the instrument the person(9o, or the entity upon behalf of which the person(IQ acted, executed the instrument. WITNESS ruy hand and of iicliaT� al. Place Notary seal Abwe sproium d Notary Pucfe OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: Number of Pages: ❑ Individual a Top of thumb here ❑ Corporate Officer — Title(s): ❑ Partner —❑ Limited ❑ General ❑ Attorney in Fad ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: O 1997 National Notary Asscuadm • 9350 De solo Axe., P.O. Box 2402 • Dlwtsw . G 91013-2402 Pme. No. 5907 Raordar. Call To16Fme 14068766!27 POWER OF ATTORNEY APPOINTING INDMDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That CONTINENTAL CASUALTY COMPANY, an Illinois corporation, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, a Connecticut corporation, AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a Pennsylvania corporation (herein collectively called the CCC Surety Companies), are duty organized and existing corporations having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signature and seals herein affixed hereby make, constitute and appoint of Aliso Viejo. Caltfomia their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as lf such instruments were signed by a duly authorized officer of their corporations and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Laws and Resolutions, printed on the reverse hereof, duly adapted, as indicated, by the Boards of Directors of the corporations. In Witness Whereof, the CCC Surety Companies have caused these presents to be signed by their Group Vice President and their corporate seals to be hereto affixed on this 3rd day of August 1 1998 2ti11'�r Q1f' ���'tt`p �' sefVOR+rE � 7 � . e Qe „_�dIP 1091 mxn�•� State of Illinois, County of Cook as CONTINENTAL CASUALTY COMPANY C*A, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA AaY n, Alft* tl6r,41� pot Marvin J. Cashion Group Vice President On this 3rd day of . August , 1998 , before me personally came Marvin J. Cashion, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Chicago, State of Illinois; that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA described in and which executed the above instrument; that he knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. Jo pOTARr vulsuc My Commission Expires March 6, 2000 Mary Jo Abel Notary Public CERTIFICATE I, Mary A. Ribikawskis, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of each corporation printed on the reverse hereof are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seals of the said corporations this 10TH dayof FEBRUARY -- 2000 sue CONTINENTAL CASUALTY COMPANY 21�-Ot >A wf, �"r 0` NATIONAL FIRE INSURANCE COMPANY OF HARTFORD n AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA Z a S Jutr n. o� SEAL r <' poi le9 .e 'r Mary A. Ribikawskis Assistant Secretary (Rev.10 11/97) CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of Gi4L1 Pz5�12WjI4 County of Los Aw& EGE5 No.5W On 2— /g1 -00 before me, .gftt, L�r�'G.DS2 fv�r�i2ti PUd�iG DATE NAMETRLEOFOFFlCER- .I.WE DDE. NOTARY personally appeared & a O 13 o t o(? NAMES) OF SIGNERS) O 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), MARIA KANLILAR^ or the entity upon behalf of which the V Comm XT151723 o person(s) acted, executed the instrument. 0 NOTARY PUBLIC CAUFOANIA i LOS ANGELES COUNTY O Comm EAp. Aug. 16.2001 WITNESS my hand and official seal. SI NATURE OF NOTARY 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 TRLE(S) ❑ PARTNER(S) ❑ LIMRED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIANICONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSONS) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION - 8236 Remmet Ave.. P.O. Box 7184 - Canoga Pak CA 91309-7164 CITY OF NEWPORT BEACH August 30, 2000 OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 Ruiz Engineering Company Attn: Aldo B. Ruiz, Partner 1344 Temple Avenue Long Beach, CA 90804 Subject: Dover Drive, Westcliff and Dover Shores Street Rehabilitation Project (C -3317) To Whom It May Concern: On July 25, 2000, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on July 26, 2000, Reference No. 20000392160. The Surety for the contract is Continental Casualty Company, and the bond number is 929112639. Enclosed is the Labor & Materials Payment Bond. Sincerely, r LaVonne M. Harkless, CMC /AAE City Clerk LH:cf cc: Public Works Department Horst Hlawaty, P.E., Construction Engineer encls. 3300 Newport Boulevard, Newport Beach V `- • Tel ] >3 a4j. J: -$ E•jTED CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IN 5 COUNTERPARTS P. D:: Pie awn 1w this trolls h%hjdad In charge for I Motmance Bond. DOVER DRIVE, WESTCLIFF AND DOVER SHORES STREET REHABILITATION PROJECT CONTRACT NO. 3317 BOND NO. 929112639 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to Ruiz Engineering Company hereinafter designated as the "Principal,' a contract for construction of DOVER DRIVE, WESTCLIFF AND DOVER SHORES STREET REHABILITATION PROJECT, Contract No. 3317 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the offroe of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3317 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We the undersigned Principal, and, Ruiz Engineering Company, duty authorized to transact usiness under the laws of the State of California, as Surety, (referred to herein as 'Surety') are held firmly bound unto the City of Newport Beach, in the sum of Four Hundred Fifty -Eight Thousand, Eighty -Two Dollars and Fifty Cents ($458,082.30), lawful money of the United States of America, said sum being equal to 1000/9 of the estimated amount payable by the City of Newport Beach under the terms of the Contract, for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severalty, firmly by these present THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attomeys fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of Califomia. _ d_ ;0 IOdd ... :3 FROn Pur: ENG:NEEPIHG co .. : ?4x4310_ -3 P.13 : PAGE 15 The Bond shall inure to the benefit of any and all persons, companies, and corporations; entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 at seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no Change, extension of time, alterations or additions to the terms of the Contract or to the work to be petfomted thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its dbtigations under this Bond. IN WITNESS WHEREOF. this Instrument has been duty executed by the above named Principal and Surety. on the 10TH da RUIZ ENGINEERING COMPANY Name of Contractor (Principe)) CONTINENTAL CASUALTY COMPANY Name of Surety 1800 E. IMPERIAL HWY BREA, CA 92821 Address of Surety (800)262 -8714 Telephone MICHAEL A. QUIGLEY, ATTORNEY -IN -FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST 13E ATTACHED CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California 11 ORANGE } ss. County of 1 On FEBRUARY 10, 2000 before me, M. TREDINNICK, NOTARY PUBLIC Date Name and Tllb d olrinr N.g.. wJ Doe, Notary Pud't') personally appeared MICHAEL A. QUIGLEY Names) at sigror(s) M. TREDIN.NICK Commission # 1213054 Nc:ayPuO!ic— Ccli'omia _> Orange County My Comm. Expires Mar 26, 2003 Place Notary seal AW" ® personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(S) whose name(!Q is=K subscribed to the within instrument and acknowledged to me that he/XH executed the same in his/tYAM It1[ authorized capacityMM, and that by hiS/)MXM= signature(lo on the instrument the person(9Q, or the entity upon behalf of which the person(!) acted, executed the instrument. WITNESS y hand an offici I seal. s'wotra M Notary Pudic OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: ❑ Individual • Corporate Officer — Tide(s): • Partner —❑ Limited ❑ General • Attorney in Fact E Trustee Guardian or Conservator Other. Signer Is Representing: Number of Pages: RIGHT THUMBPRINT OF SIGNER IN 01997 Naddui Newry Awodatlen • 9350 Do sob Ave.. P.O. 9oa 2402 • CiudwoM, CA 917712402 Pnd. No. 3907 Redder. Cau To14Fmo 14106676632r POWER OF ATTOEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That CONTINENTAL CASUALTY COMPANY, an Illinois corporation, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, a Connecticut corporation, AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a Pennsylvania corporation (herein collectively oalled'the CCC Surety Companies). are duly organized and existing corporations having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signature and seals herein affixed hereby make, constitute and appoint Michael A. Quigley, James Baldassare, Jr., Individually of Aliso Viejo, California their true and lawful Attomey(s)-in -Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as lf such instruments were signed by a duly authorized officer of their corporations and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Laws and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the corporations. In Witness Whereof, the CCC Surety Companies have caused these presents to be signed by their Group Vice President and their corporate seals to be hereto affixed on this 3rd day of August 1 1996 CONTINENTAL CASUALTY COMPANY 2� nn � NATIONAL FIRE INSURANCE COMPANY OF HARTFORD ou�� A AMERICAN CASUALTY COMPA NY OF READING, PENNSYLVANIA Z MT�11. Marvin J. Cashion Group Vice President State of Illinois, County of Cook, ss: On this 3rd day of August 1998 , before me personally came Marvin J. Cashion, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Chicago, State of Illinois; that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA described in and which executed the above instrument; that he knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. a My Commission Expires March 6, 2DOO CERTIFICATE Mary Jo Abel Notary Public 1, Mary A. Ribikawskis, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of each corporation printed on the reverse hereof are still m force. In testimony whereof 1 have hereunto subscribed my name and affixed the seals of the said corporations this 10TH day of FEBRUARY- , 2000 24��T` � 1MS41P,y� 0�t-�a OJ $FJ1L � 1e91 (Rev.10/1/97) CONTINENTAL CASUALTY COMPANY NATIONAL FIRE INSURANCE COMPANY OF HARTFORD AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA Q--�yh a— Mary A. Ribikawskis Assistant Secretary • CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of L^; agiw&i County of Z&s AW6 <<zr s Nw* W On Z /y—fl before me, /r/$ � r �� %t /t�L , N 2� PU661 � DATE NAME .TnLEOFOFRCER.E.G -tWDOE NOT %7&.H: personally appeared DO S T!V i Z NAME(S) OF SIGNERS) ❑ personally known to me - OR - Ly proved to me on the basis of satisfactory evidence to be the personN whose name(, is /are subscribed to the within instrument and ac- knowledged to me that P_e/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 MARIA K Comm N7151723 51723 A � person(s) acted, executed the instrument. V ' NO LOSVANGELES COUNTY NIAL COMM Eap. Aug. 16. 2001 WITNESS my hand and official seal. i SIGNATUREOFNGTA Y 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 forth. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TmE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAWCONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: MANEOF PERSONS) OR ENTIWOES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION • 8236 Remm t Ave.. P.O. Box 7154 • Canoga Park, CA 91309 -7190 0 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk MOO' Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 0 Recorded in official Records, County of Orange Gary Granville, Clerk- Recorder "11;11' h�Ilii ill„ 11111111;11 " "'hh;llh';'I'll " ", �.0 FEE 20000392160 03,59pm 07126100 114 21 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 "Exempt from reco mg 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 Ruiz Engineering Company of Long Beach, California, as Contractor, entered into a Contract on February 8, 2000. Said Contract set forth certain improvements, as follows: Dover Drive, Westcliff and Dover Shores Street Rehabilitation Project, C -3317 Work on said Contract was completed on April 25, 2000, and was found to be acceptable on July 25, 2000, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is CNA Insurance Company. X37 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 '�u�.f., �(i ..yCCiC at Newport Beach, California. BY d/ � f"r�, n, . / ') � �✓'L. ; Vic. � l L Citv Clerk i .. July 25, 2000 CITY COUNCIL AGENDA APPROVED ITEMNO. TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: DOVER DRIVE, WESTCLIFF AND DOVER SHORES STREET REHABILITATION, CONTRACT NO. 3317 - 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 one year after Council acceptance. DISCUSSION: On February 8, 2000, the City Council authorized the award of Dover Drive, Westcliff and Dover Shores Street Rehabilitation contract to Ruiz Engineering Company of Long Beach, California. The contract provided for the rehabilitation of Dover Drive, Antigua Way, West Wind Way and portions of Santiago Drive and Polaris Drive (see attached location map). The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: $458,082.50 Actual amount of bid items constructed: 359,896.70 Total amount of change orders: 31,270.81 Final contract cost: $391,167.51 The decrease in the amount of actual bid items constructed from the original bid amount resulted from the placement of lower tonnage of asphalt quantities placed when compared to the estimated bid item quantities. The final overall construction cost including change orders was 14.6 percent under the original bid amount. SUBJECT: DOVER DRIVE, WES0FF AND DOVER SHORES STREET REHABILITAW CONTRACT NO. 3317 - COMPLETION AND ACCEPTANCE July 25, 2000 Page 2 A total of three change orders were issued to complete the project. They were as follows: 1. A change order in the amount of $5,000.00 provided for the reconstruction of water valve risers. 2. A change order in the amount of $11,890.00 provided for the replacement of an old, rusted out metal storm drain with a reinforced concrete storm drain. 3. A change order in the amount of $14,380.81 provided for cost adjustment to the contract unit price for the asphalt concrete bid item based on a 48% deduction of asphalt concrete placed, all in compliance with the specifications. Funds for the project were budgeted in the following accounts: Description Account No. Amount Dover Drive Pavement Overlay 7181- C5100537 $386,167.51 Raise Valve Cover to Grade 7502- C5500080 $5,000.00 All work was completed on April 25, 2000, the scheduled completion date. Respectfully submitted, PUBLIC WORKS DEPARTMENT Don Webb, Director By: 14 Horst Hlawaty, P.E. Construction Engineer Attachment: Project Location Map �- LIMITS OF A.C. OVERLAY 9M-LIMITS OF RESURFACING DOVER DRIVE, WESTCLIFF, AND SHORES STREET REHABILITATION DOVER (C -3317) f CITY CLERK CITY OF NEWPORT BEACH NOTICE INVITING BIDS PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658 -8915 until 11:00 a.m. on the 27th day of January 2000, at which time such bids shall be opened and read for DOVER DRIVE, WESTCLIFF AND DOVER SHORES STREET REHABILITATION PROJECT Title of Project Contract No. 3317 $530,000 Engineer's Estimate Approved by 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 FONG TSE, Project Manager at (949) 644 -3311. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT DOVER DRIVE, WESTCLIFF AND DOVER SHORES STREET REHABILITATION PROJECT CONTRACT NO. 3317 TABLE OF CONTENTS NOTICE INVITING BIDS... .................................................................................. ... Cover INSTRUCTIONS TO BIDDERS ........................................................ ..............................1 BIDDER'S BOND ............................................................................... ..............................3 DESIGNATION OF SUBCONTRACTOR( S) ...................................... ..............................4 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................5 NON - COLLUSION AFFIDAVIT .......................................................... ..............................6 NOTICE TO SUCCESSFUL BIDDER ............................................... ..............................7 CONTRACT...................................................................................... ..............................8 LABOR AND MATERIALS BOND .................................................... .............................14 FAITHFUL PERFORMANCE BOND ................................................ .............................16 PROPOSAL................................................................................ ............................... PR -1 SPECIAL PROVISIONS ................................................................. ...........................SP -1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PAGE 7 DOVER DRIVE, WESTCLIFF AND DOVER SHORES STREET REHABILITATION PROJECT CONTRACT NO. 3317 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. y • • 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. 8012 L);6i P— rlJ(,-- cC,A'0Na -ri- LN- ?)5Z38'-�- A. Contractor's License No. & Classification (�y�2 E�i�r>vEC�rN�• CCNPAs�i• Bidder IF :YaN., Date 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PAGE 3 DOVER DRIVE, WESTCLIFF AND DOVER SHORES STREET REHABILITATION PROJECT CONTRACT NO. 3317 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 Dollars ($ ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of DOVER DRIVE, WESTCLIFF AND DOVER SHORES STREET REHABILITATION PROJECT, Contract No. 3317 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 day of , 20_ Name of Contractor (Principal) Name of Surety Address of Surety Telephone Authorized Signature/Title Authorized Agent Signature Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) 4 CNA INSURANCE COMPANIES BID BOND KNOW ALL MEN BY THESE PRESENTS: That we RUIZ ENGINEERING COMPANY , Principal, and CONTINENTAL CASUALTY COMPANY Surety, are held and firmly bound unto CITY OF NEWPORT BEACH in the sum of TEN PERCENT OF THE AMOUNT OF THE ACCOMPANYING BID- Obligee, Dollars (S 10% OF BID - -- f for the payment of which we bind ourselves, our legal representatives, successors and assigns. jointly and severally, firmly by these presents. WHEREAS, Principal has submitted or is about to submit a proposal to Obligee on a contract for ' "DOVER DRIVE - WESTCLIFF b DOVER SHORES STREET REHABILITATION PROJECT" NOW, THEREFORE, if the said contract be awarded to Principal and Principal shall, within such time as may be specified, enter into the contract in writing and give such bond or bonds as may be specified in the bidding or contract documents with surety acceptable to Obligee; or it Principal shall fail to do so, pay to Obligee the damages which Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be void; otherwise to remain in full force and effect. Signed, sealed and dated JANUARY 26, 2000 G- 27054 -A CNA i� All tM CawwN�nY Yom Mite' RUIZ Principal ��.Z CONTINENTAL CASUALT)f COMPANY P 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of ORANGE ss. On JANUARY 26, 2000 before me, M. TREDINNICK, NOTARY PUBLIC Dab Nam and Title of Oriar (e.9- -Ja Doe. Not" Pupc-) personally appeared MICHAEL A. QUIGLEY Narro(slMSigner(s) . +PVtA M, iRt iNtihCK `_ Commission # 121'054 "r .. e �Cu,C(f1iO • y?Agr Omni ge County v Comm. Expires Mor26, 2003 ® personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(N) whose name(tQ is= subscribed to the within instrument and acknowledged to me that he/ttexecuted the same in hisRhain=l[ authorized capacityW, and that by his/XMXW= signature(IQ on the instrument the person(sQ, or the entity upon behalf of which the person(k) acted, executed the instrument. WITNESS my hand and official seal. Ptem Ncbry seal Above 5"p of Notary Pups OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: ❑ Individual ❑ Corporate Officer— Title(s): ❑ Partner —❑ limited ❑ General ❑ Attorney in Fad ❑ Trustee ❑ Guardian or Conservator ❑ Other. Signer Is Representing: Number of Pages: RIGHTT UM9PRIN7 OF SIGNER o O 1997 National Notry Association • 9350 De Soto Ave., P.O. Box 2402 • ChabwortN. CA 91313.2402 Rod. No. 5907 Re~. Cali ToiWm 1-000-5754M7 0 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That CONTINENTAL CASUALTY COMPANY, an Illinois corporation, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, a Connecticut corporation, AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a Pennsylvania corporation (herein collectively called -tile CCC Surety Companies'), are duty organized and existing corporations having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signature and seals herein affixed hereby make, constitute and appoint Michael A. Quigley; James Baldassare, Jr., Individually of Aliso Viejo, California their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as t such instruments were signed by a duly authorized officer of their corporations and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Laws and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the corporations. In Witness Whereof, the CCC Surety Companies have caused these presents to be signed by their Group Vxe President and their corporate seals to be hereto aff ed on this 3rd day of August 1 1996 � . a oU SEAL 1097 State of Illinois, County of Cook, as: CONTINENTAL CASUALTY COMPANY da NATIONAL FIRE INSURANCE COMPANY OF HARTFORD AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA nxL�x, Marvin J. Cashion Group Vice President On this 3rd day of August 1998 , before me personally came Marvin J. Cashion, to me known, who, being by me duly swam, did depose and say: that he resides in the City of Chicago, State of Illinois; that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA described in and which executed the above instrument; that he knows the seals of said corporations; that the seals sffixd to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. 9 My Commission Expires March 6, 20DO CERTIFICATE Mary Jo Abel Notary Public I, Mary A. Ribikawskis, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Pourer of Attomey herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of each corporation printed on the reverse hereof are still in farce. In testimony whereof I have hereunto subscribed my name and affixed the seals of the said corporations this 26TH dayof JANUARY 1 2000 wmsw a CONTINENTAL CASUALTY COMPANY 4sa�' ' NATIONAL FIRE INSURANCE COMPANY OF HARTFORD dhY AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA S� /alTm # 1091 " • �`" Mary A Ribikawskis Assistant Secretary (Rev.10/l/97) euthorizing By -Laws and Resoluas ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article IX--Execution of Documents Section 3. Appoir frnent of Attomey-in -fact The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attomeystin -fad to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instrhmnents of like nature. Such attomeys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind Cie Company by their signature and execution of any such instruments and to attach the seal of to Company thereto. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given to any attomey4n fxt' This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. 'Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company' ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article VI-- Execution of Obligations and AppolnUmmt of Attorney- tn-Fact Section 2. Appointment of Attorney-in-fact The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attomeys -in -fad to ad in behalf of to Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such altomeys-in -fad, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Executive, Senior or Group Vice President may at any time revoke all power and authority previously given to any attomey-in -fact' This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duty called and held on to 17th day of February, 1993. 'Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By-Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company.' ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following Resolution duly adopted on February 17, 1993 by the Board of Directors of the Company. - 'RESOLVED: That the President, an Executive Vice President, or any Senior or Group Vice President of the Corporation may, from time to time appoint, by written certificates, Attorneys -in -Fact to act in behalf of the Corporation in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such Attomey -in -Fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Corporation by their signature and execution of any such insb ument and to attach the seal of the Corporation thereto. The President, an Executive Vice President any Senior or Group Vice President or the Board of Directors may at any time revoke all power and authority previously given to any Atiomey -in -Fact' This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. 'RESOLVED: That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seal of the Corporation may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors on February 17, 1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Corporation may be affxed by facsimile to any certificate of any such power, and any power or certificate bearing such facsimile signature and seat shall be valid and binding on the Corporation. Any such power so executed and sealed and certified by certificate so executed and sealed, shall with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Corporation.' 0 PAGE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT DOVER DRIVE, WESTCLIFF AND DOVER SHORES STREET REHABILITATION PROJECT CONTRACT NO. 3317 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 /7 1. ©Lmw6z Couuol S G. I OV4�J6c . 2. -y/- /(, L A 5 %6uAi 3. 4. 5. 6. 7. 8. 9. 10. Rote ENw1uEEQ. /,U�' CCF1174"y. ✓ Bidder Authori f7dei✓E0 . 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 0 PAGE 5 DOVER DRIVE, WESTCLIFF AND DOVER SHORES STREET REHABILITATION PROJECT CONTRACT NO. 3317 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 Person Telephone To Contact Number Rd�2 `NEiIJrl'Q1�}(,; (cn(74N1 / Bidder A_ uth 4,Wf - tPAP�"fe). 0 City of Long Beach 333 W. Ocean Blvd. KIN Long Beach, CA 90802 Atm: Eng, Dept./ Inspection 562 -570 -6256 Bill Gill/ Pat Castro / Bob Mandonado Los Angeles County Public Works 900 South Fremont Ave. Alhambra, CA 91803 -1331 Attn: Robert Green Phone:818 -458 -3122 Sharon Perlstein,P.E., City Engineer 8300 Santa Monica Blvd. Went Hollywood, CA 90069 Phone: 213- 848-6383 City of Cerritos 18125 Bloomfield Ave. Cerritos, CA 9703 -3130 Attn: Vic Masaya Phone: 562-916-1371 City of Palos Verdes States 340 Palos Verdes Drive West Palos Verdes Estates, CA 90274 Attn: Troy Stanard Engineering/ Planning Phone: 3 10-3 78-0383 City of Industry 255 N. Hacienda Blvd #222 Industry, CA 91744 Attn: Gerardo Perez, Eng. Phone:818- 333 -0336 RUIZ ENGINEERING C0. 1$14 Tomplo Ave., P.O. Box 4177 .11 Lon, be* CA 90M - Studebaker Rd. Improvements Install 10,000 tons of asphalt Cost:440,000. End: July 196 -Alley Improvements- Phaselll Cost:268,557. End: Aug 195 - Damask Ave I - Chagal Rd. - Carolina Pl. - Mendocino Av - Ventura St. - Garona Dr. 67,474 End: 1-15-95 225,000 Eod:5 -15-96 240,000 End 5-30 -% 116,691 Ead:5 -30-98 88,947 Ead:5 -29-98 112,749 End: 7-15-99 - Doheny Dr. Improvements $225,000. Install 1800T of Rubber AC Ead:August `96 - Residential Street Improvements $641,525 End:May 498 - 1996 -1997 Overlaying various City streets $235,734 End:Jan`97 -Salt Lake Avenue and Parriott Place Street Resurfacing $104,336 End: Dee 196 9 City of Lomita 24300 Narbonne Ave. Lomita, CA 90717 Attn: William O.McConnell Phone:310 -325 -7110 City of Santa Ana 217 N. Main St., #22 Santa Ana, CA 92701 Attn: Bill Albright, Public Works Phone: (714)565-4042 City of Huntington Park 6550 Miles Ave Huntington Park, CA 90255 Ann: Patrick P. Fu, Assistant City Engineer Phone:(213) 582 -6161 RUR ENGINEERING CO. 1344 Temple Ave., P.O. Box 41; LDIV Beach, CA 90804 - Street Improvement #171 261 Street W/Regent $88,467 End:Dec.'96 - Neighborhood Street Rehabilitation $446,463 End: July '97 -Input of Alleys $209,208 End:April'95 PAGE 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT DOVER DRIVE, WESTCLIFF AND DOVER SHORES STREET REHABILITATION PROJECT CONTRACT NO. 3317 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County oftoOa('eQ5 ) A�qc • 6- PAL'i 7— being first duly sworn, deposes and says that he or she is p yA a- -f JC /— of Ro,2 i&�E Nr'EeWC— tcrloeIJ y - , 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. QUIZ En%6i,cEE& 6 Cr,HO Bidder Subscribed and sworn to before me this 26 day of Not Public C �O fL i n1 E4> MARIA KANLILAR; ci Comm.M115 /723 Q • NOTARY PUBLIC - CALIFORNMA My Commission Expires: th• 0 0 PAGE 7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT DOVER DRIVE, WESTCLIFF AND DOVER SHORES STREET REHABILITATION PROJECT CONTRACT NO. 3317 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of receipt Notice of Award to the successful bidder: • CONTRACT • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND • CERTIFICATE(S) OF INSURANCE • GENERAL LIABILITY INSURANCE ENDORSEMENT • AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 0 PAGE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT DOVER DRIVE, WESTCLIFF AND DOVER SHORES STREET REHABILITATION PROJECT CONTRACT NO. 3317 CONTRACT THIS AGREEMENT, entered into this 8th day of February, 2000, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Ruiz Engineering Company, hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: Dover Drive. Westcliff and Dover Shores Street Rehabilitation Project Description 3317 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. 3317, 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 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 Four Hundred Fifty -Eight Thousand, Eighty -Two Dollars and Fifty Cents ($458,082.50). 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: Fong Tse (949) 644 -3311 F. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this Contract, hereby certifies: Ruiz Engineering Company 1344 Temple Ave. Long Beach, CA 90804 Attn: Aldo B. Ruiz, Partner (562) 4393070 "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self - insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. Contractor shall furnish City with certificates of insurance and with original endorsements effecting coverage required by this Contract. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that 0 PAGE 10 insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. 1. Minimum Scope of Insurance Coverage shall be at least as broad as: a) Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0001 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. b) Insurance Services Office Business Auto Coverage form number CA 0001 0187 covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. c) Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 2. Minimum Limits of Insurance Coverage limits shall be no less than: a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. c) Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. 3. Deductibles and Self- Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 0 0 PAGE 11 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages City, its officers, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. Contractor's insurance coverage shall be primary insurance and /or primary source of recovery as respects City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, officials, employees and volunteers. iv. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. v. The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. b) Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against City, its officers, officials, employees and volunteers for losses arising from work performed by Contractor for City. c) All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. 5. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract 0 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. E 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. _ CLERK -'1-TbRNEY CITY OF NEWPOIjT BEACH A Municipal Corpgfation CONTRACTOR Rui; a • CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT State of GHzIFc&1, r4 County of Go-S "9M6&7& -5 11 No. soar On Z - /4-OV before me, lwaLo- cZc� AJcrt�9r�/ /�rl/3U� DATE NAME . TITLE OF OFFICER -E.G., JANE�PIATUC' personally appeared / Do F-y J Z NAME(S) OF SIGNERS) ❑ personally known to me - OR - El'proved to me on the basis of satisfactory evidence to be the persor�) whose nameW is /are subscribed to the within instrument and ac- knowledged to me that h@/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 MARIA KAY NLI� LARD person(s) acted, executed the instrument. MVM Comm #1151723 / V NOTARY PII9LIC - CALIFORNIAy, Co OSANG Aug OUN 001 L' WITNESS my hand and official seal. 5< TURE OF NOTARY AV 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 TrrLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY•IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION - 8236 Remmet Ave., P.O. Boa 7164 - Canoga Park, 6191309.7164 A-CORD CERTIFICATWF LIABILITY DATE(MWDD/YY) 02/10/2000 " PRODUCER (818) 706 -9900 FAX (818) 06 -9905 THIS CERTIFICATE IS ISSUIED AS A MATTER OF INFORMATION & I Insurance Services, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 28720 Roadside Dr., Suite 275 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P. 0. BOX 1469 COMPANIES AFFORDING COVERAGE Agoura Hills, CA 91301 General Accident Insurance Co. (SAIS) COMPANY Attn: Ext: A INSURED COMPANY Pennsylvania General Insurance Co. (SAIS) Ruiz Engineering 1344 Temple Avenue B Long Beach, CA 90804 -0000 COMPANY C COMPANY D THIS IS TOCERTIFY 1 HAI 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 `MUCH 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. CO TYPE OF INSURANCE POLICY NUMBER LTR POLICY EFFECTIVE POLICY EXPIRATION LIMITS DATE(MWDDIYY) DATE(MWOOYY) GENERAL LIABILITY GENERAL AGGREGATE S 2,000,000 X COMMERCIAL GENERAL LIABILITY PRODUCTS- COMPIOP AGG $ 2,000,000 A CLAIMS MADE X OCCUR CPP1220260 06/30/1999 06/30/2000 PERSONAL B ADV INJURY $ 1,000,000 OWNER'S 8 CONTRACTOR'S PROT EACH OCCURRENCE S 1,000,000 FIRE DAMAGE (Any one fire) $ 300,000 MED EXP (Any one person) S 5 , 000 AUTOMOBILE LABILITY X ANY AUTO COMBINED SINGLE LIMIT S 1,000,000 ALL OWNED AUTOS BODILY INJURY S SCHEDULED AUTOS BA 0320536 B (Per person) 06/30/1999 06/30/2000 X HIRED AUTOS BODILY INJURY $ X NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE S GARAGE LIABILITY AUTO ONLY - EA ACCIDENT S ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT S AGGREGATE S EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM $ WORKERS COMPENSATION AND TORY LIMITS ER EMPLOYERS' LIABILITY EL EACH ACCIDENT $ THE PROPRIETOR/ INCL EL DISEASE - POLICY LIMIT $ PARTNERSIEXECUTIVE OFFICERS ARE EXCL EL DISEASE - EA EMPLOYEE $ OTHER DESCRIPTION OF OPERATIONS /LOCATIONSIVEHICLES /SPECIAL ITEMS e: Dover Drive, Westcliff & Dover Shores Street Rehabilitation - Contract no. 3317. Certificate Holder its officers, officials, employees and volunteers are named as additional insureds per attached G 2010 form.See attached for primary wording.A10 day notice of cancellation for non - payment of premium ._ OT1FICATEHOLDER- ;._CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL V00(rdiM MAIL City of Newport Beach 30* DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Attn: Dept. of Public Works �XX % %kAUEXI(MdNNddkXl(x�NXXJUNXXX 3300 Newport Blvd. T�i(d�IN(d516�fAtlU( 1(t1(iWfXiX�CXXXXXXXX Newport Beach, CA 92658-8915 AUTOO E QJ • ?k. " — 0 E POLICY NUMBER: CPP1220260 COMMERCIAL GENERAL LIABILITY Ruiz Engineering 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 ��[�] y raT7Y�7�[TtO ;Lf/:MJ YA_YYDL`I City of Newport Beach, its officers, officials, employees and volunteers 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. *The insurance afforded to the City, its officers, officials, employees and volunteers shown above shall be primary insurance, and any other insurance maintained by the City, its officers, officials, employees and volunteers shall be excess and non - contributory. CG 20 10 1185 Copyright, Insurance Services Office, Inc. 1984 ___ _________ �______ ___ ----------------------------- _ _______ ____ ___ __T_ r Certificate of Insurance "' ,. THIS CER- = -ATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON YOU THE CERTIFICATE HOLDER, THIS CERTIFICATE IS NOT AN INS bP kigaOi POLICY AND DOES NOT AMEND, EXTEND. OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW. .I This is to Certify that _ Rule Engineering Company Did Consolidated Human Resources, Inc. Name and 5601 W. Slausdn Avenue, Suite 279 (----- address of LIBERTY Culver City, CA 90290 I Insured. MUTUALm Is, at the issue date of this Certificate, insured by the Company under the policy(ies) listed below. The Insurance afforded by the listed policy(ies) is subject t their terms, exclusions and conditions and is not altered by any requirement, term or condition of any contract or other document with respect to which this TYPE OF POLICY I EXP. DATE POLICY NUMBER LIMIT OF LIABILITY WORKERS L) CONTINUOUS COMPENSATION I ❑ EXTENDED WC2 -161- 038293.239 ®POLICY TERM tCO ERAOE AFFORDED UNDER STATES: California i EMPLOYERS LIABILITY Bodily Injury By Accident $1'000'000 _ Acddent 04114/2000 Bodily Injury By Disease _ ❑CLAIMS MADE ! $1,000,000 Policy Limit I Bodily Injury By Disease Per Person/ $1,000,000 e�bh. GENERAL LIABILITY Aggregat ❑OCCURRENCE _._ —_J Bodily Injury and Property Damage Liability ❑CLAIMS MADE ! Per Occurrence ! Personal Injury Per Person/ 11ETR11 OAT, Cryantudon iOther Other AUTOMOBILE Each Accident - Single Limit LIABILITY B.I. and P.D. Combined ❑ OWNED Bach Person ❑ NON -OWNED Each Accident or Occurrence © HIRED Each Accident or Occurrence - If the CarlifiCate ezplration date is Continuous or extended term, you will be noticed if coverage is terminated or reduced before the certificate expiration date. SPECIAL NOTICE -0410: ANY PERSON WHO. WITH INTENT TO DEFRAUD OR KNOWING THAT HE 15 FACILITATING A FRAUD AGAINSTAN IN8URER. SUBMITS AN APPLICATION OR FILES A CLAIM CONTAINING A FALSE OR DECEPTIVE STATEMENT IS GUILTY OF INSURANCE FRAUD IMPORTANT NO1I0170 FLORIDA POLICYHOLDERS AND cERTIFIDAre HOLDERS : IN THE EVENT YOU HAVE ANY QUESTIONS OR NEED INFORMATION ABOUT THIS CERTIFICATE FOR ANY REASON. PLEASE CONTACT YOUR LOCAL BALES PRODUCER, WHOSE NAME AND TELEPHONE NUMBER APPEARS IN THE LOWER RIGHT HAND CORNEROF THIS CERTIFICATE. THE APPROPRIATE LOCAL SALES OFFICE MAILING ADDRESS MAY ALSO BE OBTAINED BY CALLING THIS NUMBER. NOTICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW) BEFORE THE STATED EXPIRATION DATE THE COMPANY WILL NOT CANCEL OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIE'c UNTIL AT LEAST 80 DAYS NOTICE OF SUCK ^7_LATION HAS BEEN MAILED TO; F City of Newport Beach TanCha S n Miguel AUTHORIZED REPRESENTATIVE CERTIFICATE Attn: Administrative Coordinator HOLDER 3300 Newport Blvd Phoenix, Az. (602) 997 -4700 02/10/00 _. Newport Beach, CA 92658 -8915 OFFICE PHONE NUMBER DATE ISSUED This certificate !s eXacuod by LIBERTY MUTUAL INSURANCE GROUP as respects such insurance as is afforded by Those Companies BS1501 FEB :16 -00 WED 02 37 PN • FAX N0, P. 02106 1. oCAL_- SURANCE CERTIFICATE OF INSURANCE CHECKLIST CITY OF NEWPORT BEACH THIS CHECKLIST IS COMPRISED OF REQUIREMENTS AS OUTLINED ABY THE CITY OF NEWPORT BEACH. �7 DATE RECEIVED. pl j0 1yU DEPARTMENT /CONTACT RECEIVED FROM: �J�)gatt pa 6,41) , DATE COMPLETED: cam'' /y' SENTTO: SYlO1tinGl BY:_U,.C✓wt4Y -'07- �l COMPAN- Y/PERSON REQUIRED TO HAVE CERTIFICATE: Li.l ZGJ7YLPL�Y� Il�L 7 L GENERAI, LIABILITY: A. TNSLRANCE COM / PANY: ��w'(4.l Au.ik,d X5 6 B. AM BEST RATING (A VII or C. ADMITTED COMPANY: ( Must be California Adituacd) Is company admitted in California'? Ycs_X No D. LIMITS: (Must be $1.000,000 or greater) What is limit provided? oo�� ) W01 m)__ E. PRODUCTS AND COMPLETED OPERATIONS: (Must Include) Is it included? Yes_ _ No____- F. ADDITIONAL INSU'RDED WORDING TO INCLUDE: ( The City its officers, agents. officials, employees and vohiniccrs). Is it included'? Yes No do 47rk - G. PRIl4ARY AND NON CONTRIBUTORY WORDING: (Must be included) Is it includcd? Ycs X No__ H. CAUTION! (Confirm that loss or. liability orthe Named insured is not limited solely by their negligence.) Does endorsement include "solely by negligence" wording? Yes No 1. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation b} certified mail; per Lauren Farley the City will accept the endeavor wording. 11. AUTOMOBILE LIABILITY'. r A. INSURANCE COMPANY. C YIV� A a r I . Y6 / n,5 n 0' B. AM BEST RATING (A VII or greater): ` �4V C. ADMITTED COMPANY: (MUST BE CALIFORNIA ADMITTED) Is company admitted? Ycs__'X,_ No_ D. LLvITS. ( Mast be $1.000.000 iniaimunt BI & PD and 5500,000 LM) What is limits provided? /i 1, OU, pZrV E. ADDITIONAL INSURED WORDING TO INCLUDE: (The City its officers .agents. officials, employees and volunteers). Is it included'? Yes �� No inn e yll- . F. PRIMARY AN'D NON CONTRIBUTORY WORDING: (Must be included). Is it included? Yes x No G. NOTIFICATION OF CANCELLATION. Although there is a provision that requires notification of cancellation be cortilicd mail; per Lauren Fariq the City will accept U)e endoavoi wording. III. WORKERS COMPENSATION: " A. INSLRANCE COMPANY: B. AN I BEST RATING (A VIl or greater)_ X y C. LIMITS. Statutory D. WAVIER OF SUBROGATION: (To include). Is it included? Yes— No-4 HAVE ALL. ABOVE REQUIREMENTS BEEN MET? Yes No ,y IF N9, WHICH ITEMS NEED TO BE COMPLETI� ?� li t C „ lint n/, i /) -in /_- , 1. i r_, lip " i n A a., '11) V7 c/i . n,.; u uR Sent by: ?LATINUTA LA 313216- - 62'11'00 16:03 ..x± 323 Rage 2;2 `f *+ WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY WAIVER of OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT — CALIFORNIA we have the right to recover our payments from anyone liable for an injury oovered by this policy. We will nol enforce our right againsfthe person or organization named in the Schedule. (This agreement applies only to the extent that you perform walk under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration or your employees while engager. in the work described in the Sohedute. The additional premium for this endorsement shah be compensation premium otherwise due on such remuneration Schedcie Person or Organization City of Newport Hcach AtUL' AdInUlistrative Coordinat„r 3300 Newport B!vd Newpon Beach, C.4 92658 -6915 % of the Catifofv.la workers Job Cescripiton Client Name: Ruiz Fngineanne, Co A Waivar of the right a! su6regation appliex again:.: C;t; .its 5601 W, Slausnn Ave Suite 279 vl7iccr>, officials, atuplovat� and vohrpteen. Culver City. CA 90230 ?tra rndorsernenf ,s executeC by Ne LIBERTY INSURANCE CIRPORATION 4m -Num9 TO BE ADJUSTED AT AUDIT Fnecbve Oate Esprauon Onte For 4nFet49eN to Pocky "04 -0 -1999 Audit 94*ts W'C2 -16 1- 038293.239 Issued To Ruiz Rngintmng Company It Consolidated Human Resource tgqrft e0 by 5601 W Stauson Ave Suite 279 Culver City, CA 90230 It Stied SSiti ptact Fr1C v::. WC 04 03 06 FIe9 1 1 2llDO 7.cr..- ..i�...".,..... . •Nnn..4K /u..��wuo�• End. Sena: HE- Date: 01/24/00 Time: 12:01 PM To: 15624346350 • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL DOVER DRIVE, WESTCLIFF AND DOVER SHORES STREET REHABILITATION PROJECT CONTRACT NO. 3317 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 and perform all work required to complete Contract No. 3317 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 2. Lump Sum 3. 60,000 S. F. Mobilization @ +e. wic'u ,j Dollars and ez-Q—_10 Cents $ i Per Lump Sum Traffic Control @ ,ix1WV"-J ty 4.ttz�Q�' }Dollars and 0 (07, ro, Cents $ Per Lump Sum Variable Thickness Cold Mill and Disposal of A.C. Pavement @ z e ' ° Dollars and Cents $ ©• i t $ 61 D O Per Square Foot F : \Users\PBW\Shared\Contracts \FY 99- 000over.Westcliff Street Rehab C- 3317\Addendum Fax Cover Sheet #2 C- 3317.doc PR 2 of 4 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 121,500 S.F. Remove Minimum Top 2" of Existing AC Pavement @ ° Dollars and Cents Per Square Foot 5. 100 C.Y. Unclassified Excavation @ ft-� tv>cA41 AwQkit,(_ Dollars and Zcs 6 Cents Per Cubic Yard 6. 30,000 S.Y. Provide and Install Pavement Reinforcing Fabric @ zes Dollars and Cents Pe r Square Yard 7. 9,000 Tons Construct 2" Thick A.C. Pavement @ Dollars and n+,e:!� foc,r' Cents Per Ton 8. 20 Each Root Prune Parkway Tree @ k-c ed P!,![ -/ Dollars and r7. er ° Cents Per Each 9. 1,350 L. F. Reconstruct P.C.C. Curb and Gutter �,, Dollars and Cents Per Li ear Foot $ (), I,+ $ 1-710110 _ $ 12-5— $ 121500 - $ 0, -10 $ ZIP Oro - $ 32 " $ 2cy y by $�`�� $ t4800.— 46 PR3of4 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 1,750 S. F. Reconstruct 4" Thick P.C.C. Sidewalk 11. 550 S. F 12. 1,850 S. F 13. 43 Each 14. 65 Each @ Dollars and `-A 1 e Cents Per Square Foot Reconstruct 6" Thick P.C.C. Driveway @ Dollars and Cents er Square Foot Remove Existing and Construct 4" Thick P.C.C. Curb Access Ramp @ s > C Dollars and i, vc Cents er Square Foot Adjust Manhole Frame and Cover to Grade @ .dreej Dollars and o Cents Per Each Adjust Water Valve Frame and Cover to Grade @ CVAeiWljd fcl s Dollars and Z e: o Cents Per Each 15. 1 Each Adjust Sewer Pump Station to Grade � c�/ @ c+it �6�( t Dollars and Cents Per Each 'S ASS $ 6s("2.5, J rot.. o $ 223 4L -' v $ 12 4 11.' ° $ (04EC) $ 12_S• - $ 9 12..5'• $ _ $ I Soo 4 l PR4of4 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. 8 Each Install Traffic Signal Detector Loop @i <palk�9*��'gl' Dollars and _ Cents Per Each 17. Lump Sum Install Traffic Striping, Markings, Markers, Etc. Dollars and Cents 3000' — $ 3000 Per Lump Sum 18. Lump Sum Restore Damaged Existing Improvements @mne dl�e�� f Dollars and Cents (p`Ofl $ (o OD ' Per Lump Sum TOTAL PRICE IN WRITTEN WORDS _�HN�p21 7�, - ZooU Date 4)Dollars andS e ' _Cents $ `fSy 3$ j Z. - Total Price (Figures) �V�Z CtJ(p�a1C�2�nlh Ce�`�P4�'� /� Bidder 5C-2- `4 3q 3Cj -3G Bidder's Telephone Number Bidy &po 3 Cp- 352��'c4 A 1�rL4lchvi6 4 Bidder's License No(s). Bidder's Address and Classification(s) and Title PA!LT•J i 2. .(A i9bJ104 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Dover Drive, Westcliff and Dover Shores Street Rehabilitation Project Contract No. 3317 ADDENDUM NO. 1 Bidders shall propose to complete Contract No. 3317 in accordance with previously issued Contract Documents, as modified by this Addendum: SPECIAL PROVISIONS 1. Eliminate Section 2 -9.3 Surveying Services. 2. Revise Section 9 -3.1 General. Item No. 5 Unclassified Excavation: to read as follows: "Payment for this item shall be for all dig -out costs such as sawcutting asphalt concrete; removal, overexcavation (if necessary) and disposal; subgrade or base material drying; and backfilling and compacting with asphalt concrete to match the grade of the existing pavement surface." 3. Revise Section 203 -1.1 General. to read as follows: Add to this Section, "Asphalt concrete for backfilling dig -outs shall be Class III -63 -AR -4000. Asphalt concrete for overlay (resurfacing) shall be Class III- C3 -AR- 4000." ................................................ ..............................1 Please execute and date this Addendum No. 1 and attach it to your proposal. Failure to do so may result in disqualification of your bid. / /Wa) Date 4 /��o- Don Webb Public Works Director I have carefully examined this Addendum No. 1 and included full payment therefor in my Proposal. SzWq Ztr 2so�. �tJ12 c`lu(or.��c2 /•tl6•�/�11Ny' Date Bidder _AA 6- Aut r • f : \users\pbw\shared\oontracts \fy 99- 00\dover,westcliff street rehab c- 3317\addenduml.doc _. 1 - i . _,i0. n_i ::. .,.346350 ♦y PUBLIC. ;;.KS DEPARTMENT Dover Drive. Westcliff and Dover Shores Street Rehabilitation Project Contract No. 3317 ADDENDUM NO. 2 Pa9a: 0 ^! -nCl Bld e:s shall propose to complete Contract No 3317 in accordance with prevrous!y ssued ;,c ^tract Cccurnents. as modified by th)s Addendum: 1 Repiace Sheet PR 1 of 4 with the attached REVISED PR 1 of 4 for: B,d :te- %o 3 Variable Thickness Cold Mill and Disposal of A.C. Pavement to rein.: troy„ "600,000 S. F." to "60,000 S.F. ". ..................................................... ............................... Please execute and date this Addendum No 2 and attach !t to your proposal. raliure to no so e?av result in disqualification of your b'ci •. -qnatur or, Glie ale Don 'v'eleoo Public'VVorks Dlrectur have carefuJiv examined this Addendum No 2 and included full rayment therefor n J' NJQ2 �%i✓ - I/"t�v /(�ti )2. �N �ti� A.'�c' �J.f1 •� El.: ?Q7 ~'7. Date .. Bidder / //?/1 V A' nz/Signa tu E �_B .. APPR0VFD TO: Mayor and Members of the City Council FROM: Public Works Department • 0AC'�(�l l February 8, 2000 CITY COUNCIL AGENDA ITEM NO. 10 SUBJECT: DOVER DRIVE, WESTCLIFF AND DOVER SHORES STREET REHABILITATION - AWARD OF CONTRACT NO. 3317 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3317 to Ruiz Engineering Company for the Total Bid Price of $458,082.50, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $45,000.00 to cover the cost of unforeseen work. 4. Authorize a budget amendment to transfer $283,082.50 from the Gas Tax appropriated surplus fund balance to Account No. 7181- C5100537, Dover Drive Pavement Overlay. DISCUSSION: At 11:00 AM on January 27, 2000, the City Clerk opened and read the following bids for this project: BIDDER TOTAL BID PRICE Low Ruiz Engineering Company of Long Beach $459,382.50 2 Excel Paving Company of Long Beach $464,798.00 3 Sequel Contractors, Inc. of Downey $481,702.50 4 R.J. Noble Company of Orange $487,101.50 5 Silvia Construction, Inc. of Rancho Cucamonga $551,894.00 6 All American Asphalt of Corona $574,865.00 * Corrected Bid Amount is $458,082.50 The corrected low total bid amount is less than 1% below the Engineers Estimate of $460,000. The low bidder, Ruiz Engineering Company, possesses a General Engineering "A" Contractor's License as required by the project specifications. Ruiz has satisfactorily completed similar asphalt and concrete reconstruction projects for other Southern California agencies. 9 0 Subject: DOVER DRIVE, WESTLCLIFF AND DOVER SHORES STREET REHABILITATION, CONTRACT NO. 3317 — AWARD OF CONTRACT February 8, 2000 Page: 2 This project provides for cold milling asphalt concrete pavement; removing defective asphalt concrete pavement; installing pavement reinforcing fabric; reconstructing asphalt concrete pavement; placing asphalt concrete overlay; replacing traffic signal detector loops; installing traffic striping and pavement markings; reconstructing portland cement concrete sidewalk, driveways, and curb and gutter; installing portland cement concrete curb access ramps; and pruning destructive tree roots. To minimize inconvenience to the public during construction, Ruiz Engineering Company will be permitted to close Dover Drive from Westcliff Drive to Mariners Drive after 9:00 AM for 1 day to remove the roadway pavement and for 1 subsequent day to place the new roadway pavement. Traffic will be detoured to Dover Drive (East) during the road closures. Funding for award is proposed from the following accounts: Account Description Account Number Amount Dover Drive Pavement Overlay 7181- C5100537 $220,000.00 Gas Tax Reserve $283,082.50 Total: $503,082.50 Respectfully submitted, PUBLIC WORKS DEPARTMENT Don Webb, Director Byy�iY( .�. Fong Ts P.E. Associate Civil Engineer Attachment: Project Location Map Bid Summary f: \users\pbw\ shared \coundRfy99- 00 \february-08 \dover drive c- 3317.doc )n� �\ \• / ,;' mil; � q.. % \� UPPERJ \ ? \ 1 / DRIVE I'MARINERSl SCHOOL PORT (Z. � Y V � -LIMITS OF A.C. OVERLAY =-LIMITS OF RESURFACING DOVER DRIVE, WESTCLIFF, AND DOVER SHORES STREET REHABILITATION (C -3317) x a W m a W z LL O r U f.. 2 w Ix r a w 0 co Y C 3 U J m 0. a W Q m x U m O 0 O W U U W N U U Z H m O a m H 0 r O J W 0Fn c 0 9 c w a N O L m O w 3 0° ui F- r I O O W o M O 0 O z N LL LL1 W C7 W Z L wW zW C7 O wa • 00000000 0 0 0 0 0 0 0 0 0 00000000 0 0 0 0 0 O 00000000 0 0 0 0 0 0 o d O O m0000000 h 6 0 0 6 0 0 0 �OOO z 0000000000000000 oi OOOO mm000000 .909 . ' Ot'JOOI 0 0 0 0 O� O L6 O —7 O LO O 06 O m f�N Oct N Ames m O N V N O ON O t OOm C10mOONI�mm O)MOQ mN V W NM OmN N 00 17N - U �p�NmmCIN a C1 M m 0 U O O a O m O-- O O O o 0 0 m 0 0 0 0 0 0 U 0 CA, 0 I� O O O m N 0 0 0 0 0 O dr000000ma OO °Om MSMul x(100000 o ao O Z (D O 0 m 0 m t70 " m 00000 0 OOS "0 MCA X m:)m0 a N r V N N N l7 O V N U) °0m °000 °E °°° °� 0 0 000 o 0 0 0 0 0 0 0 0 0 0 0 0 oO O O O O o 0 0 o 0 0 0 0 0 0 0 0 0 0 mZ O N 000 Z O O O O O N W V r N 0 0 0 m �O O mN'000 0 0. 0 m m m0• Omp -Om� q n V mM — 0-at M M v*0 M - NM� - ,2—. t° 7 iu 2 a N a N C N > mmm O O N N O O O O O m O O 0 O O 0 O O O O O O U O m 'NM O O N f� h 0 0 0 O O 0' CA n 0 Om O f0 {+Nj O mI� N 1� V r m CA N N WW 0 O 0 N m N noo MN UZSM w M ? 0000000 0 00 c n 00 0 0 000 moo�000 • 000000000000000000 O °O °QO c 0000 c '000 00 ommm0000 to Ul r co VI 0 Up mr 0000 '0 000 mN N I�ONOO c) O ' E�oNmomoo E of �i oimro- wmN�v�mm env ova o OfD - On nlN m QOiON(V N 00. -NMI - U m N Ca- GOmm OOOI�m 00 O Z ' O O O M N m " O m O O � V O O V O O m m m 0 0 0 0 0 0 m c_ oo.- � �onrnomn O)N m000000 N�. -nN? thm Q QQQ C —Om N t+1 V N rLLIJ mN0 NfnN O W W W ON ma OOOO N 00 r mt+f 0 N =Otp r ONMn amD- pm to N N ' m 00 00000000000 E 000 00000000000000 'oo E 000 m odood 'od u 'oo 'odo N V OeDNmNOm_m Om ANON R E m0 m g a Z m NfV ONNNM m NNNnVthNN MACl c W a `o m d $ o I 12 o 12 m m m O O t7 N O m 0 0 0 0 4- O O O O O S O omo O 0000N0•- O O m M Ul mmVl-lh000000 0 0 0 0 CA O W O 0 C a X00 t7 M f-N `c a m o W c E mw c°'INOMN° mmo N m __ `p Et0:2 vm° NM E m me J J(n m v-6 Q J(q m mU m >'vaa Q Q QN Q m E m U(f) W (n CIA W W W W mmn J E mw c c n DOSS 00M�Namp r E � m.� Li Lrnc m0 r o 0 ct m�j Hl- co 2- E N r O � 4' ciN m cS a s ii o lS�mm3 y uu m m EE r E _ m m 2 2 2 m � i u C > W n y N m m O a m p .�+ m m m u V m LU a E V y O C p y a TU @> j O v W m p c y m Y m rj O 0 o O n m c a c o c E '_° d E m mmv02m^Om U v c m c p 2O c m c m E m mc N 2 Na .2 o m i H am MIA U C I m rn O r r o 4oF _mhi �E F'Ti u'Smm Lem p N! omj�coU$X�'ccm V N c c C ft 0 N N m m r O n m N V m m TtV • 6 N m cn N 3 m 0 V a d x E a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O S 0000000000000000 .909 . ' �p O O O m O 0 0 0 m m O 0 0 0 0 0 S t OOm C10mOONI�mm O)MOQ mN V W NM OmN N 00 17N - �p�NmmCIN a M U m O-- O m 0° CA, 0 0 0 0 O O OO °Om MSMul o ao O 0 m 0 m m 0 OOS "0 MCA X 0 a N r °0m °000 °E °°° °� o 0 0m0 oO UC r 0N° 0O) S Z O O O 010000 m O 0 0. 0 m m ONmm q M M M - N t° 7 iu 2 a N N O m m 0 0 0 0 0 0 O O O O U oo��om000 0o 00 0' 0 Z00 O O O f0 {+Nj O c0 MOB N 1� V r m CA N N WW 0 O 0 N m N M 0000000 0 00 00 0 0 000 moo�000 ° O °O °QO c to Ul r co VI Up UT ca- '0 000 c) E of �i oimro- env ova ui - 0 N m GOmm OOOI�m 00 O Z ' O O O M N m " O O O 0 N 0 0 O N MMt7 m N n 06 m 0 � O)N N�. -nN? thm Q QQQ UJ JJ(pN UfA rLLIJ NfnN W W W ma OOOO 00 r ONMn amD- pm to N N ' m E E u R E m m g a Z m m c a `o m d $ o 12 o 12 m m E 8¢ d YTU;O omo O c U O O a n `c a m o o c E mw mmo __ `p Et0:2 vm° E m me v-6 c m mU m >'vaa E U ti m m E m o> d mmn > E mw c c n r E � m.� Li Lrnc m0 o 0 ct m�j Hl- co 2- E octE o � 4' ciN r cS a s ii o lS�mm3 y uu m m r E _ m m 2 2 2 m � V� > W N m m O p .�+ o� $ V V O 6 N m cn N 3 m 0 V a d x E a C%t of Newport Beach NO. BA- 036 BUDGET AMENDMENT 1999 -00 AMOUNT: $za3,oa2.so FECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase in Budgetary Fund Balance Increase Budget Appropriations AND X Decrease in Budgetary Fund Balance Transfer Budget Appropriations No effect on Budgetary Fund Balance SOURCE: from existing budget appropriations from additional estimated revenues PX from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To transfer amounts from the Gas Tax surplus fund balance for the Dover Drive, Westcliff and Dover Shores Street Rehabilitation. There have been no prior budget amendments. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description 180 3605 Fund Balance Control REVENUE APPROPRIATIONS (3601) Fund/Division Account Description EXPENDITURE APPROPRIATIONS (3603) Description Division Number 7181 Gas Tax Account Number C5100537 Dover Drive Pavement Overlay Division Number Account Number Division Number Account Number Division Number Account Number Signed: ied: Approval: Finance City Manager Amount Debit Credit $283,082.50 $283,082.50 Date 444606 ate Signed: City Council Approval: City Clerk Date CIS of Newport Beade NO. BA- 036 BUDGET AMENDMENT 1999 -00 FECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates X Increase Budget Appropriations AND Transfer Budget Appropriations SOURCE: from existing budget appropriations from additional estimated revenues PX from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: l =� AMOUNT: Szs3,oa2.so Increase in Budgetary Fund Balance Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance i CI7'e OF I.!9: ^.' ?�r'S ?'ACH To transfer amounts from the Gas Tax surplus fund balance for the Dover Drive, Westcliff and Dover Shores Street Rehabilitation. There have been no prior budget amendments. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description 180 3605 Fund Balance Control REVENUE APPROPRIATIONS (3601) Fund /Division Account Description EXPENDITURE APPROPRIATIONS (3603) Description Division Number 7181 Gas Tax Account Number C5100537 Dover Drive Pavement Overlay Division Number Account Number Division Number Account Number Division Number Account Number Signed: ied: Approval: Finance City Manager Signed: �AqU j71,7Uc ✓1) . /ylrif E City Council Approval: City Clerk Amount Debit Credit $283,082.50 . Automatic $283,082.50 Date OI ate a8m Date CITY OF NEWPORT B411ACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 February 23, 2000 Silvia Construction, Inc. 9007 Center Avenue Rancho Cucamonga, CA 91730 Gentlemen: Thank you for your courtesy in submitting a bid for the Dover Drive, Westcliff and Dover Shores Street Rehabilitation (Contract No. 3317) 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 February 23, 2000 All American Asphalt P.O. Box 2229 Corona, CA 92878 -2229 Gentlemen: Thank you for your courtesy in submitting a bid for the Dover Drive, Westcliff and Dover Shores Street Rehabilitation (Contract No. 3317) 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 February 23, 2000 R. J. Noble Company 15505 E. Lincoln Avenue Orange, CA 92856 Gentlemen: Thank you for your courtesy in submitting a bid for the Dover Drive, Westcliff and Dover Shores Street Rehabilitation (Contract No. 3317) 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 February 23, 2000 Sequel Contractors, Inc. 12240 Woodruff Avenue Downey, CA 90241 Gentlemen: Thank you for your courtesy in submitting a bid for the Dover Drive, Westcliff and Dover Shores Street Rehabilitation (Contract No. 3317) 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 CITT OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 February 23, 2000 Excel Paving Co. P.O. Box 16405 Long Beach, CA 90806 -5195 Gentlemen: Thank you for your courtesy in submitting a bid for the Dover Drive, Westcliff and Dover Shores Street Rehabilitation (Contract No. 3317) 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, � � A C' '-n.� LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach