HomeMy WebLinkAboutC-3352 - 2000-2001 City-Wide Sidewalk, Curb and Gutter Replacement ProjectLi
• 1
• PAGE 16
EXECUTED IN 4 COUNTERPARTS
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
2000 -2001 CITYWIDE SIDEWALK, CURB AND GUTTER REPLACEMENT
CONTRACT NO. 3352
BOND NO. 929169451
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ $2,925.00 ,
being at the rate of $ $25.00 & $15.00 thousand of the Contract price.
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted, awarded to Name of Contractor, hereinafter designated as the "Principal ", a contract
for construction of 2000 -2001 CITYWIDE SIDEWALK, CURB AND GUTTER REPLACEMENT,
Contract No. 3352 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. 3352 and the
terms thereof require the furnishing of a Bond for the faithful performance of the Contract;
NOW, THEREFORE, we, the Principal, and CONTINENTAL CASUALTY 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 one hundred twenty -eight thousand, three hundred twenty -five and
00/100 Dollars ($128,325.00) lawful money of the United States of America, said sum being equal
to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its
successors, and assigns; for which payment well and truly to be made, we bind ourselves, our
heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these
present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's
heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep
and perform any or all the work, covenants, conditions, and agreements in the Contract
Documents and any alteration thereof made as therein provided on its part, to be kept and
performed at the time and in the manner therein specified, and in all respects according to its true
intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach,
its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the
same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall
become null and void.
•)
• PAGE 17
PAGE 17
As a part of the obligation secured hereby, and in addition to the face amount specified in
this Performance Bond, there shall be included costs and reasonable expenses and fees,
including reasonable attorneys fees, incurred by the City, only in the event the City is required to
bring an action in law or equity against Surety to enforce the obligations of this Bond.
Surety, for value received, stipulates and agrees that no change, extension of time,
alterations or additions to the terms of the Contract or to the work to be performed thereunder or
to the specifications accompanying the same shall in any way affect its obligations on this Bond,
and it does hereby waive notice of any such change, extension of time, alterations or additions of
the Contract or to the work or to the specifications.
This Faithful Performance Bond shall be extended and maintained by the Principal in full
force and effect for one 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 20TH day of SEPTEMBER 2000.
LGT ENTERPRISES, INC.
Name of Contractor (Principal)
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 BE ATTACHED
a}
0,
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of California
County of
I ss.
On SEPTEMBER 20, 2000 before me, M. TREDINNICK, NOTARY PUBLIC
Deb Na" ena Tee d Orrcx 1e.g- .'Jane Doe. Nou1y Po W)
personally appeared L. G. TOOTIKIAN
® personally known to me
❑ proved to me on the basis of satisfactory
evidence
to be the person(R) whose name(*5 istime
subscribed to the within instrument and
acknowledged to me that he /9beObW executed
M. T=_ -D!.v.wC< the same in his/1,9e% authorized
?` ca aci and that b his/hx3bbt3bC
Cc-- :ssr,� 12 ?3054 z P tY)• Y
�, -tf^ •._., . , .. r -. c.�c — cciitomia signature; on the instrument the person(5{), or
"r i o.angeCounb the entity upon behalf of which the person06)
�� my Comm. Expires Mar 25, 2003
acted, executed the instrument.
WITNESS ,my hand and obfficial seal.
Pace Nedry sw I S "� of NoO1Y Pubk
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 — Tdle(s):
• Partner - 01imited ❑General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other.
Signer Is Representing:
Number of Pages:
0 1997 N wW Nob y Anocia • 9g Do Sob Aw.. P.O. hoe 2402 • Cnan . U 993112402 Prof. W. 5907 Rapor. Cak To Fran 1-50047&4MU
,)
t',
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of California
County of
ORANGE
On SEPTEMBER 20, 2000
Date
I ss.
before me, M. TREDINNICK, NOTARY PUBLIC
Name ane TNe a offs (e.9.. -Jane Doe, Noary Pud -)
personally appeared MICHAEL A. QUIGLEY
Nar wsj of sip".)
Pb Notary Semi Abwe
El personally known to me
❑ proved to me on the basis of satisfactory
evidence
to be the person* whose name(g) is / *NX
subscribed to the within instrument and
acknowledged to me that he]NKKMWexecuted
the same in his /tt3iIMLIr authorized
capacity(i4, and that by his /tfed M)c
signature) on the instrument the person(al), or
the entity upon behalf of which the person(l)
acted, executed the instrument.
WITNES tkt nd and officig('3eal.
ftnabue a Habry P1IDE
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 to= to another document
Description of Attached Document
Title or Type of Document
Document Date: Number of Pages:
s) Other Than Named Above:
ity(ies) Claimed by Signer
Name.
' '
vidual
Top m th here
porate Ofricer— Trtle(s):
ner —❑ Limited ❑ General
LMehanN
rney in Fact
tee
rdian or Conservator
er.
Is Representing:
0 1997 Netbnei No,ary Asaoeiebon • 9350 D. Soto Ave, P.O. Box 2402 • CMtvv . CA 913112402
Pmd. No. 5907 Reoltle . Can To0. ,ee 1-506875-6827
POWER OF ATTO *'=Y APPOINTING INDIVIDUAL P0 )RNEY -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 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
of Aliso Vieio 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 if 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 6th day of March 2000
c Zl4zr iNSUR� M.a CONTINENTAL CASUALTY COMPANY
��� A� k\pt 'rc�. �O° 4, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
y AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA
gCIWWrE.��T tow's �`�' �(� - 1 V • l /���y�
JULY 1,
SEAL t n72 a
fae7 iu •
Marvin J. Cashion Group Vice President
State of Illinois, County of Cook, ss
On this 6th day of March , 2000 , 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.
'OFFICIAL 1r
DIANE FAULKNER LlQJER
Notary pubill touts of Illinois •
• My COMMWSion 6gwss 9117101 �
My Commission Expires September 17, 2001 Diane Faulkner 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 20TH day of SEPTEMBER 2000
��01 GAsLk4).jC,
" WOPA"
� o
0v SEAL
1e97
(Rev.1011l97)
CONTINENTAL CASUALTY COMPANY
uo'""OtR NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
^� AMERICAN CASUALTY COMPANY OF READING. PENNSYLVANIA
m
`NtaRro14T,r0
JULY n,
not l�
r •
Mary A. Ribikawskis Assistant Secretary
April 6, 2001
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
LGT Enterprises, Inc.
P. O. Box 3905
Tustin, CA 92781 -3905
Subject: 2000 -2001 Citywide Sidewalk, Curb and Gutter Replacement
(C -3352)
To Whom It May Concern:
On February 27, 2001, the City Council of Newport Beach accepted the work of
the subject project and authorized the City Clerk to file a Notice of Completion,
to release the Labor & Materials Bond 35 days after the Notice of Completion had
been recorded in accordance with applicable portions of the Civil Code and to
release the Faithful Performance Bond one year after Council acceptance.
The Notice of Completion was recorded by the Orange County Recorder on
March 2, 2001, Reference No. 20010118068. The Surety for the contract is
Continental Casualty Company, and the bond number is 929169451. Enclosed is
the Labor & Materials Payment Bond.
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
LH:cf
cc: Public Works Department
R. Gunther, P.E., Construction Engineer
encls.
3300 Newport Boulevard, Newport Beach
• • PAGE 14
EXECUTED IN 4 COUNTERPARTS
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
2000 -2001 CITYWIDE SIDEWALK, CURB AND GUTTER REPLACEMENT
CONTRACT NO. 3352
BOND NO. 929169451
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted, has awarded to Name of Contractor, hereinafter designated as the "Principal," a
contract for construction of 2000 -2001 CITYWIDE SIDEWALK, CURB AND GUTTER
REPLACEMENT, Contract No. 3352 in the City of Newport Beach, in strict conformity with the
plans, drawings, specifications and other Contract Documents in the office of the Public Works
Department of the City of Newport Beach, all of which are incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute Contract No. 3352 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,
CONTINENTAL CASUALTY COMPANY duly authorized to transact
business under the laws of the State of California, as Surety, (referred to herein as "Surety") are
held firmly bound unto the City of Newport Beach, in the sum of one hundred twenty-eight
thousand, three hundred twenty-five and 00/100 Dollars ($128,325.00) lawful money of the
United States of America, said sum being equal to 100 % of the estimated amount payable by the
City of Newport Beach under the terms of the Contract; for which payment well and truly to be
made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly
and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's
subcontractors, fail to pay for any materials, provisions, or other supplies, implements or
machinery used in, upon, for, or about the performance of the work contracted to be done, or for
any other work or labor thereon of any kind, or for amounts due under the Unemployment
Insurance Code with respect to such work or labor, or for any amounts required to be deducted,
withheld and paid over to the Employment Development Department from the wages of
employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment
Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an
amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce
the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by
the provisions of Section 3250 of the Civil Code of the State of California.
• • PAGE 15
The Bond shall inure to the benefit of any and all persons, companies, and corporations
entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action
to them or their assigns in any suit brought upon this Bond, as required by and in accordance with
the provisions of Sections 3247 et. seq. of the Civil Code of the State of California.
And Surety, for value received, hereby stipulates and agrees that no change, extension of
time, alterations or additions to the terms of the Contract or to the work to be performed
thereunder or the specifications accompanying the same shall in any wise affect its obligations on
this Bond, and it does hereby waive notice of any such change, extension of time, alterations or
additions to the terms of the Contract or to the work or to the specifications.
In the event that any principal above named executed this Bond as an individual, it is
agreed that the death of any such principal shall not exonerate the Surety from its obligations
under this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the above named
Principal and Surety, on the 20TH day of SEPTEMBER 2000.
LGT ENTERPRISES, INC.
Name of Contractor (Principal)
CONTINENTAL CASUALTY COMPANY
Name of Surety
1800 E. IMPERIAL IM
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 BE ATTACHED
0 9
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of California
County of ORANGE
I ss.
On SEPTEMBER 20, 2000 before me, M. TREDINNICK, NOTARY PUBLIC
Dab Na "Tie 01 WPM (aA..'Jam O . Notary FvWi j
personally appeared L. G. TOOTIKIAN
M.($) or sagnar*
M. EDNNICK
Ccr-.miss,o� = I21 3054
r re,�a�li- '"NarC.ry °UpiiC— CalifcL9ia _
" _1'My Comm. Expires Mar 26, 2003'
Pop Notary S" A
M personally known to me
❑ proved to me on the basis of satisfactory
evidence
to be the person(s) whose name(aO is/mp
subscribed to the within instrument and
acknowledged to me that he /abef}h@y executed
the same in hisMeXARAt R authorized
capacity(Rib), and that by his/hPiObolK
signature" on the instrument the person(go, or
the entity upon behalf of which the person06)
acted, executed the instrument.
WITNESS my hand an offici seal.
sqp a Notwy Pm4e
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 Fact
Trustee
is
Guardian or Conservator
Other.
Signer Is Representing:
Number of Pages:
0 1997 ,a NoWy Aaaatlatbn • 9730 00 Sd A"_ P.O. S. 2402 • CttauworOt CA 91313-2402 Pra6 No. 3907 Radbr. Call T*"P 1400 -V"827
0 0
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of California
County of
ORANGE
I SS.
On SEPTEMBER 20, 2000 ',before me, M. TREDINNICK, NOTARY PUBLIC
Data Nam. aN I ntla or of im ia.9. •.la.r D., Notary Pu in
personally appeared MICHAEL A. QUIGLEY
W-*S) Of Sig -os)
12'. JG5S
m Pubilc— CC;i;o ^ac
v'Y rC ^.CAB C0�1 Ily
y� x�- My C��m. Fcp,res .Mar 26, 2(
M personally known to me
El proved to me on the basis of satisfactory
evidence
M..Ii;p:1 P
to be the person* whose name(N) is /JW
subscribed to the within instrument and
acknowledged to me that heAUVAMWexecuted
the same in his/hoaWmEir authorized
capacity(1�6t9q, and that by his /ttH flub[
signature(&) on the instrument the person(so, or
the entity upon behalf of which the person(g)
acted, executed the instrument.
WITNESS hand and offici7I.
0 CL 2
Puce Notuy Sar Aowa sv.O of Nobly Hmee
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(l
ies) Claimed by Signer
Signer's Name:
❑ Individual
❑ Corporate Officer — Title(s): _
❑ Partner — ❑.Limited ❑General
29 Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other.
Signer Is Representing:
Number of Pages:
R1GHTTtIUraBP W F!T
OF SIGNER
LII=
0 1997 Natlo,W NOWy Assooi-tlm • 9350 Do Som Aw.. PO. 11M 242 • Cfuut atm. CA 91313.242 Pmd. No. 55107 Rwoor. CaX To6Fraa 1-000-8764W
POWER OF ATTO.`Y APPOINTING INDIVIDUAL A*�RNEY -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 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, Individually
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 if 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 6th day of March 1 2000
CONTINENTAL CASUALTY COMPANY
�tyc��tT tsy. Iwsti44y�', �uo"ra4 NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
cawourE p r rG�7 AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA
• 11 3 lull 71, / / /����� V • /i���_
SEAL `s < Il72 " {'
feel MA • d�
Marvin J. Cashion Group Vice President
State of Illinois, County of Cook, ss
On this 6th day of March , 2000 , 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.
♦•••••••••••
*OFFICIAL S •••••••••: l/
LANE IAL SEAL"
DWNE FAULIWER
Notary 1LAft. *at* of minis
• ►AyC•n•niss{ooEA�i1•s4f17fOt �
My Commission Expires September 17, 2001 Diane Faulkner Notary Public
CERTIFICATE
1, Mary A. Ribikavrskis, 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 1 have hereunto subscribed my name and affixed the seals of the
said corporations this 20TH day of SEPTEMBER 2000
CONTINENTAL CASUALTY COMPANY
24�CrsWtT} ``pE tNSUR�,�� hwxr a4„ NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
rt, ccAraur4 AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA
u SEAL � �. � � On
1487 MA4lfdf'0 •
/ Mary A. Ribikawskis Assistant Secretary
(Rev.10 /1/97)
0
RECORDIN &LFEWAP6Y AND
WHEN RECORDED RETURN TO:
'01 LIAR 13 AB :35
City Clerk
City of Newport Beach
Newport -
I k CLERt<
oEACii
0
Recorded in Official Records, County of Orange
Gary Granville, Clerk- Recorder
IIIIIiIIIiIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIINO FEE
2001011806810.32am 03102/01
115 3 N12 1
0 0 0.00 o.00 0.00 0,00 0.00 0.00 0.00
"Exempt rom recording fees _
pursuant to Government Code Section 6103"
NOTICE OF COMPLETION
iF
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard,
Newport Beach, California, 92663, as Owner, and LGT Enterprises, Inc. of Tustin,
California, as Contractor, entered into a Contract on September 12, 2000. Said Contract
set forth certain improvements, as follows:
2000 -2001 Citywide Sidewalk, Curb and Gutter Replacement,
C -3352
Work on said Contract was completed on January 23, 2001, and was found to be
acceptable on February 27, 2001, by the City Council. Title to said property is vested in
the Owner, and the Surety for said Contract is
i.
BY '111 ./ LL
Pubic Works Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed on ve
ri
BY ,
City Clerk
at Newport Beach, California.
w • • C3��
- 3.:3
TO: Mayor and Members of the City Council
FROM: Public Works Department
February 27, 2001
CITY COUNCIL AGENDA
ITEM NO. 8
SUBJECT: 2000 -2001 CITYWIDE SIDEWALK, CURB AND GUTTER APPROVED
REPLACEMENT, CONTRACT NO 3352 — COMPLETION AND
ACCEPTANCE
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the
Notice of Completion has been recorded in accordance with applicable portions of
the Civil Code.
4. Release the Faithful Performance Bond 1 year after Council acceptance.
DISCUSSION:
On September 12, 2000, the City Council authorized the award of the 2000 -2001
Sidewalk, Curb and Gutter Replacement contract to LGT Enterprises of Tustin,
California. The contract provided for the replacement of approximately 14,334 square
feet of sidewalk, 933 linear feet of curb and gutter, 1,161 square feet of driveway
approach, and root pruning of 145 trees within Westcliff, Cameo Shores, and Cameo
Highlands. In addition, 25 curb access ramps were installed within Cameo Highlands.
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: $128,325
Actual amount of bid items constructed: 134,078
Total amount of change orders: 7,237
Final contract cost: $141,315
The increase in the amount of actual bid items constructed over the original bid amount
resulted from the need for additional curb and gutter, asphalt patching, and concrete
driveways exceeding the bid item quantities. The final construction bid item cost was
5.64 percent over the original bid amount. There was only one change order and it was
excluded from the overall contract analysis since it was funded privately by an adjacent
property owner.
SUBJECT: 2000.2001 Citywide Oalk, Curb and Gutter Replacement, Contract No. 0 Completion And Acceptance l
February 27, 2001
Page 2
The change order in the amount of $7,327 provided for the construction of a two -space
parking bay on the east side of Avocado Avenue and was funded via the vacation and
abandonment of a portion of unused right -of -way with construction of the parking bay
paid for by the property owner, Mrs. Wheeler.
Funds for the project were expended in the following accounts:
Description
Account No.
Amount
Sidewalk, Curb & Gutter Replacement Program
7013- C3130016
$130,000
Curb Access Ramp Construction
7013- C5100549
3,315
Private Donations /Contributions 5200 -5901
7013- C5100549
8,000
Total
$141,315
The original scheduled completion date for this project was November 29, 2000. Due
to the change order work requested by the City, the completion date was extended to
January 23, 2001. All work was completed by the revised completion date.
Respectfully submitted,
/Lz/v Zclm. 4
PUBLIC WORKS DEPARTMENT
Don Webb, Director
By: '�, 6u.Pi/76t-/
R. Gunther, P.E.
Construction Engineer
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
"Exempt rom recording fees
pursuant to Government Code Section 6103"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard,
Newport Beach, California, 92663, as Owner, and LGT Enterprises, Inc. of Tustin,
California, as Contractor, entered into a Contract on September 12, 2000. Said Contract
set forth certain improvements, as follows:
2000 -2001 Citywide Sidewalk, Curb and Gutter Replacement,
C -3352
Work on said Contract was completed on January 23, 2001, and was found to be
acceptable on February 27, 2001, by the City Council. Title to said property is vested in
the Owner, and the Surety for said Contract is Continental
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 on2,rr �/' /, a7 /G1 _o / at Newport Beach, California.
BYrrG� ���
City Clerk a9�
lity of Newport Beachle
BUDGET AMENDMENT
2000 -01
EFFECT ON
BUDGETARY FUND BALANCE:
Account
Number
Increase Revenue Estimates
Pq
Account
Increase Expenditure Appropriations
Transfer Budget Appropriations
SOURCE:
from existing budget appropriations
from additional estimated revenues
X
from unappropriated fund balance
EXPLANATION:
NO. BA- 017
AMOUNT: Ee,000.00
Increase in Budgetary Fund Balance
AND X Decrease in Budgetary Fund Balance
No effect on Budgetary Fund Balance
This budget amendment is requested to provide for the following:
To increase expenditure appropriations to provide for construction of parking bay as required per the
vacation easement, Resolution 99 -34.
ACCOUNTING ENTRY:
BUDGETARY FUND BALANCE
Fund Account
010 3605
REVENUE ESTIMATES (3601)
Fund /Division Account
EXPENDITURE APPROPRIATIONS (3603)
Description
General Fund Balance
Description
Description
Division Number 7013 Street
Account Number C5100549 Curb Access Ramp Construction
Division Number
Account Number
Division
Number
Account
Number
Division
Number
Account
Number
Signed:
Signed:
Signed:
Services Director
City Manager
City Council Approval: City Clerk
Amount
Debit Credit
$8,000.00
Automatic
$8,000.00
Date
.�
Date
November 28, 2000
CITY COUNCIL AGENDA
APPROVED ITEM NO. 7
TO: Mayor and Members of the City Council
FROM: Public Works Department
SUBJECT: 2000 - 2001 SIDEWALK, CURB AND GUTTER REPLACEMENT,
CONTRACT NO. 3352 - BUDGET AMENDMENT
RECOMMENDATION:
Approve a budget amendment appropriating $8,000 from General Fund Balance 010-
3605 to 7013- C5100549 (2000 -2001 Sidewalk, Curb and Gutter Replacement).
DISCUSSION:
At the May 10, 1999, meeting, Council approved Resolution No. 99 -34 ordering the
vacation and abandonment of a portion of unused right -of -way along the westerly side
of Avocado Avenue.
A component of the easement vacation provided for the owner of the property, Mrs.
Wheeler, to pay for the construction of a two -space parking bay on the east side of
Avocado Avenue. As agreed, Mrs. Wheeler submitted a check in the amount of $8,000
on June 22, 1999. These funds were deposited to Account No. 5200 -5901 (Private
Donations /Contributions) and were rolled into the General Fund balance at the end of
the fiscal year.
Public Works has added the construction of the two -space parking bay on the east side
of Avocado Avenue as a change order to Contract No. 3352 and requests the
appropriation of the $8,000 from General Fund balance to complete this work.
Respectfully submi ' d�/
( � ` ly (07
PUBLIC WORKS DEPARTMENT
Don Webb, Director
�( n
Lois Thompson
Administrative Coordinator
Oty of Newport Beach 0
BUDGET AMENDMENT
2000 -01
EFFECT ON BUDGETARY FUND BALANCE:
Increase Revenue Estimates
fq Increase Expenditure Appropriations AND
Transfer Budget Appropriations
SOURCE:
from existing budget appropriations
from additional estimated revenues
X from unappropriated fund balance
EXPLANATION:
This budget amendment is requested to provide for the following:
NO. BA- 017
AMOUNT: Ea,000.aa
Increase in Budgetary Fund Balance
X Decrease in Budgetary Fund Balance
No effect on Budgetary Fund Balance
:4
I I
To increase expenditure appropriations to provide for construction of parking bay as required per the
vacation easement. Resolution 99 -34. _
ACCOUNTING ENTRY:
BUDGETARY FUND BALANCE
Fund Account
010 3605
REVENUE ESTIMATES (360 1)
Fund /Division Account
EXPENDITURE APPROPRIATIONS (3603)
Division
Account
Division
Account
Division
Account
Division
Account
Signed:
Signed:
Signed:
Number
Number
Number
Number
Number
Number
Number
Number
Description
General Fund Balance
Description
Description
7013 Street
C5100549 Curb Access Ramp Construction
Services Director
City Council Approval: City Clerk
Amount
Debit Credit
$8,000.00 '
$8,000.00
Date
Date
• CITY CLERK
CITY OF NEWPORT BEACH
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658 -8915
until 11:00 a.m. on the 31St day of August, 2000,
at which time such bids shall be opened and read for
2000 -2001 CITYWIDE SIDEWALK, CURB AND GUTTER
REPLACEMENT
Title of Project
Contract No. 3352
$142,000
Engineer's Estimate
Approved by
w(M Ctkmo (,
Willi gm ftak6poff
City Engineer
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3300 Newport
Boulevard, P. O. Box 1768, Newport Beach, CA 92658 -8915.
Required Contractor License Classification: "A" or "C -8"
For further information, call Fong Tse, Project Manager at(949)644-3311.
0 9
PAGE 2
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
2000 -2001 CITYWIDE SIDEWALK, CURB AND GUTTER REPLACEMENT
CONTRACT NO. 3352
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
SPECIALPROVISIONS ................................................................. ...........................SP -1
WORK SCHEDULE ................................... ............................... .......................APPENDIX
PAGE
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
2000 -2001 CITYWIDE SIDEWALK, CURB AND GUTTER REPLACEMENT
CONTRACT NO. 3352
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 percent of the total bid price)
may be received in lieu of the BIDDER'S BOND. The title of the project and the words
"Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents.
3. The City of Newport Beach will not permit a substitute format for the Contract Documents
listed above. Bidders are advised to review their content with bonding and legal agents prior
to submission of bid.
4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently
authorized by the Insurance Commissioner to transact business of insurance in the State of
California, and (2) listed as an acceptable surety in the latest revision of the Federal Register
Circular 570.
5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to
allow the comparison of total bid prices.
6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied
by unit price submitted by the bidder. In the event of discrepancy between wording and
figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of
estimated quantity by unit price, the correct multiplication will be computed and the bids will be
compared with correctly multiplied totals. The City shall not be held responsible for bidder
errors and omissions in the PROPOSAL.
7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor
irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the
request and expense of the Contractor, securities shall be permitted in substitution of money
withheld by the City to ensure performance under the contract.
9
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.
,19c,Pa13- A
Contractor's License No. & Classification
Ly
Bidder
Au orized Signature/Title
L -U TOofjICla#i OeSideviT
0 . . �1�
08%28.00 MON 10-03 FAX 714 731 8067 LGT ENTERPRISES 10,002
PAGE
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
2000 -2001 CITYWIDE SIDEWALK, CURB AND GUTTER REPLACEMENT
CONTRACT NO. 3352
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 finely bound to the City of
Newport Beach, a charter city, in the principal sum of TEN PERCENT OF THE BID AMOUNT -
Dollars ($ 10% OF BID ), to be paid and forfeited to the City
of Newport Beach if the bid proposal of the undersigned Principal for the construction of 2000-
2001 CITYWIDE SIDEWALK, CURB AND GUTTER REPLACEMENT, Contract No. 3352 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 duty 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 28TH day of AUGUST 2000.
LGT ENTERPRISES, INC.
Name of Contractor (Principal)
CONTINENTAL CASUALTY COMPANY
Name of Surety
1800 E. IMPERIAL HWY,
BREA, CA 92821
Address of Surety
(800)262 -8714
Telephone
(Notary acknowledgment of Principal & Surety must be attached)
i,CT
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of California
ORANGE ss.
I
County of
On AUGUST 28, 2000 before me, M. TREDINNICK, NOTARY PUBLIC
Date W me am rtle of cfrm (a.g..'Ja Doe. Notary Puwkl
personally appeared MICHAEL A. QUIGLEY
Names) of signer(a)
M personally known to me
proved to me on the basis of satisfactory
evidence
Place Nowy Seal Ae e
OPTIONAL
S® tm, of Notay PuOE
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
Im
Attorney in Fact
Trustee
Guardian or Conservator
Other:
Signer Is Representing:
Number of Pages:
RIGR UMBPRINT
OF SIr.NEti
0 1"T Wtbrul Noary Aawaeeen •9750 00 Soto Ave., P.O. 90: 242 - CnaOw . CA 91710 -7402 Prof. ,io. 5901 Reorder. Gil Td4Free 1.9004766E21
to be the personM whose name(N) is /dt76X
subscribed to the within instrument and
�
acknowledged to me that heXK&WA4Xexecuted
the same in his /11811276k authorized
capacity(W, and that by his /heKkkKk
try CO3 fxoires Mcr 26, 2003
signature(X) on the instrument the person(SO, or
the entity upon behalf of which the person(s)
acted, executed the instrument.
WITNESS my hand and official seal.
Place Nowy Seal Ae e
OPTIONAL
S® tm, of Notay PuOE
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
Im
Attorney in Fact
Trustee
Guardian or Conservator
Other:
Signer Is Representing:
Number of Pages:
RIGR UMBPRINT
OF SIr.NEti
0 1"T Wtbrul Noary Aawaeeen •9750 00 Soto Ave., P.O. 90: 242 - CnaOw . CA 91710 -7402 Prof. ,io. 5901 Reorder. Gil Td4Free 1.9004766E21
POWER OF ATTOVY APPOINTING INDIVIDUAL AT#RNEY -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 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, 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 if 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 6th day of March 1 2000
GAS
(r21� n
Z CoM01F4re i
i v
U SEAL
1897
CONTINENTAL CASUALTY COMPANY
!Dju1tDxz1 NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
AMERICAN CASUALTY CCOMPANY OF READING, PENNSYLVANIA
/ ///"''..�' Al au* 16r,44�
Marvin J. Cashion Group Vice President
State of Illinois, County of Cook, as:
On this 6th day of March 2000 , 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.
••••••••••••
'OFFICIAL IAL SEAL
DIANE FAUUQNE JER
i No" Ptilb, pat• of li inois
• My COWMISSIM bapins 9/17/01
My Commission Expires September 17, 2001 Diane Faulkner 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 thatthe 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 28TH day of AUGUST 2000
CONTINENTAL CASUALTY COMPANY
it•`G��rAC tvQt tMSUggHCf h`u�yyArra'„b NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
roP�r n t Y� AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA
ca` • e � � L�'X�i�y g a r�,caarwA,�o q
y —_ _ _✓j� S JULY n. ;
SEAL T }. \` 3 � 1792 �
1897 HAP7f
Mary A. Ribikawskis Assistant Secretary
(Rev.10 11/97)
Ausrizing By -Laws and Resolutions
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. 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 -fact to act in behalf of the Company in the
execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attomeys -in -fact, subject to
the iimitabons 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 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 attorney -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 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 Appointment of Attorney -in -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 attorneys -in -fact to act in behalf of the Company in the
execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, 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 attorney -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, thatthe 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 Attorney -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 instrument
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 Attorney -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
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 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."
Author *g By -Laws and Resolutions •
)OPTED 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. 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 attorneys -in -fact to act in behalf of the Company in the
execution of policies of insurance, bonds, undertakings and other obligatory instruments 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 the Company by their signature and
execution of any such instruments and to attach the seal of the 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 attorney -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 cf
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 aff ixed 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 Appointment 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 -fact to act in behalf of the Company in the
execution of policies of insurance, bonds, undertakings and other obligatory instruments 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 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 attorney -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 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 Attorney -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 instrument
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 Attorney -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
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 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."
•
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
n
County of \ V7l Yl �t ss.
0
On kj j , before me, l l ) I t f- j i l li n l ( L A ) l "q
Oate Name and Title of Officer e.g.,'Jarro Doe. No ry Public)
personally appeared L_ ( �`�i �1 1C
Name(.) .1 SVgmgs)
yf personally known to me
❑ proved to me on the basis of satisfactory
evidence
to be the personA whose name(,] (is%r
subscribed to the within instrument and
acknowledged to me that (t gshe /they- executed
the same in hi *her heir aithorized
capacity(), an that by isMaerl#wgr_
signature on the instrument the personA, or
the entity upon behalf of which the person
acted, executed the instrument.
WITNESS my h nd and offj�al.
\ Umil 1 ( .
Place Notary Seal Above S- turo 0 Notary wVC
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 —0 Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Number of Pages:
WGFiT TXUM6PwN7
oP SIGNFR
O 1997 National Notary A.aooauon • 9350 De Soto Ave., P.O. Box 2402 • CMus norm, CA 913132402 Prod. Ne. 5907 Reome . Call Toll -Free 1�erbeecl
F 1213054
ior ;° '
2003-
�>Y
yf personally known to me
❑ proved to me on the basis of satisfactory
evidence
to be the personA whose name(,] (is%r
subscribed to the within instrument and
acknowledged to me that (t gshe /they- executed
the same in hi *her heir aithorized
capacity(), an that by isMaerl#wgr_
signature on the instrument the personA, or
the entity upon behalf of which the person
acted, executed the instrument.
WITNESS my h nd and offj�al.
\ Umil 1 ( .
Place Notary Seal Above S- turo 0 Notary wVC
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 —0 Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Number of Pages:
WGFiT TXUM6PwN7
oP SIGNFR
O 1997 National Notary A.aooauon • 9350 De Soto Ave., P.O. Box 2402 • CMus norm, CA 913132402 Prod. Ne. 5907 Reome . Call Toll -Free 1�erbeecl
0 0
PAGE 4
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
2000 -2001 CITYWIDE SIDEWALK, CURB AND GUTTER REPLACEMENT
CONTRACT NO. 3352
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.
3.
Subcontract Work Subcontractor Address
05$35 00.rbc,nny Are__ '" 05
I'T
4.
5.
6.
7.
8.
9.
10.
Fri FC r ✓Y'i s'c- nC . / �1�
Bidder horized Signature/Title
L .G - 1 oofi K- ar)l l�2Sident
i
0
PAGE 5
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
2000 -2001 CITYWIDE SIDEWALK, CURB AND GUTTER REPLACEMENT
CONTRACT NO. 3352
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 Person Telephone
Completed Name /Agency To Contact Number
bee
IlWT
Bidder thonzed Signature/Title
L.G• T610'hA -t ;, Pres;c�,�t
Lic. No. 296213 -A
2000 JOB LIST
�J
' es. Inc.
General Engineering Contractors
Job 00 -01
City of Santa Ana
Neighborhood Improvements
Edward Torres
Project Nos. 1804, 1805,
(714) 647 -5018
7353 and 7354
$168,052
awarded: Feb. 2000
completed: August 2000
Job 00 -02
City of South Gate
South Gate Park Outdoor
Abdulla Ahmed
Basketball Court Concrete
(323) 563 -9581
Slab Replacement
$88,900
City No. 251 -ARC
awarded: Feb. 2000
completed: April 2000
Job 00 -03
City of Corona
Pedestrian Access, Various
Linda Abushaban
Locations
(909) 739 -4812
Project No. 39 -1199
$50,560
awarded: Feb. 2000
completed: July 2000
Job 00 -04
City of Riverside
Accessible Pathway 1999/2000
Rob Van Zanten
Phase II
(909) 826 -5875
awarded: March 2000
$121,730
completed: June 2000
Job 00 -05
City of Orange
Annual Service Contract
Jose Maciel
for Concrete Replacement
(714) 744 -5526
Bid No. 978 -48
$120,000
awarded: July 2000
P.O. Box 3905
Tustin, CA 92781 -3905
714- 734 - 8064 /FAX 714 - 734 -8067
Lic. No. 296213 -A
Job 99 -009
Job 99 -010
= Cnferprises, 5ne.
General Engineering Contractors
1999 JOB LIST
.Charles Abbott Assoc. Curacao & Tobago
Kevin Smith Concrete Improvements
(949) 362 -3820 Laguna Niguel
$14,875 awarded: July 1999
completed: July 1999
City of Orange Annual Service Contract
for Concrete Replacement
(714) 532 -6480 Bid No. 978 -48
Job 99 -011 City of South Gate
David Lopez /Tom Melendrez
(323) 563 -9537
$262,675
Job 99 -012 City of Beverly Hills
Chris Theisen
(310) 285 -2511
$577,809
Job 99 -013 Co. of Orange PRRD
Bob Witting
(714) 567 -6253
$60,000
1998 -99 Citywide Pave-
ment Rehab. Program,
Phase II Project 241 -ST
awarded: July 1999
completed: October 1999
1999 -2000 Annual Maint.
& Rpr. of St. and Alleys
awarded: July 1999
completed:
PCC Maint. Rpr Contract
P/A No. N1000002079
awarded: Aug. 1999
completed:
P-O. Box 3905
Tustin, CA 92781 -3905
714- 734 -8064 / FAX 714- 734 -8067
Lic. No. 296213 -A
1999 JOB LIST
Cn %rprlses, 5nc.
General Engineering Contractors
Job 99 -001
City of South Gate
1998 -99 Citywide Wheelchair
Mike Williams
Ramps & Bollards
-(323) 563 -9537
Project No. 227 -ST
$43,410
awarded: Jan. 1999
completed: March 1999
Job 99 -002
L.A. Co. Dept. Pub. Works
Imperial Highway
Ray Green
La Mirada
(626) 458 -4933
Cash Contract 8899
$93,645
awarded: March 1999
completed: July 1999
Job 99 -003
City of Huntington Park
Wheelchair Ramp Facilities
Patrick Fu
at various locations
(323) 584 -6273
Project No. 99 -005
$22,533
awarded: April 1999
completed: June 1999
Job 99 -004
City of South Gate
1998 -99 Bus Shelter Program
David Lopez
Project No. 238 -GEN
(323) 563 -9576
awarded: April 1999
$82,800
completed: August 1999
Job 99 -005
Charles Abbott Assoc.
Golden Springs Drive
Kevin Smith
Drainage Improvements
(949) 362 -3820
awarded: May 1999
$18,719
completed: May 1999
Job 99 -006
City of South Gate
Citywide Sidewalk Replacement
Abdulla Ahmed
Program
(323) 563 -9581
Project No. 242 -ST
$64,200
awarded: June 1999
completed: July 1999
Job 99 -007
City of Santa Ana
Bus Stop Accessibility Impr
William Albright
Project No. 8675
(714) 565 -4029
awarded: June 1999
$142,454
completed: November 1999
Job 99 -008
City of Westminster
Bus Stop Accessibility Imp.
Peter Mackprang
at 73 various locations
(714) 898 -3311 xtn 217
Project No. 55036- 991007
$89,583
awarded: June 1999
completed: August 1999
P.O. Box 3905
Tustin, CA 92781 -3905
714- 734 -8064 ) FAX 714 - 734 -8067
Lic. No, 296213 -A
Job 98 -010
Job 98 -011
Job 98 -012
Job 98 -013
Job 98 -014
Job 98 -015
Job 98 -016
Job 98 -017
..
0
L,93 Cn%rprises
General Engineering Contractors
1998 JOB LIST
City of Santa Ana
School Signage and Cross -
William Albright
walks - Citywide
(714) 565 -4029
Project No. 1608
$208,400
Awarded: July 1998
Completed: January 1999
City of Santa Ana
Bus Stop Accessibility
David Urbin
Improvements (F.Y. 97 -98)
(714) 565 -4028
Project No. 8673
$139,089
Awarded: June 1998
Completed: February 1999
City of Orange
Annual Service Contract for
Phil Pierce
Concrete Replacement various
(714) 532 -6480
locations Fiscal Year 1997 -98
$198,000
Bid No. 978 -48, PO #R15803
Awarded: June 1998
City of Lake Forest
Sidewalk Access Ramp Const.
Derek Wieske
Project and Jeronimo Road
(949) 461 -3488
Sidewalk Gap Closure Project
$202,538
Awarded: June 1998
Completed: February 1999
Co. of Orange /PF &RD
Access Ramps at various loc-
Robert Witting
ations in the Laguna Hills
(714) 567 -6253
Area
$10,000
Awarded: Sept. 1998
Completed: Dec. 1998
City of Beverly Hills
Upgrade Holiday Banner Sup -
Rob Beste
ports along Wilshire Blvd.
(310) 285 -2512
Awarded: Sept. 1998
$181,494
Completed: Nov. 1998
City of Laguna Niguel
Niguel Heights Rd. @ Avila
Terry Lutz
Via Valverde Drain @ Cul -de -sac
(949) 362 -4364
Awarded: Sept. 1998
$18,975
Completed: Sept. 1998
Charles Abbott Assoc.
Various locations in Laguna
Kevin Smith
Niguel
(949) 362 -3820
Awarded: October 1998
$9,092.50
Completed: October 1998
City of Beverly Hills
1998 -99 Annual Maint. and
Prem Kumar
Repair of Streets and Alleys
(310) 285 -2557
Awarded: October 1998
$701,828
Completed: June 1999
P.O. Box 3905
Tustin, CA 92781 -3905
714 - 734 - 8064 /FAX 714- 734 -8067
Job #98 -001
Job #98 -002
Job #98 -003
3;�L3
Job #98 -004
E
0
City of Beverly Hills Median Construction on
Robert Beste La Cienega Blvd. between
(310) 285 -2504 Gregory Way and Olympic Blvd.
PO #98203170 awarded: Nov. 1997
$141,325 Completed: May 1998
City of Beverly Hills 1997 -98 Annual Maintenance
Robert Beste and Repair of Streets and
(310) 285 -2504 Alleys - Contract No. 150 -97
PO #98204126 Awarded: Nov. 1997
$459,975 Completed: July 1998
City of South Gate
Abdulld Ahmed
,0+2) 563 -9581
Contract No. 1767
$75,950
City of South Gate
Abdulla Ahmed
(213) 563 -9581
Contract No. 1760
$44,939.50
Job #98 -005 City of South Gate
David Lopez
5a'2> (213 563 -9576
Contract No. 1773
$91,400
Job #98 -006 HCB Contractors
Jim Harrison
(310) 271 -9279
$80,160
Job #98 -007 The Equitable - Nissei
Figueroa Co.
Mark Fisher
(213) 620 -0410
PO #13318
$9 $89 I b I so
Job #98 -008 Alain Hirsch Const
Greg Sorum
(714) 527 -8500
Contract No. VC177
$8,255
Job #98 -009 V O I D
FY 1997 -98 Citywide Sidewalk
and Wheelchair Ramps Const.
Project No. 213 -ST
Awarded: Jan. 1998
Completed: Feb. 1998
Const. of Permanent Picnic
Areas in South Gate Park,
Phase II - Project No. 204 -GEN
Awarded: Nov. 1997
Completed: Jan. 1998
1998 Bus Shelter Program
Project No. 209 -GEN
Awarded: March 1998
Completed: July 1998
Concrete Onsite and Offsite Work
Canon at Wilshire /Tolex Tenant
Improvement - 9420 Wilshire
Blvd., Beverly Hills
Awarded: May 1998
Completed: Aug. 1998
Install Handicap Ramps and
Repair Sidewalk at 445 South
Figueroa St., Los Angeles
Awarded: April 1998
Completed: May 1998
Concrete Work at Macy's
Mission Road - Furniture
Clearance Center
Awarded: June 1998
Completed: June 1998
V 0 I D
0
COMPLETED JOBS
1. City of South Gate
Abdulla Ahmed
3a3 P2 563 -9581
Contract No. 1730
$44,800 .....
2. City of Fountain Valley
Bob Kellison
(714) 593 -4517
Contract No. CON -97 -50
$22,818
3. City of South Gate
Abdulla Ahmed
3a� (-2-�) 563 -9581
Contract No. 1731
$84,700
4. City of Beverly Hills
Robert Beste
(310) 285 -2512
Contract No. 126 -96
$429,370
0
Construction of Permanent
Picnic Areas in South Gate Park
Project No. 200 -GEN
Awarded: June 1997
Completed: July 1997
Construction of Pedestrian
Improvements at various loca-
tions - Project No. GF4149
Awarded: June 1997
Completed: Aug. 1997
Citywide Sidewalk and Wheel-
chair Ramp Construction
Project No. 193 -GEN
Awarded: June 1997
Completed: July 1997
1996 -97 Annual Maintenance
and Repair of Streets and
Alleys
Awarded: Nov. 1996
Completed: June 1997
5.
City of South Gate
Tweedy Blvd. and Garfield
Abdulla Ahmed
Ave. Improvements
3;3
(7.137 563 -9537
Awarded: March 1996
$267,420
Completed: Oct. 1996
6.
L.A. Co. Dept. Public Works
Azusa Avenue (Pave Median and
Robert Schwartz
Reconstruct damaged Sidewalk)
(.aa(o
(-& 8) 458 -3122
Awarded: June 1996
Cash Contract 8457
Completed: Aug. 1996
$91,160
7.
City of Tustin
Street Improvements for San Juan
Dave Balbas
Street Widening and Walnut Street
(714) 573 -3150
Widening - Newport Ave. to
Project Nos. 700134
Orange Street
and 700135
Awarded: Aug. 1995
$173,061
Completed: March 1996
8.
City of Paramount
Progress Park Parking Lot and
Don Allen
Basketball Lighting Improvements
(310) 908 -6200
Awarded: Sept. 1995
Project No. 9923
Completed: Dec. 1995
$81,140
0 0
PAGE 6
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
2000 -2001 CITYWIDE SIDEWALK, CURB AND GUTTER REPLACEMENT
CONTRACT NO. 3352
NON - COLLUSION AFFIDAVIT
State of California )
) ss.
County of r )
L . C-� . I C� 1� i 0.1 , being first duly sworn, deposes and says that he or she is
Vre-5 i d ev\fi of t GT n e^ C . , the party making the
foregoing bid; that the bid is not made in the interest of, 6r 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.
declare under penalty of perjury of the laws of the State of California that the foregoing is true
and correct.
L T Fn-4e,- s es
Bidder
Authorized Signature/Title
L_(.q• ioutiK'I w -\, 1°res�cey�t
Subscribed and sworn to before me this _ day of
Notary Public
2000.
[SEAL]
My Commission Expires:
•
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
r ss.
County of F_ i 71 1
On ,
Data
personally appeared
before me, I i Pa t2jil,
Name and Me of Off., (e.g. Jane Coe, Notary Pu lic-)
I "I -- . I , .
1K['- JINNIC(
Comn'aEXpi�eS Mar i6, 2003
personally known to me
proved to me on the basis of satisfactory
evidence
to be the personK whose name* (jam
subscribed to the within instrument and
acknowledged to me that&shekhey executed
the same in 6is uthorized
capacity(los), and that by i1sfherfttte1r
signature(Von the instrument the personal, or
the entity upon behalf of which the personal
acted, executed the instrument.
WITNESS my hand and official s aaf.�
I
PWCe Notary seal Above a of Notary Public
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-0 Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Number of Pages:
RIGHT TMUMapRINT
OF SIGNER
O 1997 National Notary Asaxoatbn • 9350 De Sato Aw., P.O. Box 2402 • Chaft a . CA 91313 -2402 Prod, No. 5907 Reorder Call Toll -Free 1.800-978 -6827
• • PAGE 7
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
2000 -2001 CITYWIDE SIDEWALK, CURB AND GUTTER REPLACEMENT
CONTRACT NO. 3352
NOTICE TO SUCCESSFUL BIDDER
The following Contract Documents shall be executed and delivered to the Engineer within
ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of receipt
Notice of Award to the successful bidder:
• CONTRACT
• LABOR AND MATERIALS PAYMENT BOND
• FAITHFUL PERFORMANCE BOND
The City of Newport Beach will not permit a substitute format for these Contract
Documents. Bidders are advised to review their content with bonding, insuring and legal agents
prior to submission of bid. Certificate(s) of Insurance, General Liability Insurance
Endorsement, and Automobile Liability Insurance Endorsement shall be provided as
required by the Contract documents and delivered to the Engineer within ten (10) days (not
including Saturday, Sunday and Federal holidays) after the date of receipt Notice of Award
to the successful bidder.
The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by
an insurance organization or surety (1) currently authorized by the Insurance Commissioner to
transact business of insurance in the State of California, and (2) listed as an acceptable surety in
the latest revision of the Federal Register Circular 570.
Pursuant to Public Contract Code Section 22300, appropriate securities may be
substituted for any monies to be withheld to ensure performance under the Contract.
Insurance companies affording coverage shall be (1) currently authorized by the Insurance
Commissioner to transact business of insurance in the State of California, and (2) assigned
Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance
with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be
provided as specified in the Standard Specifications for Public Works Construction, except as
modified by the Special Provisions. Certificates of Insurance and additional insured
endorsements shall be on the insurance company's forms, fully executed and delivered with the
Contract. The Notice to Proceed will not be issued until all contract documents have been
received and approved by the City.
F- 1
J
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
• PAGE 8
2000 -2001 CITYWIDE SIDEWALK, CURB AND GUTTER REPLACEMENT
CONTRACT NO. 3352
CONTRACT
THIS AGREEMENT, entered into this 12th day of September, 2000, by and between the CITY
OF NEWPORT BEACH, hereinafter "City," and LGT Enterprises, Inc., hereinafter
"Contractor," is made with reference to the following facts:
WHEREAS, City has advertised for bids for the following described public work:
2000 -2001 CITYWIDE SIDEWALK, CURB AND GUTTER REPLACEMENT
Project Description
3352
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. 3352, 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 one hundred twenty -eight thousand,
three hundred twenty -five and 00/100 Dollars ($128,325.00).
This compensation includes:
(1) Any loss or damage arising from the nature of the work,
(2) Any loss or damage arising from any unforeseen difficulties or obstructions in the
performance of the work,
(3) Any expense incurred as a result of any suspension or discontinuance of the work, but
excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the
Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance
of the work by City.
D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before
making its final request for payment under the Contract Documents, Contractor shall
submit to City, in writing, all claims for compensation under or arising out of this Contract.
Contractor's acceptance of the final payment shall constitute a waiver of all claims for
compensation under or arising out of this Contract except those previously made in writing
and identified by Contractor in writing as unsettled at the time of its final request for
payment.
E. WRITTEN NOTICE Any written notice required to be given under the Contract
Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid,
directed to the address of Contractor and to City, addressed as follows:
CITY
City of Newport Beach
Public Works Department
3300 Newport Boulevard
Newport Beach, CA 92663
Attention: Fong Tse
(949) 644 -3340
CONTRACTOR
LGT Enterprises, Inc.
P.O. Box 3905
Tustin, CA 92781 -3905
(714) 734 -8064
F. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this Contract,
hereby certifies:
"I am aware of the provisions of Section 3700 of the Labor Code which requires every
employer to be insured against liability for Workers' Compensation or undertake self -
insurance in accordance with the provisions of the Code, and I will comply with such
provisions before commencing the performance of the work of this Contract."
G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less
than A:VII and insurers must be a California Admitted Insurance Company.
Contractor shall furnish City with certificates of insurance and with original
endorsements effecting coverage required by this Contract. The certificates and
endorsements for each insurance policy are to be signed by a person authorized by that
0 9
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
connection with the performance of the work
representatives, employees or subcontractors.
included in Contractor's bid.
1. Minimum Scope of Insurance
Coverage shall be at least as broad as:
property which may arise from or in
hereunder by Contractor, his agents,
The cost of such insurance shall be
a) Insurance Services Office Commercial General Liability coverage "occurrence"
form number CG 0001 (Edition 11/85) or Insurance Services Office form number
GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance
Services Office form number GL 0404 covering Broad Form Comprehensive
General Liability.
b) Insurance Services Office Business Auto Coverage form number CA 0001 0187
covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288
Changes in Business Auto and Truckers Coverage forms - Insured Contract.
c) Workers' Compensation insurance as required by the Labor Code of the State of
California and Employers Liability insurance.
2. Minimum Limits of Insurance
Coverage limits shall be no less than:
a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily
injury, personal injury and property damage. If Commercial Liability Insurance or
other form with a general aggregate limit is used, either the general aggregate
limit shall apply separately to this project/location or the general aggregate limit
shall be twice the required occurrence limit.
b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily
injury and property damage.
c) Workers' Compensation and Employers Liability: Workers' compensation limits
as required by the Labor Code of the State of California and Employers Liability.
3. Deductibles and Self- Insured Retentions
Any deductibles or self- insured retentions must be declared to and approved by City.
At the option of City, either: the insurer shall reduce or eliminate such deductibles or
self- insured retentions as respects City, its officers, officials, employees and
volunteers; or Contractor shall procure a bond guaranteeing payment of losses and
related investigations, claim administration and defense expenses.
PAGE 11
4. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, the following provisions:
a) General Liability and Automobile Liability Coverages
City, its officers, officials, employees and volunteers are to be covered as
additional insureds as respects: liability arising out of activities performed by
or on behalf of Contractor, including the insured's general supervision of
Contractor; products and completed operations of Contractor; premises
owned, occupied or used by Contractor; or automobiles owned, leased, hired
or borrowed by Contractor. The coverage shall contain no special limitations
on the scope of protection afforded to City, its officers, officials, employees or
volunteers.
ii. Contractor's insurance coverage shall be primary insurance and /or primary
source of recovery as respects City, its officers, officials, employees and
volunteers. Any insurance or self- insurance maintained by City, its officers,
officials, employees and volunteers shall be excess of the Contractor's
insurance and shall not contribute with it.
iii. Any failure to comply with reporting provisions of the policies shall not affect
coverage provided to City, its officers, officials, employees and volunteers.
iv. Contractor's insurance shall apply separately to each insured against whom
claim is made or suit is brought, except with respect to the limits of the
insurer's liability.
The insurance afforded by the policy for contractual liability shall include
liability assumed by contractor under the indemnification /hold harmless
provision contained in this Contract.
b) Workers' Compensation and Employers Liability Coverage
The insurer shall agree to waive all rights of subrogation against City, its officers,
officials, employees and volunteers for losses arising from work performed by
Contractor for City.
c) All Coverages
Each insurance policy required by this clause shall be endorsed to state that
coverage shall not be suspended, voided, canceled, rescinded by either
party, reduced in coverage or in limits except after thirty (30) days' prior
written notice by certified mail, return receipt requested, has been given to
City.
5. Acts of God
• PAGE 12
Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for
the repairing and restoring damage to Work, when damage is determined to have
been proximately caused by an Act of God, in excess of 5 percent of the Contract
amount provided that the Work damaged is built in accordance with the plans and
specifications.
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.
0
L
PAGE 13
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.
J. CONFLICT If there is a conflict between provisions of this Contract and any other
Contract Document, the provisions of this Contract shall prevail.
K. WAIVER A waiver by City or any term, covenant, or condition in the Contract
Documents shall not be deemed to be a waiver of any subsequent breach of the same or
any other term, covenant or condition.
IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day
and year first written above.
ATTEST:
CITY CLERK
APPROV AS TO FORM:
CIT A O NEY
LGT Enterprises, Inc.
By • �-���. �/!�
Authorized Signature and Title
0 0
PR1of3
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
2000 -01 SIDEWALK, CURB & GUTTER REPLACEMENT
CONTRACT NO. 3352
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard, P. O. Box 1768
Newport Beach, California 92663 -8915
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has read the
Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes
to furnish all materials except that material supplied by the City and shall perform all work required
to complete Contract No. 3352 in accordance with the Plans and Special Provisions, and will take
in full payment therefore the following unit prices for the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. Lump Sum Mobilization
@��.n Ir�0u5cuX) Dollars
and
►,►o Cents
Per Lump Sum
2. Lump Sum Traffic Control
5e%10-% Nu:-'(3reo
@ F; I+L! Dollars
and
I p Cents
Per Lump Sum
3. 145 Each Root Prune Parkway Tree
One.
@ Tuen`Ijj F,ve- Dollars
and
r�_i D Cents
Per Each
$ IQSL
$ '75G coo
IDS (SD
L
0
PR2of3
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 900 L.F. Remove Existing and Construct
6 -inch P.C.C. Curb and Gutter
@ Dollars
and
Q0 Cents $ 1(.0.OD $ A�4,4cozm
Per Linear Foot
5. 900 L.F. Remove Existing and Construct
8 -inch Thick A.C. Patch Back
@ Si Dollars
and
tJC) Cents $ (°.LC $ 51400 -cc
Per Linear Foot
6. 14,500 S.F. Remove Existing and Construct
4 -inch Thick P.C.C. Sidewalk
@ �b u y- Dollars
and
t.l p Cents $ 00 $ 51000 .M
Per Square Foot
7. 1,100 S.F. Remove Existing and Construct
6 -inch Thick P.C.C. Driveway
@ r, ve Dollars
and
KID Cents
Per Square Foot
8. 75 S.F. Remove Existing and Construct
8 -inch Thick P.C.C. Cross Gutter
@ I erl Dollars
and
r\j C> Cents $ 10.00 $ -750. M
Per Square Foot
9. 23 Each Remove Existing and Construct
4 -inch Thick P.C.C. Curb Access Ramp
Dollars
and
1.11 Cents $ R)0.CC $ AVgO .L
Per Each
PR3of3
TOTAL PRICE IN WRITTEN WORDS
C)r�e kALu,6rCJ Iwea�kl ZiSh-r �hou�cu�
,Vhrene Nurdrei lu 2rciu F v2 Dollars
and
r lc� Cents $ 1�� , 3a`�. M
Total Price (Figures)
Date
L- I4) - 734 -80(oL4
Bidder's Telephone Number
Bidder's License No(s).
and Classification(s)
LET tn+c rev[ o c .
Bidder
S j
bidder's Authorized Signature and Title
L- —1 Klan ,
A ga7aI -3gos
Bidder's Address
0 0
r
1
1
1
1
1
2
2
2
2
2
2
2
2
2
F
3
3
3
3
3
3
4
4
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
2000 -2001 SIDEWALK. CURB & GUTTER REPLACEMENT
CONTRACT NO. 3352
INTRODUCTION
PART 1 - -- GENERAL PROVISIONS
SECTION 2
SCOPE AND CONTROL OF THE WORK
2 -6
WORK TO BE DONE
2 -9
SURVEYING
2 -9.1
Permanent Survey Markers
2 -9.2
Survey Service
2 -9.4
Line and Grade
SECTION 3
CHANGES IN WORK
3 -3
EXTRA WORK
3 -3.2
Payment
3 -3.2.3
Markup
SECTION 4
CONTROL OF MATERIALS
4 -1
MATERIALS AND WORKMANSHIP
4 -1.3
Inspection Requirements
4 -1.3.4
Inspection and Testing
SECTION 6
PROSECUTION, PROGRESS AND ACCEPTANCE
OF THE WORK
6 -1
CONSTRUCTION SCHEDULE AND
COMMENCEMENT OF THE WORK
6 -7
TIME OF COMPLETION
6 -7.1
General
6 -7.2
Working Days
6 -7.4
Working Hours
SECTION 7
RESPONSIBILITIES OF THE CONTRACTOR
7 -5
PERMITS
7 -8
PROJECT SITE MAINTENANCE
7 -8.5
Temporary Light, Power and Water
r
1
1
1
1
1
2
2
2
2
2
2
2
2
2
F
3
3
3
3
3
3
4
4
0 0
7 -9
PROTECTION AND RESTORATION OF
EXISTING IMPROVEMENTS 4
7 -10
PUBLIC CONVENIENCE AND SAFETY 4
7 -10.1
Traffic and Access 4
7 -10.2
Storage of Equipment and Materials in Public Streets 4
7 -10.3
Street Closures, Detours, Barricades 4
7 -10.4
Public Safety 5
7- 10.4.1
Safety Orders 5
7 -10.5
"No Parking" Signs 5
7 -10.6
Street Sweeping Signs 5
7 -10.7
Notice to Residents 5
7 -15
CONTRACTOR'S RECORDS /AS BUILT DRAWINGS 5
SECTION 9
MEASUREMENT AND PAYMENT 6
9 -1
MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK 6
9 -1.4
Units of Measurement 6
9 -3
PAYMENT 6
9 -3.1
General 6
PART 2 - -- CONSTRUCTION MATERIALS
SECTION 201
CONCRETE, MORTAR AND RELATED MATERIALS 7
201.1
PORTLAND CEMENT CONCRETE 7
201 -1.1
Requirements 7
201 -1.1.1
General 7
SECTION 203
BITUMINOUS MATERIALS 7
203 -1
PAVING ASPHALT 7
203 -1.1
General 7
PART 3 - -- CONSTRUCTION METHODS
SECTION 300
EARTHWORK 8
300 -1
CLEARING AND GRUBBING 8
300 -1.3
Removal and Disposal of Materials 8
300 -1.3.1
General 8
300 -1.3.2
Requirements 8
SECTION 303
CONCRETE AND MASONRY CONSTRUCTION 8
303 -5
CONCRETE CURBS, WALKS, GUTTERS, CROSS 8
GUTTERS, ALLEY INTERSECTIONS, ACCESS
RAMPS AND DRIVEWAYS 9
0 0
303 -5.1 Requirements
303 -5.1.1 General
SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATTION
308 -1 GENERAL 10
• SP 1 OF 10
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
2000 -2001 SIDEWALK, CURB AND GUTTER REPLACEMENT
CONTRACT NO. 3352
INTRODUCTION
All work necessary for the completion of this contract shall be done in accord with (1)
Plan No. R- 5757 -L; (2) these Special Provisions; (3) the Work Schedule; (4) the City's
Standard Special Provisions and Standard Drawings for Public Works Construction,
(1994 edition), including Supplements; (5) Standard Specifications for Public Works
Construction (1997 edition), including Supplements; and (6) the 1996 edition of the
Work Area Traffic Control Handbook (WATCH). Copies of the Standard Special
Provisions and Standard Drawings may be purchased at the Public Works Department.
Copies of the Standard Specifications may be purchased from Building News, Inc.,
3055 Overland Avenue, Los Angeles, California, 90034, telephone (310) 202 -7775.
The following Special Provisions supplement or modify the Standard
Specifications for Public Works Construction as referenced and stated
hereinafter:
PART 1
GENERAL PROVISIONS
SECTION 2-- -SCOPE AND CONTROL OF THE WORK
2 -6 WORK TO BE DONE Add to this Section, "The work necessary for the completion
of this contract consists of removal and disposal; reconstruct P.C.C. sidewalk, curb and
gutter, driveways, and curb access ramps; construct asphalt concrete patch back; root
pruning; curb painting; restoration of existing improvements impacted by the work; and
construct other incidental items of work."
2 -9 SURVEYING
2.9.1 Permanent Survey Markers. Modify this Section with, "All property
corners, chiseled crosses, monuments shall be preserved."
2.9.2 Survey Service. Replace the first sentence of this Section with, "The
Contractor shall be responsible for all survey work. Full compensation for providing
construction survey shall be included in the price bid for the applicable items of work."
2.9.4 Line and Grade. Add to this Section, "All reconstruction work that is longer
than 50 feet in length shall be surveyed."
0
0
SP 2 OF 10
SECTION 3 - -- CHANGES IN WORK
3 -3 EXTRA WORK
3 -3.2 Payment
3 -3.2.3 Markup Replace this Section with,"
(a) Work by Contractor. The following percentages shall be added to the
Contractor's costs and shall constitute the markup for all overhead and profits:
1) Labor ............. ............................... 20
2) Materials ........ ............................... 15
3) Equipment Rental ........................... 15
4) Other Items and Expenditures ........... 15
To the sum of the costs and markups provided for in this subsection, 1 percent
shall be added as compensation for bonding.
(b) Work by Subcontractor. When all or any part of the extra work is
performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be
applied to the Subcontractor's actual cost of such work. A markup of 10 percent
on the first $5,000 of the subcontracted portion of the extra work and a markup
of 5 percent on work added in excess of $5,000 of the subcontracted portion of
the extra work may be added by the Contractor."
SECTION 4 - -- CONTROL OF MATERIALS
4 -1 MATERIALS AND WORKMANSHIP
4 -1.3 Inspection Requirements
4 -1.3.4 Inspection and Testing. All material and articles furnished by the
Contractor shall be subject to rigid inspection. No material or article shall be used in the
work until it has been inspected and accepted by the Engineer. The Contractor shall
furnish the Engineer full information as to the progress of the work in its various parts
and shall give the Engineer timely (48 hours minimum) notice of the Contractor's
readiness for inspection.
The Engineer shall select an independent testing laboratory and pay for all tests as
specified in the various sections of the Standard Special Provisions and these Special
Provisions. When in the opinion of the Engineer, additional tests and retests are
required due to deficient work, the costs of such tests shall be paid for by the
Contractor.
SECTION 6 - -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK
6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this
Section, "No work shall begin until a schedule of work has been approved and a "Notice
to Proceed" has been issued by the Engineer. The Contractor shall submit a
SP3OF10
construction schedule to the Engineer for approval a minimum of five working days prior
to commencing any work. The Schedule may be bar chart or CPM style.
The Engineer will review the schedule and may require the Contractor to reschedule the
work to conform to the requirements of the Contract Documents. If the work falls behind
the approved schedule, the Contractor shall be prohibited from starting additional work
until he has exerted extra effort to meet his original schedule and has demonstrated that
he will be able to maintain his approved schedule in the future. Such stoppage of work
shall in no way relieve the Contractor from his overall time of completion requirement, nor
shall it be construed as the basis for payment of extra work/cost because additional
personnel and equipment were required on the job.
The Contractor shall schedule and conduct his work in such a manner as to minimize
the inconvenience to the public. Included within the specified period is the curing time
required for P.C.C. improvements and the restoration of existing improvements
impacted by the work."
6 -7 TIME OF COMPLETION
6 -7.1 General. Add to this Section, "The Contractor shall complete all Contract
work within thirty -five consecutive working days from the date of the "Notice to
Proceed ", but no later than 11/30/2000. It shall be the Contractor's responsibility to
ensure the availability of all material prior to the start of work. Unavailability of material
will not be sufficient reason to grant the Contractor an extension of time for 100 percent
completion of work."
6 -7.2 Working Days. Revise 3) to read, "any City holiday, defined as January 1st,
the third Monday in February (President's Day), the last Monday in May (Memorial Day),
July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day),
the fourth Thursday in November (Thanksgiving), and December 25th (Christmas). If
January 1st, July 4th, November 11th or December 25th falls on a Sunday, the
following Monday is a holiday."
6 -7.4 Working Hours. Normal working hours for construction are from 7:00 a.m.
to 4:30 p.m. Monday through Thursday and from 7:00 a.m. to 3:30 p.m. on Fridays.
Should the Contractor elect to work up to 6:30 p.m. on weekdays or between 8:00 a.m.
and 6:00 p.m. on Saturdays, he must first obtain special permission from the Engineer.
A request for working during any of these off -hours must be made at least 72 hours in
advance of the desired time period. A separate request must be made for each work
shift. The Engineer reserves the right to deny any or all such requests. Additionally, the
Contractor shall pay for inspection costs of $50.00 per hour when such time periods are
approved.
SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR
7 -5 PERMITS. Add to this Section, "At the time of Award and until the completion of
work, the Contractor shall possess a General Engineering Contractor "A" License or a
Concrete Contractor "C -8" License. From the start until the completion of work, the
SP4OF10
Contractor and each sub - contractor shall possess a valid Business License issued by
the City of Newport Beach."
7 -8 PROJECT SITE MAINTENANCE
7 -8.5 Temporary Light, Power and Water. Add to this Section, "If the Contractor
elects to use City water for the work, he shall arrange for a meter and tender a $750
meter deposit with the City. Upon return of the meter to the City, the deposit will be
returned to the Contractor, less a quantity charge for water usage and repair charges
for damage to the meter.
The City does not have any electrical power hook -up points in close proximity to the
work locations. The Contractor shall make arrangements for the utilities that he will
need for completing the work."
7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. Replace
the first sentence of the second paragraph with, 'The Contractor shall repair, restore, or
reconstruct all existing public and private improvements disturbed or damaged by the
Work which are not designated for removal. Such restoration work may include, but not
limited to, turf, plants and planters, shrubs, trees, irrigation components, electrical
components, fences, brick and brick pavers, concrete, painting of various surfaces,
ornaments and other decorative items, property corner survey markings, etc."
Replace the last sentence of the third paragraph with, "Lawns shall be repaired with sod
identical to the existing type."
Add to this Section, 'The Contractor is advised to keep records of the existing work site
condition prior to the start of any construction work."
7 -10 PUBLIC CONVENIENCE AND SAFETY
7 -10.1 Traffic and Access. Add to this Section, 'The Contractor shall provide
traffic control and access in accordance with the Standard Specifications and the
WATCH. All arrowboards shall be solar - powered."
7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first
paragraph and add the following: "Construction materials, tools, and /or equipment shall
not be stored in streets, parkway, or sidewalk areas."
7 -10.3 Street Closures, Detours and Barricades. Add to this Section, 'The
Contractor shall prepare a traffic control plan in accordance with the Standard
Specifications and WATCH. The Contractor will be responsible for processing and
obtaining approval of a traffic control plan from the Engineer. The Contractor shall
adhere to the conditions of the traffic control plan.
No work shall be constructed without a City approved traffic control plan."
►__I
7 -10.4 Public Safety
Ll
SP5OF10
7- 10.4 -1 Safety Orders. Add to this Section, "The Contractor shall be solely
and completely responsible for conditions of the job -site, including the safety of all
persons and property during the performance of the work. The Contractor shall fully
comply with all State, Federal and other laws, rules, regulations, and orders relating to
the safety of the public and the workers.
The right of the Engineer or the City's Representative to conduct construction review or
observation of the Contractor's performance shall not include review or observation of
the adequacy of the Contractor's safety measures in, on, or near the construction site."
7 -10.5 "No Parking" Signs. The Contractor shall furnish, install, and maintain in
place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING"
signs) which he shall post at least 48 hours in advance of the need for enforcement. In
addition, it shall be the Contractor's responsibility to notify the City's Police Department,
Parking Control Division at (949) 644 -3717 at least forty -eight hours for verification of
posting in advance of the need for enforcement. The signs shall (1) be made of white
card stock; (2) have minimum dimensions of 12- inches wide and 18- inches high; and
(3) be similar in design and color to sign R -38 of the CalTrans Uniform Sign Chart.
The Contractor shall print the hours and dates of parking restriction on the "NO
PARKING -TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the
completed sign shall be reviewed and approved by the Engineer prior to posting.
7 -10.6 Street Sweeping Signs. After posting temporary "NO PARKING - TOW
AWAY" signs, the Contractor shall cover street sweeping signs, on those streets
scheduled for work, with a "PERMIT PARKING ONLY" sign, in a manner approved by
the Engineer. Immediately after construction is complete and the street is opened to
traffic, the Contractor shall promptly uncover the street sweeping signs and remove the
temporary "NO PARKING — TOW AWAY" signs.
7 -10.7 Notices to Residents. Forty -eight hours before the start of any construction,
the Contractor shall distribute to the adjacent residents a written notice stating when
construction operations will start and when the construction will be completed. The
written notices will be prepared by the Engineer. The Contractor shall insert the
applicable dates and times when the notices are distributed. Errors in distribution, false
starts, acts of God, strikes or other alterations of the schedule will require Contractor re-
distribution using an explanatory letter furnished by the Engineer.
7 -15 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS. A stamped set of
approved plans and specifications shall be at the job site at all times. In addition, the
Contractor shall maintain a "As- Built" Work Schedule as the job progresses.
The Contractor shall maintain books, records, and documents in accord with generally
accepted accounting principles and practices. These books, records, and documents
shall be retained for at least three years after the date of completion of the project.
During this time, the material shall be made available to the Engineer. Suitable facilities
are to be provided for access, inspection, and copying of this material.
0 SP 6 OF 10
SECTION 9 - -- MEASUREMENT AND PAYMENT
9 -1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK
9 -1.4 Units of Measurement. Replace this Section with, "Measurements shall be
made in English units."
9 -3 PAYMENT.
9 -3.1 General. Delete the last sentence of the first paragraph and add, "The City
may identify additional work within proximity of the locations listed in the Work
Schedule. Such additional work quantities shall be paid at the unit prices bid."
Revise paragraph two to read 'The unit and lump sum prices bid for each item of work
shown on the Proposal shall include full compensation for furnishing the labor,
materials, tools, equipment, surveying, and doing all the work to complete the work in
place and no other compensation will be allowed thereafter. Payment for incidental
items of work not separately listed shall be included in the prices shown for the other
related items of work. The following items of work pertain to the bid items included
within the Proposal:
Item No. 1 Mobilization: Work under this item shall include all preparation and
scheduling of materials and equipment necessary to complete the contract work.
Item No. 2 Traffic Control: Work under this item shall include providing the required
traffic control including, but not limited to, preparation of traffic control plans, signs,
delineators, traffic cones, barricades, arrowboards, steel plates, and all other work
necessary to comply with the WATCH and the City of Newport Beach requirements.
This item shall also include the delivery of all required notices, posting of signs, and all
other costs incurred in notifying the residents.
Item No. 3 Root Prune Parkway Tree: Work under this item shall include root
pruning, removal and disposal, backfilling the tree wells with a native soil approved by
the Engineer, and all other work as required to complete the work in place. All existing
utilities or other improvements damaged by the work shall be immediately repaired at
the expense of the Contractor and no additional compensation shall be made.
Item No. 4 Remove Existing and Construct 6" P.C.C. Curb and Gutter: Work under
this item shall include the removal and disposal of the existing curb and gutter,
subgrade compaction, surveying, reconstruct curb openings for existing curb drains,
repaint curb, repaint curb house numbers, re- chisel curb face for existing underground
utilities, and the restoration of all existing improvements damaged by the work.
Item No. 5 Remove Existing and Construct 8" Thick A.C. Patch Back: Work under
this item shall include sawcutting, removal and disposal of the existing pavement,
subgrade compaction, tack coat, and all other work required to complete in place the
minimum one foot wide full -depth asphalt concrete patch back required adjacent to new
curb, gutter, and driveways.
• • SP 7 OF 10
Item No. 6 Remove Existing and Construct 4" Thick P.C.C. Sidewalk: Work under
this item shall include the removal and disposal of the existing sidewalk, adjust City
utility facilities such as street lighting, water, sewer boxes and covers to grade,
reconnect street light wirings, the temporary relocation and re- installation of sign posts,
etc., and all other work items as required to complete the work in place.
Item No. 7 Remove Existing and Construct 6" Thick P.C.C. Driveway: Work under
this item shall include the removal and disposal of the existing driveway and depressed
gutter, subgrade compaction, adjust City utility facilities such as street lighting, sewer,
water, etc. boxes and covers to grade, reconnect street light wirings, the reconstruction
of the depressed gutter adjacent to the driveway, etc., and all other work items as
required to complete the work in place.
Item No. 8 Remove Existing and Construct 8" Thick P.C.C. Cross Gutter: Work
under this item shall include the removal and disposal of the existing cross gutter,
subgrade compaction, aggregate base, aggregate base compaction, adjust City utility
facilities such as street lighting, sewer, water, etc. boxes and covers to grade, and all
other work items as required to complete the work in place.
Item No. 9 Remove Existing and Construct 4" Thick P.C.C. Curb Access Ramp:
Work under this item shall include the removal and disposal of the existing driveway
and curb and gutter, subgrade compaction, adjust City utility facilities such as street
lighting, sewer, water, etc. boxes and covers to grade, reconnect street light wirings, the
temporary relocation and re- installation of sign posts, the construction of depressed
gutter and retaining curb adjacent to the ramp, and all other work items as required to
complete the work in place.
PART 2
CONSTRUCTION MATERIALS
SECTION 201 - -- CONCRETE, MORTAR, AND RELATED MATERIALS
201 -1 PORTLAND CEMENT CONCRETE
201 -1.1 Requirements
201 -1.1.1 General Add to this Section, "All portland cement concrete used on the
work shall be 560 -C- 3250."
SECTION 203 - -- BITUMINOUS MATERIALS
203 -1 PAVING ASPHALT
203 -1.1 General Add to this Section, "All asphalt concrete used on the work shall
be III- C3 -AR- 4000."
i
PART 3
CONSTRUCTION METHODS
SECTION 300 - -- EARTHWORK
300 -1 CLEARING AND GRUBBING
300 -1.3 Removal and Disposal of Materials
4110 SP8OF10
300 -1.3.1 General Replace this Section with, 'Removed pavement and other
unsalvageable material shall become the property of the Contractor and be disposed of
at the Contractor's expense in a manner and at a location acceptable to the cognizant
agencies. All removal and disposal costs shall be included in the unit price bid for that
item of work.
The Contractor shall either 1) apply for and obtain a no -fee solid waste self -haul permit
from the City's Business License office, or 2) subcontract with a private solid waste
hauler already permitted to operate within the City.
Unless otherwise specified elsewhere in this contract, non - reinforced concrete and
asphalt wastes generated from the job sites shall be disposed of at a facility which
crushes such materials for reuse. Excess soil and other recyclable solid wastes shall
not be disposed of at a sanitary landfill.
The Contractor shall not dispose of any interfering private improvements within the
work limits. All existing private improvements removed or damaged by the Contractor
to facilitate the work shall be rebuilt to their condition prior to the work. In case of errant
disposal of existing private improvements, the Contractor shall furnish all replacement
materials and labor at his own costs to restore the affected improvements."
300 -1.3.2 Requirements
(a) Bituminous Pavement. Replace the second sentence of this Section with,
"Sawcutting of edges to be joined with existing A.C. pavement is required."
(c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley
Intersections. Replace the first sentence of this Section with, "Saw cuts shall be neatly
made to a minimum of two (2) inches." and replace the words 1 '/2 inch" of the last
sentence with the words "two (2) inches."
SECTION 303 - -- CONCRETE AND MASONRY CONSTRUCTION
303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY
INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS
303 -5.1 Requirements
• SP 10 OF 10
3. Selective Root Pruning
a. This process involves selectively removing offending roots when 1) a tree trunk
of root flare is less than 2 feet from the sidewalk or 2) the size, species or
condition of the tree warrants a root cut to be hazardous to the tree or 3) when
there is only one minor offending root to be removed or 4) the damage is
minimal (i.e., only one sidewalk panel is uplifted, etc.).
b. Selective root pruning shall be performed with an axe or stump grinding
machine instead of a root - pruning machine.
c. All tree roots that are within the sidewalk construction area shall be removed
or shaved down.
d. Roots greater than two inches in diameter that must be removed, must be
pre- approved by the City's Urban Forester.
e. Roots shall be selected for removal on the basis that will have the least impact
on the health and stability for the tree.
FAUsers \PBW\Shared \Contracts \FY 00- 01\2000 -2001 Citywide Sidewalk, Curb and Gutter Replacement (C-
3352) \SPECIFICATIONS C- 3352.doc
ac� CERTIFICAJF OF LIABILITY INSU NCI�,,TEN -
D DATE(MMIDD/YY)
M 09/27/00
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Crqsby Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
C; Hopper Ins. Service, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
8181 E. KAISER BLVD. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
ANAHEIM HILLS CA 92808
Phone:714- 221 -5200 Fax:714- 221 -5210 INSURERS AFFORDING COVERAGE
INSURED 'INSURER A: Commercial _Underwriters Ins
INSURER B:
LGT Enterprises, Inc. INSURER C:
PO BOX 39D5 INSURER D:
Tustin CA 92781 - - - ---
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
ILTR TYPE OF INSURANCE
LTR
POLICY NUMBER DATE MMF EFFECTIVE
DATEVMMIDD/Yy EXPIRATION
LIMITS
GGE,INERAL LIABILITY
• nlCOMMERCIAL GENERAL LIABILITY
CLAIMS MADE 7I OCCUR
III— 11r'
GL008392
I
05/10/00
05 /10 /01
EACH OCCURRENCE
S1,000,000
550,000
FIRE DAMAGE (Any one fire)
_
MED EXP (Any one person)
S
PERSONAL & ADV INJURY
—
$1,000,000
GENERAL AGGREGATE
52,000_,000
I
GEN'L AGGREGATE LIMIT APPLIES PER
) I PRO-
POLICY LOC
PRODUCTS - COMP /OP AGG
$1,000,000
•
AUTOMOBILE
LIABILITY
ANY AUTO CCP6420290
ALL OWNED AUTOS
SCHEDULED AUTOS 'NSURANCE
HIRED AUTOS
NON- OWNEDAUTOS I
ATE
05/03/00
PPRO
K MANAGE
:,
11/10/00
-
COMBINED SINGLE LIMIT
(Ea accident)
$
X
1 X
BODILYINJURY
(Par parson)
$
5
X
X
X
B URV
er accide t)
PROPP6Y DAMAGE
(Per cident)
$
I
GARAGE LIABILITY
MANY AUTO
AUTO ONLY- EA ACCIDENT
I $
$
OTHER THAN .EA ACC
AUTO ONLY: AGG
—
S
EXCESS LIABILITY
lOCCUR n CLAIMS MADE
DEDUCTIBLE
RETENTION $
I
EACH OCCURRENCE
$
AGGREGATE
$
S
$
S
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
TORY LIMITS(-_ ER
E.L. EACH ACCIDENT
$
S
E.L. DISEASE - EA EMPLOYE
E.L. DISEASE- POLICY LIMIT
$
OTHER
I t
DESCRIPTION OF OPERATIONS ILOCAnONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
*Ten Day Notice of Cancellation will be given for Non - Payment of Premium*
Certificate holder, its officers, officials, employees and volunteers are
named additional insured per attached form. RE: 2000 -2001 Citywide Sidewalk,
Curb 6 Gutter Replacement. Contract No. 3352
S.CK I IFH.A I C KULUCK T I ADDITIONAL NBUKGUI INSUKGK LGI I tK: VNINt,cLLn uvIY
NEWPORT SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL MAIL
CITY OF NEWPORT BEACH 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
Public Works Dept. --
Attn: Fong Tse LEFT,
3300 Newport Blvd.
Newport Beach CA 92658
POLICY NUMBER: GL008392 COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS -(FORM B)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE
Name of Person or Organization:
The City of Nehiport Beach; its offrcers,offrcials, employees and volunteers
RE: 2000 -2001 Citywide Sidewalk, Curb & Gutter Replacement. Contract No. 3352
(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 the insured by or for you.
Primary & Non - Contributory
"Such insurance as is afforded by this policy is primary insurance and no other insurance of the additional
insured(s) will be called upon to contribute to a loss."
Cancellation Clause
With respect to the additional insureds, this Insurance shall not be canceled, or materially reduced in
coverage or limits except after thirty (30) days written notice has been given to the Certificate Holder.
CG20 10 11 85 Copyright, Insurance Services Office, InC. 4984 .. _ Page 1 OF 1
RISK MANAGER
0 CERTIFICATE OF INSURANCE 41'
SUCH INSURANCE AS RESPECTS THE INTEREST OF THE CERTIFICATE HOLDER WILL NOT BE CANCELED OR OTHERWISE
TERMINATED WITHOUT GIVING 10 DAYS PRIOR WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED BELOW, BUT IN NO
EVENT SHALL THIS CERTIFICATE BE VALID MORE THAN 30 DAYS FROM THE DATE WRITTEN. THIS CERTIFICATE OF INSURANCE
DOES NOT CHANGE THE COVERAGE PROVIDED BY ANY POLICY DESCRIBED BELOW.
This certifies that: X STATE FARM MUTUAL AUTOMOBILE INSURANCE COMPANY of Bloomington, Illinois, or
_ STATE FARM FIRE AND CASUALTY COMPANY of Bloomington, Illinois
has Coverage in force for the following Named Insured as shown below:
Named Insured LGT ENTERPRISES, INC.
Address of Named Insured
TUSTIN, CA 92781
Name and Address of Certificate Holder
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
3300 NEWPORT BOULEVARD
NEWPORT BEACH, CA 92663
SUBJECT: 2000 -2001 CITYWIDE SIDEWALK,
CURB AND GUTTER REPLACEMENT,
LCONTRACT #3352
Check if a permanent Certificate of Insurance for liability coverage is needed:
AGENT 8558
rdle
L-
Check if the Certificate Holder should be added as an Additional Insured: -
09/20/00
Agenrs coca IHumoer uare
Name and Address of Agent
TONYA SCHNEIDER, AGENT
STATE FARM INSURANCE
10101 SLATER AVE., SUITE 105
FOUNTAIN VALLEY, CA 92708
(714) 963.9863
7
Li
1581430.2 Rev. 9 -96 Printed in U.S.A.
P45 1651- F,10 -75R
P47 7971- E10 -75H
000 6511- F.10 -75B
004 9032-El 0-75B
POLICY NUMBER
EFFECTIVE DATE
09/10/00-05/10/01
09/10/00-05/10/01
09/10/00- 05/10/01
09/10/00-05/10/01
OF POLICY
1997 FORD FLATBED
1999 FORD F250 SD
1999 FORD F250 SD
1997 FORD F350
DESCRIPTION OF
TRUCK
PICKUP
PICKUP
FLATBED
VEHICLE
LIABILITY COVERAGE
X YES NO
2L YES NO
X YCS NO
X YES NO
LIMITS OF LIABILITY
a. Sedily Injury
Each Person
Eon CGdent
b. Property Damage
Eadr Aaeent
0, Bodily Injury 8 Properly
Damage Single l:md
EeMM Acddent
/IMM/
/I MM/
/1MM/
/1MM/
X
X
YES NO
PHYSICAL DAMAGE
YES NO
_ YES NO
YES NO
COVERAGES
Cem ml a eve
1000 Deductible
1000 DedudJu.
1000 e
1000 Deductibe
X YLS NO
X YES NO
X YLS NO
YES NO
b. Callleion
$ 1000 Deductible
$ 1000 Dedu tide
$ 1000 Deductible
—Xrft
$ moo Ded.cide
EMPLOYER'S
NON -OWNCftSHIP
YES X NO
YLS X NO
YES X NO
YES NO
COVERAGE
HIRED 5AR COVERAGL
YLS X NO
YES X NO
YES X NO
YES X NO
Name and Address of Certificate Holder
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
3300 NEWPORT BOULEVARD
NEWPORT BEACH, CA 92663
SUBJECT: 2000 -2001 CITYWIDE SIDEWALK,
CURB AND GUTTER REPLACEMENT,
LCONTRACT #3352
Check if a permanent Certificate of Insurance for liability coverage is needed:
AGENT 8558
rdle
L-
Check if the Certificate Holder should be added as an Additional Insured: -
09/20/00
Agenrs coca IHumoer uare
Name and Address of Agent
TONYA SCHNEIDER, AGENT
STATE FARM INSURANCE
10101 SLATER AVE., SUITE 105
FOUNTAIN VALLEY, CA 92708
(714) 963.9863
7
Li
1581430.2 Rev. 9 -96 Printed in U.S.A.
t -
CERTIFIC OF LIABILITY INSUWNCE I DATE IMMIDONY)
A,cgRp 09/28/2000
Pf7fJUCER (805)585-6100 FAX (805) 585 -6200
Tolman & Wi ker Insurance
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
TWD Insurance Services
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
196 S. Fir Street
Ventura, CA 93002 -1388
INSURERS AFFORDING COVERAGE
INSURED L.G.T. Enterprises, Inc.
INSURER United Pacific Insurance Co.
P. 0. Box 3905
INSURER B.
Tustin, CA 92681 -3905
INSURER C'
FIRE DAMAGE (Any one fire)
INSURER 0
MEO EXP(Any one person)
INSURER E
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSK LTR
TYPE OF INSURANCE
POLICY NUMBER
DATE(MM /DDIYY)
DATE(MMIDD/YY)
LIMITS
GENERAL LIABILITY
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE 1-1 OCCUR
EACH OCCURRENCE
$
FIRE DAMAGE (Any one fire)
S
MEO EXP(Any one person)
$
PERSONAL &ADV INJURY
$
GENERAL AGGREGATE
$
GEN'L AGGREGATE LIMIT APPLIES PER
POLICY PRO JECT LOC
PRODUCTS - COMP /OP AGG
$
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
' ��i ppp pA
It�ORANC
/G
p '-E
{, _
APPROV
RISK MANAGER
-
COMBINED SINGLE LIMIT
(Ea accident)
$
ODILY INJ
(Per perso
$
Y
iPer accident)
$
PROPERTY D AGE
(Per acutle
$
GARAGE LIABILITY
ANY AUTO
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
AUTO ONLY: AGG
$
$
EXCESS LIABILITY
OCCUR O CLAIMS MADE
DEDUCTIBLE
RETENTION $
EACH OCCURRENCE
8
AGGREGATE
$
S
$
$
A
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
WA1178709 -01
0110112000
0110112001
X ToRYLIMiuT I ER
EL EACH ACCIDENT
$ 1,000, DD
El DISEASE - EA EMPLOYEE
$ 1,000,000
E L DISEASE - POLICY LIMIT
$ 1,000,000
OTHER
10 day Notice of Cancellation
will be given for non - payment
of premium.
DESCRIPTION OF OPERATIONVLOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENOORSEMENTISPECIAL PROVISIONS
Project: 2000 -2001 Citywide Sidewalk, Curb and Gutter Replacement. Contract No. 3352
Waiver of Subrogation is added in favor rof, the CertIf* a Holder.
1 11111.., c I I AUUHTIUNAL INSURED; INSUKEF LET IER
City of Newport Beach
Public Works Department
P.O. Box 1768
Newport Beach, CA 92658 -8915
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
_30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TOMAAIIL CH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND I - THE OMPANY. ITSAGENTS OR REPRESENTATIVES.
r
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
AL;UKU Z5-5 (7197)
C
TO: Mayor and Members of the City Council
FROM: Public Works Department
C- 335
September 12, 2000
CITY COUNCIL AGENDA,____„
I�EAiI No,,
eta
X12
i
SUBJECT: 2000 -2001 SIDEWALK, CURB AND GUTTER REPLACEMENT =AWARD
OF CONTRACT NO. 3352
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Award Contract No. 3352 to LGT Enterprises, Inc., for the Total Bid Price of
$128,325, and authorize the Mayor and the City Clerk to execute the contract.
3. Establish an amount of $12,000 to cover the cost of material testing and
unforeseen work.
DISCUSSION:
At 11 A.M on August 31, 2000, the City Clerk opened and read the following bids for this
project:
BIDDER
Low LGT Enterprises, Inc.
2 Ranco Corporation
3 JDC, Inc.
4 Nobest Incorporated
5 Damon Construction Company
6 H. B. Covey, Inc.
TOTAL BID AMOUNT
$128,325
$132,165
$137,225
$149,500
$151,700
$189,750
The low total bid amount is 10 percent below the Engineer's Estimate of $142,000. The
low bidder, LGT Enterprises, possesses a General Engineering "A" contractor's license
as required by the project specifications. LGT has satisfactorily completed similar
concrete projects for the City.
This contract provides for the replacement of approximately 14,500 square feet of
sidewalk, 900 linear feet of curb and gutter, 1,100 square feet of driveway approach,
and root pruning of 145 trees within Westcliff, Cameo Shores, and Cameo Highlands.
In addition, 23 curb access ramps will be installed within Cameo Highlands.
u
Subject: 2000 -2001 Sidewalk, Curb & Gutter Replacement — Award of Contract No. 3352
September 12, 2000
Page: 2
These replacements are necessary to eliminate existing uplifted /displaced public
improvements, and to eliminate localized water ponding by restoring acceptable
drainage to gutters that have either depressed or uplifted. Depressed sidewalk, curb,
and gutter are usually caused by settled subgrade soil. Uplifted sidewalk, driveway
approaches, curb and gutters are typically the result of uncontrolled growth of tree roots.
Funds for project are currently appropriated in the General Fund as follows:
Description Account No. Amount
Sidewalk, Curb & Gutter Replacement Program 7013- C3130016 $130,000.00
Curb Access Ramp Construction
7013- C5100549 $ 10,325.00
TOTAL $140,325.00
The project plans, specifications, and schedules were prepared by the Public Works
and the General Services staff. The contract specifications require the Contractor to
complete all contract work within 35 consecutive working days.
Respectfully submitted,
(aa
PUBLIC WORKS DEPARTMENT
Don Webb, Director
By:
Fong Tseob.E.
Associate Civil Engineer
Attachment: Project Location Map
Bid Summary
GENERAL SERVICES DEPARTMENT
David Niederhaus, Director
BAKER ST.
2
LJ ADAMS AVE. JQQ�
RAGE
o
CITY OF COAST
Lo COSTA F�IRRGROUGIS ��3 �S CITY
P OF
MESA Q�Jq Q�PO IRVINE
Z
DR
L, VICTORIA a
o Si. P, i!
r
LO IO PJ DPPER
i NEWPORT qI,
CI
BAY
U 197H U ST. Q, 4 $ U.D.I.
9 OF o
Pp �P sr N� WPO BISOR
SJQE? lti P� \ ACH A�
e
SAN
�9sr oo . 'oy Qa
� \ 0211E
Sptk STORAGE a
\ YARD
$9h, 5 DRESER >
,�`
/InIJ ia? ]ar+m
� BAY �
C
VICINITY MAP PROJECT y%
NOT TO SCALE LOCATIONS
2000 -2001 CITYWIDE SIDEWALK AND
CURB AND GUTTER REPLACEMENT
C -3352
U
w Q
M <
w �
w U
Z w
w d
N
U
0
O
0
0
0
0
0
S
O
0
r
0
0
0
0
U
O
0
00.0
O
Z
O
O
U
O
m
N
O
O
O
p
d
Z
O
O
N
H
0
0
O
r-
C
0
N
a
Z
COOMWN,tmi
W
0
O
N
0?
N
N
N
01
M
U
O
2
Z OJ
D
W
ww
Q
EDP: O m
W
m
u
Q
EA
tR
m
W
Op
a
fRM
C
Q
�N
Y
W
C)
O
O
O
Z
O
N
O
0
LL
U
0
O
0
0
0
0
0
V
0
W
0
0
Ua
m�fPr
N
kq
N
N
O
C,
Z
w Q
M <
w �
w U
Z w
w d
•
0
0
0
0
0
0
0
0
0
0
r
0
0
0
0
0
0
0
00.0
O
Z
O
O
O
O
0
N
O
O
O
p
V
Z
O
O
N
0
0
0
O
r-
n
N
N
a
N
COOMWN,tmi
D
0
0
N
0?
N
N
N
01
M
N
O
ij
D
W
a
O
N
-
u
W
EA
tR
�U1
fA�
fRM
C
Q
U
O
O
O
O
O
N
O
0
0
U
0
0
0
0
0
0
0
0
0
=z
0
0
N
m�fPr
N
kq
N
N
O
C,
Z
O
O
O
O
a
fR
N
b?
(f1
W
to
ti
O
r+
ae
�
Na
to
M
to
tR
to
0
0
0
0
0
0
0
0
0
0
o
z
O
O
O
O
O
O
O
O
O
p
U
Z
O
o
0
0
0
N
N
0
0
N
o
O
O N
O
N
n
W
0
n
0
a
N
l0
l�
n
O
n
�O
m
m01a
ui.
-iN�O�
Lr5
w
vi
��e�s
N�w�w
o
Q
eNV
�n
`)
U
U
O
O
O
O
O
N
N
O
O
�
ff
0
0
O
O
O
N
lD
O
O
=
C~
z
0
0
N
m
io
d'
4
0
0
ONLQ�o,HiV3"'�M.N
o
x
m
m
M
fA
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
r
o
0
0
0
CO.
0
0
0
0
U
Z
O
O
N
O
O
0
0
0
O
LO
C
D
O
O
N
/�
N
O
V
O
d
o
O
O
N
N
1
0
O
m
m
O
�
�i
co.�
of
ai
o�
co
Ng
`
QN
a'>
b4
Vi
wn
tR
rn�00
69
N
`U
Q
pq
d
sr
c
8
0
0
0
0
0
0
0
0
W
r
0
60.
0
0
0
l'
0
N
0
d'
0
N
0
O
0
O
Z
o
N
N
w
w
w
o
0
J�
�
0
0
b9
O
a
0
IR
co
ZZ
to
0
fA
fR
b
t
to
fA
O
F
w
mm
w
V
~8000000>00c,
tR
O
O
O
O
O
O
p
o
o
n
o
0
o
o
m
O
E
O
ti
NW
n
OW
p
2
bi
N
to
N
N
Q
V3
fA
to
EA
w
64
0
0
0
0
0
0
0
0
0 0
C
0
0
0
0
0
0
0
0
0
H
lOW
ID .
C
W
Z
N
O
O
W
to
N
fR
fA
ti
M
O
I�
W
W
�
Eq
69
•
NINIQIwIwILLIWIWIQ
J J W J J (n (n (n W
N OIO O O N
M m a
U 1
m m m m
°o 3 d E E
CD
C7 ¢
m N X n
aU U U v "
Q a a a u
U s s s s Q
U u U 0 u U
U S S L-E U
a r a
io W a iO co lD
U U U U U V
N 0 C C C C G
N )) 0 0 0 0
U
F U U U U U
m C C C C C C
m m m m m m
m'
O C w w w w w w
U- O w N O 0 N
u a
' ' ' '
o O o 'o O o
O° m m V w m w
1111111111
0
0
0
0
0
0
0
O
00
r
o
0
0
0
0
0
0
o
O
o
Z
O
O
O
O
O
N
O
N
O
p
V
O
N
O
O
O
O
O
N
0)
h
m
O
r-
n
N
N
a
COOMWN,tmi
io
v
U
O
O
O
O
O
N
O
0
0
M
=z
O
OO
W
m�fPr
kq
lA
fPrNF
�
Na
to
v+
0
0
0
0
0
0
0
0
0
0
o
z
0
0
0
o
0
0
O
o
0
U
Z
O
o
0
0
0
N
N
0
0
o
p
O
0
O
0
N
N
O
I�
O
M
N
n N
N
n
O
m
ID -
Lr5
w
vi
��e�s
N�w�w
Q
eNV
�n
U
0
0
0
O
O
N
N
O
0
ff
o
o
0
m
r-�
d
r
O
o
=
o
z
o°w
w
w
o
o
o
tPr
0
0
0
0
0
0
0
0
0
0
O
O
O
O
O
O
O
O
O
p
-o
Z
o
0
0
0
0
0
0
0
o
p
mwoo�n
c000�1ooN
m
O
�
�i
�
of
ai
o�
O
Him
b4
kA�
FRS
bN9�
`U
Q
sr
C
0
0
0
0
0
0
0
0
0
000.900000
m
o
0
0
N
O
a
0
W
O
ZZ
to
0
0
-
b
t
to
fA
O
F
mm
w
V
tR
NINIQIwIwILLIWIWIQ
J J W J J (n (n (n W
N OIO O O N
M m a
U 1
m m m m
°o 3 d E E
CD
C7 ¢
m N X n
aU U U v "
Q a a a u
U s s s s Q
U u U 0 u U
U S S L-E U
a r a
io W a iO co lD
U U U U U V
N 0 C C C C G
N )) 0 0 0 0
U
F U U U U U
m C C C C C C
m m m m m m
m'
O C w w w w w w
U- O w N O 0 N
u a
' ' ' '
o O o 'o O o
O° m m V w m w
1111111111
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
October 16, 2000
H. B. Covey, Inc.
350 E. Commercial Street
Pomona, CA 91767
Gentlemen:
Thank you for your courtesy in submitting a bid for the 2000 -2001 Citywide Sidewalk,
Curb and Gutter Replacement (Contract No. 3352) in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
r
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
October 16, 2000
Damon Construction Co.
455 Carson Plaza Drive, Unit F
Carson, CA 90746
Gentlemen:
Thank you for your courtesy in submitting a bid for the 2000 -2001 Citywide Sidewalk,
Curb and Gutter Replacement (Contract No. 3352) 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 B*EACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
October 16, 2000
Nobest, Incorporated
P. O. Box 874
Westminster, CA 92684
Gentlemen:
Thank you for your courtesy in submitting a bid for the 2000 -2001 Citywide Sidewalk,
Curb and Gutter Replacement (Contract No. 3352) 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
October 16, 2000
JDC, Inc.
P. O. Box 3448
Rancho Cucamonga, CA 91729
Gentlemen:
Thank you for your courtesy in submitting a bid for the 2000 -2001 Citywide Sidewalk,
Curb and Gutter Replacement (Contract No. 3352) 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
Ranco Corp.
P. O. Box 9007
Brea, CA 92821
Gentlemen:
CIT OF NEWPORT AACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
October 16, 2000
Thank you for your courtesy in submitting a bid for the 2000 -2001 Citywide Sidewalk,
Curb and Gutter Replacement (Contract No. 3352) in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
r
i
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach
CAY OF NEWPORAEACH
February 27, 2002
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
LGT Enterprises, Inc.
P.O. Box 3905
Tustin, CA 92781 -3905
Subject: 2000 -2001 Citywide Sidewalk, Curb and Gutter Replacement
Project (C -3352)
To Whom It May Concern:
On February 27, 2001, the City Council of Newport Beach accepted the work of
the subject project and authorized the City Clerk to file a Notice of Completion,
to release the Labor & Materials Bond 35 days after the Notice of Completion had
been recorded in accordance with applicable portions of the Civil Code and to
release the Faithful Performance Bond one year after Council acceptance.
The Labor & Materials Bond was released on April 6, 2001. The Surety for the
contract is Continental Casualty Company, and the bond number is 929169451.
Enclosed is the Faithful Performance Bond.
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
LH:lib
cc: Public Works Department
Lois Thompson, Administrative Coordinator
enclosure
3300 Newport Boulevard, Newport Beach