Loading...
HomeMy WebLinkAboutC-3458 - 2001-2002 Balboa Island Bayfront Repairs0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, CMC March 12, 2004 GCI Construction Inc. 245 Fischer Avenue, B3 Costa Mesa, CA 92626 Subject: 2001 -2002 Balboa Island Bayfront Repairs (C -3458) To Whom It May Concern: On March 11, 2003, 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 May 15, 2003. The Surety for the contract is Travelers Casualty and Surety Company of America, and the bond number is 83 SB 103769231 BCM. Enclosed is the Faithful Performance Bond. Sin LaVonne M. Harkless, CMC City Clerk cc: Public Works Department Fong Tse, Associate Civil Engineer enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us L] CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 0 EXECUTED IN FOUR COUNTERPARTS 2001 -2002 BAI�BOA ISLAND BAYFRONT REPAIRS CONTRACT NO. 345 BOND NO. 83 SB 103769231 BCM FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 3,062. 00 being at the rate of $ 15.40 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to GCI Construction, Inc.,, hereinafter designated as the "Prindpar, a contract for construction of 2001 -2002 BALBOA ISLAND SAYFRONT REPAIRS, Contract No. 3458 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. 3458 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA duty authorized to transact business under the laws of the State of California as Surety (hereinafter " SureV), are held and firmly bound unto the City of Newport Beach, in the sum of one hundred ninety -eight thousand, eight hundred ten and O( V1100 Dollars ($198,810.00) 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, of 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. 10 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 8th day of MAY 2002. GCI Construction, Inc., (Principal) TRAVELERS CASUALTY AND SURETY COMPANY OF AME Name of Surety 21688 GATEWAY CENTER DR. DIAMOND BAR, CA 91765 MICHAEL D. STONG Address of Surety Print Name and Title (909) 612 -3000 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 11 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California } ss. County of Orange J On May 23, 2002 before me, Janet L. Russell – Notary Public Dale Name and TiUe of Oft., (e.q., -.lane Doe, Notary Public ) personally appeared Floyd Bennett Name(s) of Signer(s) ,mrnw :.RUSSELL Commission 0 S Notary Public - Califomla i grange county MyCorntn. aphwD9c21,2005 5� personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /shelthey executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument_ WITNE S my hand an 7offliseal. Place Notary Seal Above Signature 6f Nokz 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: Contract Bonds Document Date: Number of Pages Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: Floyd Bennett – Secretary Treasurer C Individual iop at thumb here _y. Corporate Officer— Title(s): Spr- rpt-.ary TreasurPr Partner — G Limited General Attorney in Fact ❑ Trustee n Guardian or Conservator Other: Signer is Representing: G C I Construction, Inc. 0 1 999 NeECnal Noury 0.tfa W • 9]50 N Sam Are.. P.O. CA PmC. W. 5X7 Pe , Call Td Free IA 876fi STATE OF CALIFORNIA COUNTY OF — RIVERSIDE I SS. On 5-/g/ 6;L_ before me, _ R. STANDLEY PERSONALLY APPEARED - - - - - - MICHAEL D. STONG - - - - - - personally known to me ( @d to i- t� , r °, -ig-ef to be the person(4whose nanie(s_) is /aiia subscribed to the within instrument and acknow)- edged to me that he /r,� executed the same in his/ 1 authorized capacity4,e and that by his( -Fte thP4 signature4)-on the instrument the person(+, or the entity upon behalf of which the person44- -acted, executed the instrument. WITNESS my hand and official seal. Signature R. STAHDLI =Y (' _ -'[ G'(iSNiM. #1263272 M`'II�F_)°- f4OTARY PUBLIC - CAL!FCRIOlk \ " 1 R(VERZME COUNTY /p, �✓ My C.RiT. Fxpims June 7, 20 yvc -.crcn -±got ''c�r�ra7x This area fur Official Notarial Seal Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NA`IEOFPERSON(S)ORENTITY(IES) , DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNERS) OTHER THAN NAMED ABOVE ID-M PK%.6 /94 ALL - PURPOSE ACKNOWLEDGEMENT TRAVEL CASUALTY AND SURETY CO:sfPANY OF rfERICA '; .ERS CASUALTY AND SURETY COIL F� ARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183 -9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S) -IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies ") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Michael D. Stung, Shawn Blume, Susan C. Monteon, Rosemary Standley, of Riverside, California, their true and lawful Attomey(s) -in -Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Atiomeys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (11 -00 standard) 9 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, CMC May 15, 2003 GCI Construction Inc. 245 Fischer Avenue, B3 Costa Mesa, CA 92626 Subject: 2001 -2002 Balboa Island Bayfront Repairs (C -3458) To Whom It May Concern: On March 11, 2003, 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 April 10, 2003, Reference No. 2003000398056. The Surety for the contract is Travelers Casualty and Surety Company of America, and the bond number is 83 SB 103769231 BCM. Enclosed is the Labor & Materials Payment Bond. Sincerely, LaVonne M. Harkless, CMC City Clerk LMH:Iib cc: Public Works Department Fong Tse, Project Manager encl. 3300 Newport Boulevard Post Office Box 1768 Newport Beach. California 92658 -8915 Telephone: (949) 644 -3005 - Fax: (949) 644 -3039 www.city.newport- beach.ca.us 9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2001 -2002 BALBOA ISLAND BAYFRONT REPAIRS EXECUTED IN FOUR COUNTERPARTS CONTRACT NO. 3458 PREMIUM INCLUDED IN PERFORMANCE BOND BOND NO. 83 SB 103769231 BCM LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California. by motion adopted, has awarded to GCI Construction, Inc.,, hereinafter designated as the "Principal,' a contract for construction of 2001 -2002 BALBOA ISLAND BAYFRONT REPAIRS, Contract No. 3458 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. 3458 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, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA 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 ninety-eight thousand, eight hundred ten and 00/100 Dollars ($198,810.00) 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. 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 8th day of MAY . 2002. GCI Construction, Inc., (Principal) TRAVELERS CASUALTY AND SURETY COMPANY OF Name of Surety 21688 GATEWAY CENTER DR. DIAMOND BAR, CA 91765 -8512 Address of Surety (909) 612 -3000 Telephone MICHAEL D. STONG Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California } ss. County of Orange ) On May 23, 2002 before me, Janet L. Russell – Notary Public Date Name ar Tile of Olrcer (e.g.. 'Jana Doe, Notary Public') personally appeared Floyd Bennett JANET L. RUSSELL Commission S 7335385 .� Notary Public - California Orange County My Comm F.J�iras Dec21, 21705 Place Notary Seal Above iR personally known to me proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that fie /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNITSS m had d al seal. ho- Signature f5f N ktary 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: Contract Bonds Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Number of Pages: Signer's Name: Floyd Bennett – Secretary Treasurer C Individual Top of (numb here a Corporate Officer — Tibe(s): Recretary Treasurer O Partner Limited C General C Attorney in Fact 0 Trustee O Guardian or Conservator Other: Signer Is Representing: G C I Construction, Inc. 0 t999 National Naury Aulcciaom • 9350 De Solo Ave, PQ, Box Za • ChatlM9nb, CA 913+3 -ZQZ • wxw.naumawu,y.o, Pme. No. 5907 Reader Cal Tal-Frea 1d 87& V STATE OF COUNTY OF CALIFORNIA RIVERSIDE On Jam/ 8 /0az , before me, PERSONALLY APPEARED I SS. R. STANDLEY - - - - - - MICHAEL D. STONG - - - - - - personally known to me ( ed ;: r I6e basis of to be the person(4whose name(s}_ is /.xr8 subscribed to the within instrument and acknowl- edged to me that he /`n executed the same in his/ har /rte «)�;. authorized capacity(Se4 and that by his /-hem tba.!r signature4}on the instrument the person(}; or the entity upon behalf of which the person�cted, executed the instrument. 1,V1TAiESS my hand and official seal. Signature _ OPTIONAL 'id.SYAi'�f71_iY Ct3iN?,1, 812637.72 Vf Y] =� . -. i NU'g1Rl'PI+tiLIC- CAL!FOnNIA cn L' Tly M, ::O -n... PdsOirus : uno i 2UL�4 This arenfor Official Notarial Seat Though the data below is not required by law, it may prove valuable to persons re{ying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑O ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAWCONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(WS) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE Iins' r `, 6/94 ALL- PURPOSE ACKNOWLEDGEMENT 9 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City 7 City N i pd t'Beach 3300 Newport Boulevard Newport Beach, CA 92663 • Recorded in official Records, County of Orange Tom Daly, Clerk- Recorder h11111iI111111111111111i1111111111i11111Ni111 !III11111111iIlp1fIN0 FEE 200300039805610:33am 04110103 117 92 N12 1 0.00 0.00 0.00 0.00 o.00 0,00 o.00 0 0 pursuant to Government Code section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and GCI Construction, Inc., as Contractor, entered into a Contract on May 14, 2002. Said Contract set forth certain improvements, as follows: 2001 -2002 Balboa Island Bayfront Repairs (C -3458) Work on said Contract was completed on November 27. 2002, and was found to be acceptable on March 11. 2003, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Travelers Casualty & Surety Company of America. Director ,rt Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on � a'fzC i % <�C'� _� at Newport Beach, California. BY City Clerk 1,, March 17. 2003 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 • 4s CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, CMC RE: Notice of Completion for the Irvine Avenue Median — Improvements from Westcliff Drive to Dover Drive Project (C- 3279); and Notice of Completion for the 2001 -2002 Balboa Island Bayfront Repairs Project (C- 3458); and Please record the enclosed documents and return them to the City Clerk's Office. Thank you. Sincerely, LaVonne M. Harkless, CMC City Clerk Enclosures 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 - Fax: (949) 644 -3039 • www, city. newport-beach. ca. us e • RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 "E. mpt om recording ees 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 Southland Construction, as Contractor, entered into a Contract on June 11, 2002. Said Contract set forth certain improvements, as follows: Irvine Avenue Median — Improvements From Westcliff Drive to Dover Drive (C -3279) Work on said Contract was completed on October 17. 2002, and was found to be acceptable on March 11. 2003, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Western Surety Comoany. 1cc W6rks Director of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. ,/ }� 7 Executed on A'Z� % /�3 CCU j at Newport Beach, California. City Clerk $ °4 m t�ak'A N • CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT C30 C- 3HS� Agenda Item No. s March 11, 2003 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Fong Tse, Associate Civil Engineer 949 -644 -3311 ftse@city.newport-beach.ca.us SUBJECT: BALBOA ISLAND BAYFRONT REPAIRS (2001- 2002), CONTRACT NO. 3458 — COMPLETION AND ACCEPTANCE RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 4. Release the Faithful Performance Bond one -year after Council acceptance. DISCUSSION: On May 14, 2002, the City Council authorized the award of contract for the Balboa Island Bayfront Repairs to GCI Construction, Inc. of Costa Mesa, California. The contract provided for the construction of new concrete sidewalks and the installation of area drains and 6 -inch diameter PVC drainpipes at select locations along North Bay Front between Ruby Avenue and Marine Avenue. Surface drainage was re- directed toward the public bulkhead to convey the surface runoff for below grade discharge into the nearby street end catch basins. A 15 -inch diameter PVC storm drain was installed and capped below the new sidewalks between Diamond Avenue and Coral Avenue in anticipation of a future project to install an electric tide gate at the Sapphire Avenue street end. The concrete curb and the adjacent roadway pavement were reconstructed along the southerly side of Park Avenue from Collins Island to the first alley easterly thereof to improve drainage. The deteriorated sidewalk panels along the easterly side of Pearl Avenue between Park Avenue and South Bay Front were also reconstructed. SUBJECT: Balboa Island Bayfro*airs, Contract No. 3458 -Completion And Accept March 11, 2003 Page 2 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: $198,810.00 Actual amount of bid items constructed: $193,077.00 Total amount of change orders: $5,325.27 Final contract cost: $198,402.27 Field conditions required increased quantities of Miscellaneous Below -Grade Unsuitable Materials Removal and Disposal. Various concrete quantities were decreased due to minor changes made to the scope of work. As a result, the final overall construction cost including change orders was essentially the same as the original bid amount. One change order in the amount of $5,325.27 provided for storm drain, hardscape additions, and modifications requested during construction by bayfront residents adjacent to the work. Funds for the project were expanded in the following accounts: Description Account No. Amount Storm Drain Improvements 7012- C5100008 $ 23,483.00 Balboa Island Bay Front Repairs 7231- C5100314 $174,919.27 TOTAL $198,402.27 All work was completed November 27, 2002, the scheduled completion date. Environmental Review: The project was determined to be exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302 of the CEQA Implementing Guidelines at the time the project was authorized by the City Council. This exemption covers the maintenance and alteration of existing public facilities with negligible expansion of the facilities in areas that are not environmentally sensitive. The project involved the reconstruction of existing street and sidewalk improvements that did not impact any environmental resources. Prepared by: Submitted b Fong et ' SJep e . Badum Associate Civil Engineer Publi ' orks Director 9 • 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 AM on the 1st day of May, 2002, at which time such bids shall be opened and read for 2001 -2002 BALBOA ISLAND BAYFRONT REPAIRS Title of Project Contract No. 3458 $ 225,000 Engineer's Estimate 4-�tqhen G. Badum Public Works Director Prospective bidders may obtain one set of bid documents at actual cost at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 Contractor License Ciassification(s) required for this project: "A" For further information, call Fong Tse. Proiect Manager at (949) 644 -3340 • 0 1. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2001 -2002 BALBOA ISLAND BAYFRONT REPAIRS CONTRACT NO. 3458 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 CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT DESIGNATION OF SURETIES 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. The successful bidder's security shall be held until the Contract is executed. Bidders' security shall be returned to unsuccessful bidders within a reasonable time not to exceed 60 calendar days after the successful bidder has signed the Contract. 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. 0 • PUBLIC WORKS DEPARTMENT 2001 -2002 BALBOA ISLAND BAYFRONT REPAIRS CONTRACT NO. 3458 TABLE OF CONTENTS NOTICE INVITING BIDS .......................................................... ............................... Cover INSTRUCTIONS TO BIDDERS ........................................................ ..............................3 BIDDER'S BOND ............................................................................... ..............................5 DESIGNATION OF SUBCONTRACTOR( S) ...................................... ..............................6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................7 NON - COLLUSION AFFIDAVIT ......................................................... .............................11 DESIGNATION OF SURETIES ........................................................ .............................12 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL..13 ACKNOWLEDGEMENT OF ADDENDA ........................................... .............................15 INFORMATON REQUIRED OF BIDDER ......................................... .............................16 NOTICE TO SUCCESSFUL BIDDER_ ........... _ .... __ ......... .............. ........ .... 19 CONTRACT..................................................................................... .............................20 LABOR AND MATERIALS BOND .................................................... .............................26 FAITHFUL PERFORMANCE BOND ................................................ .............................28 PROPOSAL................................................................................ ............................... PR -1 SPECIAL PROVISIONS ................................................................. ...........................SP -1 z 0 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2001 -2002 BALBOA ISLAND BAYFRONT REPAIRS CONTRACT NO. 3458 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 CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT DESIGNATION OF SURETIES 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. The successful bidder's security shall be held until the Contract is executed. Bidders' security shall be returned to unsuccessful bidders within a reasonable time not to exceed 60 calendar days after the successful bidder has signed the Contract. 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. • The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 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. _755,550 "All Contractor's License No. & Classification G Ci Cans- +ru�h'o n...�nc. Bidder ifs Aut odied Signature/Title Flv affiIrz� (34-30-6z Date 4 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2001 -2002 BALBOA ISLAND BAYFRONT REPAIRS CONTRACT NO. 3458 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Dollars ($ ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of 2001- 2002 BALBOA ISLAND BAYFRONT REPAIRS, Contract No. 3458 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to duly enter into and execute the Contract Documents for the construction of the project in the form required within ten days (10) (not including Saturday, Sunday, and federal holidays) after the date of the mailing of Notice of the "Notification of Award ", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this day of 2002. Name of Contractor (Principal) Authorized Signature/Title Name of Surety Authorized Agent Signature Address of Surety Print Name and Title Telephone (Notary acknowledgment of Principal & Surety must be attached) 0 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2001 -2002 BALBOA ISLAND BAYFRONT REPAIRS CONTRACT NO. 3458 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of TEN PERCENT OF THE AMOUNT OF THE BID Dollars ($ 10% OF BID ), to be paid and forfeited to the City of Newport Beach I the bid proposal of the undersigned Principal for the construction of 2001- 2002 BALBOA ISLAND SAYFRONT REPAIRS, Contract No. 3458 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to duly enter into and execute the Contract Documents for the construction of the project in the form required within ten days (10) (not including Saturday, Sunday, and federal holidays) after the date of the mailing of Notice of the - Notification 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 shalt not exonerate the Surety from its obligations under this Bond. Witness our hands this 29th day of APRIL 2002. GCI CONSTRUCTION, INC. Name of Contractor (Principal) TRAVELERS CASUALTY AND SURETY COMPANY OF Name of Surety AMERICA 21688 GATEWAY CENTER DR. Address of Surety DIAMOND BAR, CA 91765 -8512 (909) 612 -3000 Telephone SignaturerfiUe Agent MICHAEL D. STONG, ATTORNEY=YN -E Print Name and Tide (Notary acknowledgment of Principal & Surety must be attached) 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California ss. County of Orange 0 On a J, before me, Janet L. Russell — Notary Public Da4 Name a The of Officer (e g.. "lone Doe, NoWry Public-) personally appeared Floyd Bennett Name(s) of Signerls) JANET L. RUSSELL Commission i 7335385 i Notery Public- Cslimmis Orsnpf County MY Comm. EVWw Doe 2t, 2145 5� personally known to me proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted. executed the instrument. WITN S�S my hand a d o' � al seal. Place Notary Seal Above Signature of Not ry 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: _ Number of Pages Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: _ Individual - Top of [numb here Corporate Officer — Title(s): Partner — Limited - General ❑ Attorney in Fact Trustee Guardian or Conservator r' Other: Signer Is Representing: 0 1999 Naa,v,al NoWry AgaC w • 9350 Ce Solo Ave, PC. Boa 2402 • Cnatswo,m. CA 913112402 • x Patl lmtary og Prof. No, 5907 Reader: Call T61 -Free 1 80P876 6 STATE OF _ COUNTY OF CALIFORNIA RIVERSIDE On 9/ �� before me, I SS. R. STANDLEY PERSONALLY APPEARED - - - - - - MICHAEL D. STONG - - - - - - personally known to me ( , ^a ten;e an toe ba�is ef to be the person(4whose name4)_ is /ass. subscribed to the within instrument and acknowl- edged to me that he /444 � executed the same ul his/ 4Q•4 authorized capacity4@4 and that by his /-I-e tLaic signature4) -on the instrument the person( , or the entity upon behalf of which the person44- ected, executed the instrument. WITNESS in), hand and official seal. Signature 112 Nor OPTIONAL R.STANDLEY COMM. #1263272 !� NOTARY PUBLIC • CALIFORNIA . RIVERSIDE COUNTY My Comm. E:PI ®e June 7, 1001 This area for Official Notarial Scat Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTRT (IES)' DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 16081 Aec.6 /98 ALL- PURPOSE ACKNOWLEDGEMENT TRAVELEPftSUALTY AND SURETY COMPANY OF�CA TRA RS CASUALTY AND SURETY COMP FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183 -9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S) -IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies ") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Michael D. Stong, Shawn Blume, Susan C. Monteon, Rosemary Standley, of Riverside, California, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attomeys) -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company m the future with respect to any bond or undertaking to which it is attached. (11-00 standard) 0 PuO8 `/Ge;ajaeg;ua ;sissy uosuegor w uoH 0 �. �o loot' jo xep LYbl srgl PaleQ 'lnapaauuoj jo ale's 'projueH jo O!j oql ut'XueduroJ aq; ;o aa�0 auroH ag; ;e paleaS pue pouft 1 'aaioj ut n+ou on `,puoglnV jo olumpl.ia0 aql ui glaoj las se `sroloartQ jo spreog oql jo suotln[osad gucpuelS aq; leg' `arouctaglntj pue'paKonar uaaq 1ou seq pue aoroj I" ui SIIleuta] ,(luoglny jo aleotUwr D pue buropV jo raenod pagoelle pue Suio2aroj aql legs A.31 LZIHJ Ag32HHff OQ 'InopaauuoJ jo olels agl JO suoperodroa xaols'ANVdWOJ A '1Vf1SVJ NO.1`JNHHMV3 PQe ANVdWOJ AIMIS QNV A 'IVf1SVJ SiH3I3AVIdI 'VJRH3INV 30 ANVdAtOJ AIMIS QNV AI'IVRSVJ Sua jaAVaj, jo faela.raaS ;ue;slssV 'pouSrsiopun atp 'I 9IVJI3II2I2J ;lnear;a.t •O apow o!Ignd tieloN gooZ 'oe aunr sajidxa uoissiwwoo Rw .M�OH��1Cl .F ,W 1710 ;oaragl suopn[osa-d 3uipuelS agl rapun aatgo rag/sn; jo fauoglne Cq suoperodroo aql jo jpugaq uo luou nilsuc ptes oql palnoaxo ags�aq imp pue's[eas alerodloo gons are luaunulsut pres ag; of paxcge sleas atp 3eg1 `.suoperodroo pies jo spas agl smouK ags/ag legs `.luatutulsui anoge aq; palnaaxa gon;m pue uI poquosap suopejodroo om 'AmvdIAI00 AI'IVIISVJ NOI`JNHIIRIV3 Pue ANVdL1IOJ AI32HI1S QNV AI'IVIISVJ S2H3'IHAVIdI 'VJIHaWV 30 ANVdIUOJ AI32IRS QNV AI IVRSVJ 52I3I3AV2II3o;uap[saad aa.A ao[uas si ags/aq leg' :des pue asodap pip `uroMs ,Clnp aut ,Iq 8uiaq `oqm 'umo" am of AIOSdWOHI •M 3JIHO39 atueo d11euosrad out arojaq IOOZ `1sanV jo Sup g18Z snp u0 IuaPlsaJd aalAJOruag uosdwogl •M 961000 Rt3 ANVdLYOJ AlWaSVJ NOIDIMMVd ANVc[KOJ AI31 M QNV AI'IVfISVJ S2H3'IIAVHI VOIH3NIV 30 ANV(EKOJ AI3IM QNV AI'IVf1SVJ S2H3'IAAVIU I'J` • `69 Z o NNOa � 3 SNg CMO0 IIVH 30 AINROO ploj1 WH "Ss( .LROLLO3NNOO 30 B.I.VIS [OOZ lsn8ny ;o fep t[18Z snp poxW olaraq aq of sleas alerodroo rlagl pue;uap[md aa;A .1 [Eta Harp fq paa aq of luatunrlsu. snj pasnea aeeq ANVdL1iOJ AI'IVIISVJ NOI- DMPRIV9 pue ANVdA[OJ AI32IIIS QNV AI'IVIISVJ SHH- faAVII.L 'VJIHH3WV 30 ANVdWOJ AI32HIIS QNV AI'IVIISVJ 9II3'I3AVHI 'd03II3HM 9S3N.LIM Na 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2001 -2002 BALBOA ISLAND BAYFRONT REPAIRS CONTRACT NO. 3458 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. (Use additional sheets if needed) Subcontractor's Name, Address, Telephone # Bid Item Number Percent Of Total Bid Description of Work Percent of Total Bid F ,d(ohOYM 0 h% EUPY /(awl �Uy�r�►,z_,� ��� Authori ed Signature/Title F16(d ty-Y)YI8H Tr�S 0 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2001 -2002 BALBOA ISLAND BAYFRONT REPAIRS CONTRACT NO. 3458 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON - RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No. 1 � �� � 1( Project Name /Number a I ' (I ` Project Description Approximate Construction Dates: From 10 - U 1 To: 0 (D -0Z Agency Name Contact Person �Dh,�t(jy Telephone M &W- Original Contract Amount $3, � �inal Contract Amount $ tqo� O'0yVCQ0 t.(4 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. , I _ 7 Cl No. 2 Project Name /Number B� Project Description f' U Approximate Construction Dates: From Agency Name ( (1t- k wl M E To: Zl ©Z YJ Contact Person 1'acti IS 1 Telephone gW b `t `/ - -3J1 1 Original Contract Amount $.313fd(nt'') Final Contract Amount $ 3U-7i 40` 9� 31 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. t I _ No. 3 Project Name/] Project DescriF Approximate C Agency Name Contact Persoi Original Contr If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. k I _ M J. • • Project ct Name /Number - �oarrl 11 c �✓Di Proje Project Description F)Ucd � Approximate Construction Dates: From o To:_,qjo Agency Name Contact Person Telephone (A qj,z 816 Original Contract Amount $fBt190 Final Contract Amount $T�� %�(D� V,0-3 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. Alo No. 5 Project Name /Number Project Description 1L1 TW f \ 3 }'uy Approximate Construction Dates: From Agency Name _ �)' op To: 8 v (J Contact Person 1� Telephone (! Vq '170-.� Original Contract Amount $]8514 Final Contract Amount $�7t'G �U, 017 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. A) o {2 0 • No. 6 Project Name /Number Project Description Approximate Construction Dates: From �J To: Agency Name Contact Person Telephone (V-3�Z Original Contract Amount $10E�III5Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. � j Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. Bidder 'Authorrzed Signature/Title F U(��nf7T 10 0 I] CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2001 -2002 BALBOA ISLAND BAYFRONT REPAIRS CONTRACT NO. 3458 NON - COLLUSION AFFIDAVIT State of California ) County of ss ) V-0 IlQ , being first duly sworn, deposes and says that he or she is Ur2r of d 00(1S`iif G (M,,(k the party making the foregoing bl ; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly col)uded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. Bidder -Auth ¢ed ignaturefTitle 7= OCV (LL 1I Subscribed and sworn to before me this 5� cry Public My Commission Expires: a-21- a� 11 day of 01 2002. [S ] JANET L. RUSSELL Commission a 1335385 y Notary Public - Califomia £ Orange County MYCamm. E)Viies Doc 21.2005 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2001 -2002 BALBOA ISLAND BAYFRONT REPAIRS CONTRACT NO. 3458 DESIGNATION OF SURETIES Bidders Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance /bond type): Selz ex- �'lSUrcl,Yl� o�2.ryl c�� �J�n��Sclyd�'I�e� I - Js�rsi��L 140J 0 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2001 -2002 BALBOA ISLAND BAYFRONT REPAIRS CONTRACT NO. 3458 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 13 Current 1 1 1 2 2 Year of 9 9 9 0 0 Total Year Record 9 9 9 0 0 2002 7 8 9 0 1 No. of I contracts r I — 2 5� z Total dollar Amount of Contracts (in Thousands 81 T K 7-5M 13,9 0, OP I 44M of $ of fat fatalities O — 0 0 0 0 O No. of lost Workday Cases C> 0 0 0 0 0 No. of lost workday cases involving permanent transfer to another job or termination of () _ 0 0 0 D d em to ment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 13 0 Legal Business Name of Bidder (;0-.1 Q7jt(UQ� f�/ Business Address: Zq5 F s aKQ (- f1 L( e' B3 Asa Business Tel. No.: (-714) q5-7 -6Z33 State Contractor's License No. and Classification: -]55 14A " Title C�P.rlyC�l11�i'Yls2ef— The above information was compiled from the records that ife available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title If bidder is an individual, name and signature of individual must be provided, and, if he is doing business under a fictitious name, the fictitious name must be set forth. If bidder is a partnership or joint venture, legal name of partnership /joint venture must be provided, followed by signatures of all of the partners /joint ventures or of fewer than all of the partners /joint ventures if submitted with evidence of authority to act on behalf of the partnership /joint venture. if bidder is a corporation, legal name of corporation must be provided, followed by notarized signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal. Signatures of partners, join venturers, or corporation officers must be acknowledged before a Notary Public, who must certify that such partners /joint venturers, or officers are known to him or her to be such, and, in the case of a corporation, that such corporation executed the instrument pursuant to its bylaws or a resolution of its Board of Directors. 14 0 Ll CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2001 -2002 BALBOA ISLAND BAYFRONT REPAIRS CONTRACT NO. 3458 ACKNOWLEDGEMENT OF ADDENDA Bidders name The bidder shall signify receipt of all Addenda here, if any: Addendum No. Date Received Signature 15 0 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2001 -2002 BALBOA ISLAND BAYFRONT REPAIRS CONTRACT NO. 3458 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: � Name of individual Contractor, Company or Corporation: W((�M4 (,I6 Business Address: -Z45 Fr'S &LC..4Ve17LU Jb3 OOLSfa WSSA ?,L Telephone and Fax Number. (714�457 OZ--5 // 3X l�(4�5 k "' 148 California State Contractor's License No. and Class: T5S354Q (REQUIRED AT TIME OF AWARD) Original Date Issued: (G Expiration Date: (L I31 LO Z List the name and title /position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title /trroI=— Telephone nA,Vll y7 wwl t i - 1+ it Corporation organized under the laws of the State of M(i Grlud 16 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: All current and prior D.B.A.'s, aliases, and fictitious business names for any principal having interest in this proposal are as follows: For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with project owners (public agencies, private companies, etc...) in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; Briefly summarize the parties' claims and defenses; State the tribunal (i.e., Superior Court, American Arbitration Association, etc.) the matter number and outcome. /VA Have you ever had a contract terminated by the owner /agency? If so, explain. 17 0 0 Have you ever failed to complete a project? If so, explain. Have you ever been terminated for cause and then had it converted to a "termination of convenience'? If so, explain. x I A For any projects you have been involved with in the last 5 years did you have any claims or actions: Circle One 1. By you, the owner? Yes /'U 2. By the .joWner against you? Yes / No 3. By any outside agency or individual for labor compliance (i.e. failure to pay prevaili ,g wage, falsifying certified payrolls, etc.) 4. Yes No 4. By Su,�-o�ntractors (Stop Notices, etc.) Yes /'U 5. Are any claims or actions unresolved or outstanding? Yes / No If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non - responsive. � i�, D. di I lee ie 4ruIdp -k (print name of Owner br P esident of Coria�oration /Comnanvi Prz&0- . , Title 0+_ Oz- Date Subscribed and sworn to before me this Si day of 2002. [S JANET L. RUSSELL Commission i 1335385 i v Notary Public - Csuromia Orange County IMr, Carnrr, mnf1ir 77 7nrA IE 0 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL 2001 -2002 BALBOA ISLAND BAY FRONT REPAIRS CONTRACT NO. 3458 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: PR 1 of 4 ' 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. 3458 in accord with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Mobilization �J�f�"� @i(�lclrf 1 ' "" "Dollars � 6 and �1l Cents Per Lump Sum 2. Lump Sum Traffic Control @ j V'E htt. RdV Dollars N[6 ( 1 \ld and Cents Per Lump Sum 3. 10 C.Y. Miscellaneous Below -Grade Removal and Disposal @_T R and o Cents Per Cubic Yard $ 225.00 $ 21i000 1°0 $ 5w o0 $ 225U °O 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2001 -2002 BALBOA ISLAND BAYFRONT REPAIRS CONTRACT NO. 3458 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 WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • 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 Public Works Department within ten (10) working days) after the date of receipt of the Notice of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property- Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 0 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2001 -2002 BALBOA ISLAND BAYFRONT REPAIRS CONTRACT NO. 3458 CONTRACT THIS AGREEMENT, entered into this _ day of , 2002, by and between the CITY OF NEWPORT BEACH, hereinafter "City,' and GCI Construction, Inc., hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: 2001 -2002 BALBOA ISLAND BAYFRONT REPAIRS Project Description 3458 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. 3458, 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. 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 ninety-eight thousand, eight hundred ten and 001100 Dollars ($198,810.00). 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 F. LABOR CODE 3700 LIABILITY INSURANCE hereby certifies: GCI Construction, Inc. 245 Fischer Avenue, B -3 Costa Mesa, CA 92626 714- 957 -0233 714 - 540 -1148 Fax Contractor, by executing this Contract, " I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self - insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. Contractor shall furnish City with original 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 E insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. 1. Minimum Scope of Insurance Coverage shall be at least as broad as: a) Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0002 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 1173) 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 0002 0287 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. 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages i. City, its officers, agents, 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, agents, officials, employees and volunteers. iv. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. v. The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. b) Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against City, its officers, agents, 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. Failure to enter into the contract within 30 calendar days or to conform to any of the stipulated requirements shall be just cause for the annulment of the award and forfeiture of the bidder's security. In the event the bidder to whom an award is made falls or refuses to execute the contract or submit the required insurance and bond documents within the said time, the City may declare the bidder's security forfeited, and may award the work to the next lowest responsible bidder, or may call for new bids. 5 5. Acts of God I] 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 negligence or willful misconduct of City, its officers or employees. 4. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 5. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in H.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be 0 • 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. CITY CLERK 0 v 1Tl �1! lfl1 7 CITY OF NEWPORT BEACH A Municipal Corporation By: o V. ) Mayor GCI CONSTRUCTION, INC. .4CORD CERTiFt�ATE ��}�� {fi INURA�I�E Date Imm /dd/yyl Pro er ( 714 ) 289-7676 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Seltzer Insurance Service ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. 1524 East Mayfair Avenue Orange, CA 92867 THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING QoVeRAGE- company Mt. Hawley Insurance Company A company Interstate Indemnity Company B Insured GCIC002 -BDS GCI Construction, Inc. CMES Inc Company National Union Fire Insurance Co. Pacific Equipment, L.L.C. 245 Fischer Ave. Suite B -3 Company D = State Compensation Ins Fund D r q Fund THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY POLICY CO LTR TYPE OF INSURANCE POLICY NUMBER EFFECTIVE DATE EXPIRATION DATE LIMITS A ENERAL LIABILITY Commercial General Liability Claims Made ZOccm MGLO133223 04/01/02 04/01/03 General Aggregate S ProductsCompletetl Ops Agg Personal & Advertising Injury Each Occmrence Owner's & Contractor's Protective Fire Damage (any 1 fire) a so 000 Per, Vrai Agg Medical Expense lany one bers oin B AUTOMOBILE LIABILITY Any Auto BA6108276 04/01/02 04/01/03 Combined Single Limit 5 Bodily Injury All Ovmed Autos Scheduled Autos (per person) Bodily Injury Hired Auto. Non -0Wned Autos (per accident) ['otnl0 /CQl_ l nod– $ 1,000 Property Damage 5 GARAGE LIABILITY Auto Only - Barg Accident Other Than Auto only Any Auto Each Accident S Aggregate C EXCESS LIABILITY Umbrella Form BE4762824 04/01/02 04/01/03 Each occurrence $ Agglegate Other Than Umbrella Form D WORKERS' COMPENSATION EMPLOYERS' LIABILITY The Proprietor/ Intl Pan allyfeiah. ive Officers are: Excl 1627031 -02 03/17/02 03/17/03 5tavrory Limit otner EL Each Accident EL Disease -Palic Limit EL Disease-Ea Em Ip ee OTHER E M / Equipment eased/Hired /Ren XXI98401517 04/01/02 04/01/03 ph Limit g 750,000 imit 100,000 DESCRIPTION OF OPERATIONS /LOCATIONS/VEHICLES /SPECIAL ITEMS Certificate Holder(s) are named Additional Insured(s) as per attached endorsement with respect to Balboa Island Bayfront Repairs, Contract No. 3458 aiver Of Subrogation To Be Included. CEKiTIFICATE;H ©tIIER CANGElLAT10N ' SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL E� MAIL _ 3 0- DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE City Of Newport Beach Public Works Department LEFT, 3300 Newport Boulevard Newport Beach, CA 92663 once epresentative ACO�iO 25 S {f31tB6! BY Ipsri.,rgrrce vTerons lee ,, , - l9ACQRb C�.(1RRi)pATt11N.1988 ' 07/02/02 TUE 12:57 FAX 714 54 07/02/2002 11:05 714289050 GCI Construction, Inc. POLICY NUMBER' MGLO133223 CCI CONSTRUCTION INC. Z004 PAGE 04/04 COMMERICAL 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 Newport Beach, its Officers, Agents, Officials, Employees and Volunteers 3300 Newport Blvd. Newport Beach, CA 92663 PROJECT., Balboa Island Bayfront Repairs Contract No. 3458 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 Il) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your work" for that insured by or for you. IT IS FURTHER AGREED that such insurance as is afforded by this policy or by these policies for the benefit of the additional insured(s) shown above shall be primary insurance and any other insurance maintained by the Additional Insured shall be excess and non - contributory. n� Authorized Re sentative CG 20 10 11 85 COPYRIGHT, INSURANCE SERVICES OFFICE, INC, 1984 JUN -19 -2002 WED 03:14 PM CAL SURANCE FAX N0. 7149391654 P. 02/02 Jua•16. 2002 6:24AM C*bl +c Works 949.644.Ul' • No•1b9b v. 4 GCI Construction, Inc, POLICY NUMBER MGL0133223 COMMERICAL 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 Newport Beach, its Otfioers, Agents, Officials, Employees and Volunteers 3300 Newport Blvd. Newport Beach, CA 92663 PROJECT. Balboa Island Bayfront Repairs Contact No. 3458 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 ororganiza6on shown in the Schedule, but only with respect to liability arising out of "your work' for that insured by or for you. IT IS FURTHER AGREED that such insurance as is afforded by this policy or by these policies for the benefit of the additional insureds) shown above shall be primary insurance and any other insurance maintained by the Additional Insured shall be excess and non - contributory, but only in respect to any claim, loss, or liability arising out of the operations of the named insured and only I such claim, loss or liability is determined to be responsibility of the named insured. ql thorized Repress CG 20 10 1185 COPYRIGHT, INSURANCE SERVICES OFFICE, INC- 1984 STATE P.O_ BOX 420807, SAN FRANCISCO, CA 9414249W COMPENSATION 1 N 8 u R A N C E FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE r The City of Newport Beach, its Officers, Agents, Officials, Employees and Volunteers 3300 Newport Blvd. Newport Beach, CA 92663 In POLICY NUMBER: 1627031 -02 CERTiRCATE EXPIRES: 03 -17 -03 70B: Balboa Island Bayfront Repairs Contract No. 3458 This is to certify that we have issued a valid Workers' Compensation Insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the pollpy period Indicated. This policy is not subject to cancellation by the Fund except upon 3VA days' advance wrthen notice to the employer. 30 We will also give you M days' advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with respect to which this certificate of insurance may be issued or may pertain, the Insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies. / 47- ¢ AUTHORIZED REPRESENTATIVE PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE. ENDORSEMENT #0015 ENTITLED ADDITIONAL INSURED EMPLOYER EFFECTIVE 05 -07 -02 IS ATTACHED TO AND FORMS A PART OF THIS POI.Tr.V NAME OF ADDITIONAL IRSURED:The City df Newport Beach, its Officers, Agents, Officials, Employees and volunteers ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 05 -07 -02 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. ENDORSEMENT 82570 ENTITLED WAIVER OF SUBROGATION EFFECTIVE 05 -07 -02 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. THIRD PARTY RAISE. Tne City of Newport Beach, its Officers', Agents, Officials, Employees and Volunteers EMPLOYE, 4AT ORIZED REPRES IVE GCI CONSTRIICTION INC AND CME CORP AND WME INC 245 FISCHER AVENUE B -3 COSTA MESA, CA 92626 JUL -08 -2002 MON 01:03 PM CAL SURANCE FAX NO. 7149391654 9- ioL /►4 --;31 0 CERTIFICATE OF INSURANCE CHECKLIST CITY OF NEWPORT BEACH THIS CHECKLIST IS COMPRISED OF REQUIREMENTS AS OUTLINED ABY THE CITY OF NEWPORT BEACH. P. 01/01 DATERECENPD; GI_I6-0,-' DEPARTMENT /CONTACIRECEIVED FROM: - SflUrl0 -I v1 \/tom DATE COMPLETED: ��t' q,r�� SENT TO: S4A Q� O1 /� BY: _}� wy, I ) Lj & I IC>W COMPANYIPERSON REQUIRED TO HAVE CERTIFICATE: & CT 1. Ln— S%b-u Ch O'n I. GENERAL LIABILITY: +' A, INSURANCE COMPANY: ) J e y -L n C . C-�D . B. AM BEST RATING (A VII or greater): g I,>(- C. ADMITTED COMPANY: ( Must be California Admitted) Is company admitted in California? Yes! No D. LIMITS: (Must be $1,000,000 or greater) What is limit provided? E. PRODUCTS AND COMPLETED OPERATIONS: (Must Include) Is it included? Yes No F. ADDITIONAL INSURDED WORDING TO INCLUDE: ( The City its officers, zgeasarofficials, employees and volunteers). Is it included? Yes, No_ G. PRIMARY AND NOW CONTRIBUTORY WORDING: (Must be included) Is it included? YesANo-.--k M CAUTION! ( Confirm that loss or liability of the Named insured is not limited solely by their negligence.) Does endorsement include "solely by negligence" wording? Yes_ No_ I. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley the City will accept the endeavor wording. II. AUTOMOBILE LIABILITY: A. INSURANCE COMPANY: 2nitr5ti3Xt. = n C[p�vt n C. B. AM BEST RATING (A VII or greater) C. ADMITTED COMPANY: ( MUST BE CALIFORNIA ADMITTED) Is company admitted? Yes No D. LIMITS: ( Must be $1,000,000 minimum BI & PD and $500,000 UM) What is limits rovided? ry-i 7F E. ADDITIONAL INSURED WORDING TO INCLUDE: (The City its officers ,agents, officials, employees and volunteers). Is it included? Yes No-K F. PRIMARY AND NON CONTRIBUTORY WORDING: (For Waste Haulers Only). Is it included? Yes_ No G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley the City will accept the endeavor wording. III, WORKERS COMPENSATION: A. INSURANCE COMPANY: B. AM BEST RATING (A VII or greater) C. LIMITS: Statutory D. WAVIER OF SUBROGATION: (To include). Is it included? Yes_ HAVE ALL ABOVE REQUIREMENTS BEEN MET? Yes No_X IF NO, WHICH ITEMS NEED TO BE COMPLETED ?-nj-+. L9 P/ Company Profile • Company Profile Page I of 2 4M "'0" Ins rance WESTERN SURETY COMPANY P.O. BOX 5077 SIOUX FALLS, SD 57117 -5077 Agent for Service of Process SERE KEPRIOS, C/O CT CORPORATION SYSTEM 818 WEST SEVENTH STREET, 2ND FLOOR LOS ANGELES, CA 90017 Unable to Locate the Armen[ for Service of Process? Reference Information NAIC #: NAIC Group #: California Company ID #: Date authorized in California: License Status: Company Type: State of Domicile: 13188 0218 0761 -7 July 29, 1930 UNLIMITED- NORMAL Property & Casualty SOUTH DAKOTA Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the gloss. LIABILITY SURETY Company Complaint Information CompaM Performance & CoMparison Data Composite Complaint Studies http:// www4.insurance.ca.gov /wu/idb_co _prof utl.get_co_mrof?p_ HD =2977 07/08/2002 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL 2001 -2002 BALBOA ISLAND BAY FRONT REPAIRS CONTRACT NO. 3458 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: PR 1 of 4 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. 3458 in accord with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Mobilization "Dollars and llU Cents Per Lump Sum 2. Lump Sum Traffic Control @ Dollars k({ and I \la Cents Per Lump Sum 3. 10 C.Y. Miscellaneous Below -Grade Removal and Disposal , ^ @ (UO ooll(arrss and �Q Cents Per Cubic Yard $ _225,0 $Z1�000roo $ soo .c"-' $ 21256.°° • • PR2of4 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 14,000 S.F. Reconstruct Minimum 4 -Inch Thick PCC Sidewalk @ Dollars and _ Cents $ 77, GUO�O Per Square Foot T- 5. 575 L.F. Furnish and Install 6 -inch PVC Pipe @ r Dollars and Cents $ Per Linear Foot 6. 460 L.F. Furnish and Install 15 -inch PVC Pipe @ 6('A Dollars and Nil Cents $ $ 18% •aO Per Linear Foot 7. 10 EA Furnish and Install Area Drain @Dollars and N6 Cents $ Z`�." $ , Per Each 8. 6 EA Adjust Existing Manhole to Grade @ ( K * ollars N6N6and Cents $ L�7� • Gd $ Z��r� °U Per Each 9. 9 EA Replace Existing Electrical Pull Box and Cover r@ 4 d A ollars �11 ` and ¢ J 1t1 Cents $/�• Q cu $ � aG Per Each • 0 PR3of4 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 1 EA Rewire Existing Streetlight System @ i VUt� " Dollars and No Cents $ 7r,466 $ -,740, Per Each 11. Lump Sum Remove and Dispose of Abandoned Electrical Pull Box Box .1 @ ` �d'r Ei''Ddllars and NC Cents $ 670.0° Per Lump Sum 12. 300 L.F. Reconstruct PCC Curb @ r Dollars and �Q Cents $ -3P5, °0 $ 00 Per Linear Foot 13. 140 S.F. Reconstruct PCC Alley Approach @ 11iQ Dollars and IVG Cents $ 9. °O $ 142w Per Per Square Foot 14. 120 S.F. Reconstruct PCC Drive Approach @ 1Vl & Dollars and N6, Cents $ 9.00 $ /, 0 80, CC Per Square Foot 15. 1,500 S.F. Reconstruct PCC Pavement @ L Dollars and 0 Cents Per Square Foot • PR4of4 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. 700 LF Reconstruct 24 -inch Gutter /Pavement @ el htyo Dollars and Cents $ olio $ 12,x.°" Per Linear Foot 17. 15 Each Root Prune Existing Tree @ r ` V t k(d r)� Dollars and 00 0D 6 Cents $ 500. $ 7 Per Each TOTAL PRICE IN WRITTEN WORDS and A0, Cents Dollars Total Price (Figures) 04 - 30 -612 G(� ► CY�nSf�U� I t'�f l��Ln� . Date Bidder �Im)a57I)a5 ffiXb1 g-) -1(4?j Bidder's Telephone and Fax Numbers Bidder Authorized Signature and Titlef(K 1 � q 24f!5 �(,Dft - i I3 � SS�zCC ,7�31P A rc1 �t�a Ou_ �l K Bidder's License No(s). Bidder's Address and Classification(s) 1 1 i 1 2 6 2 2 2 2 2 2 2 3 3 3 3 4 4 4 4 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS 2001 -2002 BALBOA ISLAND BAYFRONT REPAIRS CONTRACT NO. 3458 INTRODUCTION PART 1--- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE 2 -9 SURVEYING 2 -9.3 Survey Service 2 -9.6 Survey Monuments 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 6 -9 LIQUIDATED DAMAGES SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 1 1 i 1 2 6 2 2 2 2 2 2 2 3 3 3 3 4 4 4 4 0 0 7 -8 PROJECT SITE MAINTENANCE 4 7 -8.5 Temporary Light, Power and Water 4 7 -8.6 Water Pollution Control 5 7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS 5 7 -10 PUBLIC CONVENIENCE AND SAFETY 5 7 -10.1 Traffic and Access 5 7 -10.2 Storage of Equipment and Materials in Public Streets 5 7 -10.3 Street Closures, Detours, Barricades 5 7 -10.4 Public Safety 6 7- 10.4.1 Safety Orders 6 7 -10.5 "No Parking" Signs 6 7 -10.7 Notice to Residents and Temp Parking Permits 7 7.15 CONTRACTOR LICENSES 7 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS 7 SECTION 9 MEASUREMENT AND PAYMENT 7 9 -3 PAYMENT 7 9 -3.1 General 7 PART 2 - -- CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 10 201 -1 PORTLAND CEMENT CONCRETE 10 201 -1.1 Requirements 10 201 -1.1.1 General 10 201 -5 CEMENT MORTAR 10 201 -5.6 Quick Setting Grout 10 SECTION 209 ELECTRICAL COMPONENTS 00 209 -2 MATERIALS 10 209 -2.5 Pull Box 10 209 -2.6 Connectors 10 209 -2.7 Coating 11 SECTION 215 AREA DRAINS 11 215 -1 GENERAL 1111 0 • PART 3 - -- CONSTRUCTION METHODS SECTION 300 EARTHWORK 11 300 -1 CLEARING AND GRUBBING 11 300 -1.3 Removal and Disposal of Materials 11 300 -1.3.1 General 11 300 -1.3.2 Requirements 11 300 -1.5 Solid Waste Diversion 11 SECTION 306 UNDERGROUND CONDUIT CONSTUCTION 12 306 -9 UNDERGROUND UTILTIES 12 306 -911 General 12 SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATION 12 308 -1 General 12 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS 2001 -2002 BALBOA ISLAND BAYFRONT REPAIRS CONTRACT NO. 3458 INTRODUCTION SP 1 OF 13 All work necessary for the completion of this contract shall be done in accord with (1) Plan No. R- 5789 -S; (2) these Special Provisions; (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction (1994 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (1997 Edition), including Supplements; and (5) the Work Area Traffic Control Handbook, (2000 Edition). Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714 - 517 -0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 GENERAL PROVISIONS SECTION 2-- -SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE. Add to this section: "The work necessary for the completion of this contract consists of: distribute construction notices to nearby residents; remove and dispose of existing PCC walkways; over - excavation; install walkway drains; backfill and compact native sand bedding; reconstruct P.C.C. sidewalk; install 15 -inch PVC storm drain; reconstruct PCC curb and gutter; reconstruct PCC pavement; reconstruct PCC alley and driveway approaches; adjust existing street light pull box and cover to finished grade; adjust existing storm drain manhole frame and cover to finished grade; restore existing improvements damaged by the work; and complete other incidental items of work." 2 -9 SURVEYING 2 -9.3 Survey Service. Add to this section; "The City will provide construction staking as required to construct the improvements. Any additional stakes or any r� L • SP 2 OF 13 restaking, or costs thereof, shall be the responsibility of the Contractor. The Contractor shall notify the City in writing two working days in advance of the time that the stakes are needed." 2 -9.6 Survey Monuments. The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and protect them during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall have the affected survey monuments restored per records, at his expense. The Contractor's Engineer or Licensed Surveyor shall also file the required Corner Records with the County of Orange upon monument restoration. Payment for Retention will not be made until all such repairs have been completed to the Engineer's satisfaction. SECTION 3 - -- CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup. Replace this section with, "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............. ............................... 20 2) Materials ........ ............................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor." SECTION 4 - -- CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in • • SP3OF13 the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 hours minimum) notice of the Contractor's readiness for inspection. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed his work, such tests and inspections 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: "The time of completion as specified in Section 6 -7, shall commence on September 9, 2002 ". No work shall begin until a "Notice to Proceed" has been issued, a pre -job meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer no later than five (5) working days prior to the pre - construction meeting. The Schedule may be bar chart or CPM style and shall include that no more than two U consecutive blocks of North Bay Front walkways may be closed for construction at one time. In addition, once work has started within the two blocks, the Contractor shall remain at the job site and complete all of the required work within the two blocks before starting work at another location. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until he has exerted extra effort to meet his original schedule and has demonstrated that he will be able to maintain his approved schedule in the future. Such stoppages 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 because additional personnel and equipment were required on the job." 6 -7 TIME OF COMPLETION 6.7.1 General. Add to this section: "The Contractor shall complete all work within forty -five (45) consecutive working days after September 9, 2002, thus a construction completion date of November 8, 2002." It will be the Contractor's responsibility to ensure the availability of all material prior to the start of work. No time extension will be granted." • • SP4OF13 6 -7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1st, the third Monday in January (Martin Luther King Day), 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), the fourth Friday in November (Day after Thanksgiving), and December 25th (Christmas). If January 1 st, July 4th, November 11 th or December 25th falls on a Sunday, the following Monday is a holiday." 8 -7.4 Working Hours. Normal working hours for construction projects are from 8:00 AM to 4:30 PM Monday through Friday. In the event that the Contractor desires to work from 4:30 PM to 6:30 PM on weekdays or for 8:00 AM to 6:00 PM on Saturday, the Contractor must first obtain special permission from the Engineer for such work 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 supplemental inspection costs of $50.00 per hour when such time periods are approved. 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read, "For each consecutive calendar day the time specified for completion of Work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500. Revise paragraph two, sentence one, to read, "Execution of the Contract shall constitute agreement by the Agency and Contractor that $500 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time." The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize the disruption to the public. SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR 7 -8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor elects to use City water for the work, he shall arrange for a meter and tender a $813 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter. The City does not have any electrical power hook -up points in close proximity to the Work. The Contractor shall make arrangements for the utilities that he will need for completing the work." • • SP 5 OF 13 7 -8.6 Water Pollution Control. Add to this section: "Surface runoff water containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin or Newport Bay." 7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. Replace the first sentence of the second paragraph with: "The Contractor shall repair, restore, or reconstruct all existing public and private improvements disturbed or damaged by the Work which are not designated for removal. Such restoration work may include, but not limited to, private utility lines under the existing sidewalk between the property line and the bulkhead, mail boxes, turf, plants and planters, shrubs, electrical components, fences, brick and brick pavers, concrete, painting of various surfaces, ornaments and other decorative items, property corners, etc. Extra caution shall be exercised to relocate and protect the existing potted plants located at the street ends." Add to this Section: 'The Contractor is advised to keep photographic records of the existing work site condition prior to the start of any construction work." 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.1 Traffic and Access. Add to this section: 'The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH) also published by Building News, Inc." 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials shall not be stored on streets or sidewalk areas. However, construction materials and equipment may be staged at the street ends adjacent to the work site during work hours only." 7 -10.3 Street Closures, Detours and Barricades. Add to this section: 'The Contractor shall prepare a traffic control /pedestrian detour plan (Plan) in accordance with the Standard Specifications and WATCH. The Contractor will be responsible for processing and obtaining approval of the Plan from the Engineer. Such Plan shall have included the following provisions: 1. The sidewalk may be closed continuously only during concrete curing operations on weekdays. The sidewalk shall be open for public use from 5:00 PM on Friday to 8:OOAM the following Monday. 2. The Contractor shall ramp each end of the work site whenever the sidewalk is open and a "step- down" condition exists between the removed sidewalk and the existing improvements. • • SP 6 OF 13 3. The existing sidewalk to be reconstructed under this Contract is on a scenic route used by a significant number of residents and visitors during daylight and early evening hours. No sidewalk shall be closed from 5:00 PM on Friday to 8:OOAM the following Monday. 4. The Contractor shall detour all pedestrians to use the alleys and street ends adjacent to the work while the sidewalk is closed. 5. The Contractor shall barricade /delineate the existing bulkhead coping adjacent to the work to the extent to discourage the public from walking on top of the bulkhead coping to bypass the pedestrian detour barricades. 6. The Contractor shall provide continuous access for the occupants of the adjacent properties to reach their private docks. 7. Where possible, the Contractor shall make provisions for the United States Postal Service to deliver mail to the residents. 8. All pedestrian detour barricades used during the hours of darkness shall be either lighted or be equipped with battery powered operational flashing beacons." 7 -10.4 Public Safety 7- 10.4 -1 Safety Orders. Add to this section: "The Contractor shall be solely and completely responsible the job -site condition, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance 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 forty -eight hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Parking Control Division at (949) 644 -3717, for verification of posting at least forty -eight hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12- inches wide and 18- inches high; and (3) be similar in design and color to sign R -38 of the CalTrans Uniform Sign Chart. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 0 • SP7OF13 7 -10.7 Notices to Residents. Ten working days prior to starting work, the Contractor shall deliver a city - provided door - hanger construction notice to the adjacent residents within two blocks project, describing the project and indicating the limits of construction. Forty -eight hours before the start of any construction, the Contractor shall distribute to the adjacent residents a second city - provided written notice stating when construction operations will start; what disruptions may occur and approximately when construction will be complete. An interruption of work at any location in excess of five workdays shall require re- notification. 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- notification using an explanatory letter furnished by the Engineer. 7 -15 CONTRACTOR'S LICENSES. At the time of Award and until completion of work, the Contractor shall possess a General Engineering Contractor "A" License. From the start and until the completion of work, the Contractor and each sub - contractor shall possess a valid Business License issued by the City of Newport Beach. 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As- Built' drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and submitted to the Engineer at the time each progress bill is submitted. Upon completion of the project, the Contractor shall provide "As- Built' corrections upon a copy of the Plans. The "As- Built' correction plans shall be submitted to the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accordance 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. SECTION 9 - -- MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 GENERAL. Revise paragraph two to read: "The unit and lump sum prices bid for each item of work shown on the Proposal shall include full compensation for furnishing the labor, materials, tools, equipment, and doing all the work required to complete the work in place and no other compensation will be allowed thereafter. • • SP8OF13 Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization: Work under this Item shall include all preparation and scheduling of materials and equipment necessary to complete the Work. Item No. 2 Traffic Control: Work under this Item shall include providing the required traffic control including, but not limited to, preparation of traffic control and pedestrian detour plans, temporary installation of traffic control devices, distribution of notices to residents, and all other work necessary to comply with the WATCH and the City of Newport Beach requirements. Item No. 3 Miscellaneous Below -Grade Removal and Disposal: Work under this item shall include, but not limited to, the removal and disposal of existing unsuitable materials below the existing sidewalk panels such as slurry, stones, debris, and other materials as directed by the Engineer. Item No. 4 Reconstruct Minimum 4 -inch Thick P.C.C. Sidewalk: Work under this Item shall include the costs of all labor, materials, and equipment for sawcuts, removals, disposal, import native sand bedding and backfill (or extra thick concrete section), compaction, new sidewalk, replacement of newly placed concrete sidewalk that has been damaged by vandalism, and to complete all other work items as required to complete the Work in place. Item No. 5 Furnish and Install 6 -inch PVC Pipe: Work under this item shall include the costs of all labor, materials, and equipment for trench excavations, core drill existing manhole /catch basin, removals, disposal, shoring, dewatering during high tides — if needed, storm drain pipe, pipe elbows, backfill, backfill compaction, connections, and to complete all other work items as required to complete the Work in place. Item No. 6 Furnish and Install 15 -inch PVC Pipe: Work under this item shall include the costs of all labor, materials, and equipment for trench excavations, removals, disposal, shoring, dewatering during high tides — if needed, storm drain pipe, cap and sealed storm drain, backfill, backfill compaction, and to complete all other work items as required to complete the Work in place. Item No. 7 Furnish and Install Area Drain: Work under this item shall include the costs of all labor, materials, and equipment to install the area drains, including all fittings, sleeves, elbows, and all other work items to complete Work in place. Item No. 8 Adjust Existing Manhole to Grade: Work under this item shall include the costs of all labor, materials, and equipment to adjust the existing manhole frame and cover to grade. Item No. 9 Replace Existing Electrical Pull Box and Cover: Work under this item 0 • SP 9 OF 13 shall include the cost to remove existing and install new pull box and cover; intercept existing conduit and splice new conductors of same size, type, and insulation color as existing to install the "sweep "; reconnect existing street light wirings within the pull boxes, and complete all other items as required to complete the Work in place per CNB Standard Plans at the locations identified by construction note no. 7 on the Plans. Item No. 10 Rewire Existing Street Light System: Work under this item shall include the cost, per location, to remove and dispose of one (1) extra pull box, replace existing and install new pull box and cover; intercept existing conduit and splice new conductors of same size, type, and insulation color as existing; reconnect existing street light wirings, and complete all other items as required to complete the Work in place per CNB Standard Plans at the locations identified by construction note no. 8 on the Plans. Item No. 11 Remove and Dispose of Abandoned Electrical Pull Box: Work under this item shall include the cost to remove and dispose of abandoned electrical pull boxes at the locations identified by construction note no. 15 on the Plans. The cost of backfill and compaction shall be included in the price bid. Item No. 12 Reconstruct PCC Curb: Work under this Item shall include the cost of removal and disposal, subgrade compaction, reconstruct curb openings for existing curb drains, construct variable height PCC curb, curb painting, re- chisel curb face for existing underground utilities, and all other items as required to complete the Work in place. Item No. 13 Reconstruct P.C.C. Alley Approach: Work under this item shall include the cost of sawcut, removal, and disposal of existing improvements, compaction of existing native material, construction of P.C.C. alley approach, and all other work necessary to complete the work and in place. Item No. 14 Reconstruct P.C.C. Drive Approach: Work under this item shall include the cost of sawcut, removal, and disposal of existing AC improvements at the Onyx Avenue street end; sawcut, removal, and disposal of existing subgrade and PCC curb and sidewalk on North Bay Front; compaction of existing native material, construction of P.C.C. drive approach, and all other work necessary to complete the work in place. Item No. 15 Reconstruct P.C.C. Pavement: Work under this item shall include the cost of sawcut, removal, and disposal of existing improvements; backfill and compaction; install pavement joint dowels; construct PCC pavement; and all other work necessary to complete the work in place. Item No. 16 Reconstruct 24" Gutter /Pavement: Work under this item shall include the cost of sawcut, removal, and disposal of existing improvements; compaction; install pavement joint dowels; construct PCC pavement; and all other work necessary to complete the work in place. 0 • SP 10 OF 13 Item No. 17 Root Prune Existing Tree: Work under this item shall include the cost of grinding, removal, disposal; and all other work necessary to complete the work in place. PART 2 CONSTRUCTION MATERIALS SECTION 201 - -- CONCRETE. MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1 Requirements 201 -1.1.1 General. Add to this Section: "All portland cement concrete used on the work shall be 560 -C -3250. However, to expedite concrete curing, the Contractor may use a quick -cure type of concrete with a mix design as follows: Slump: 3 -inch to 4 -inch Aggregates: 1" maximum W/C ratio: 0.40 Sack content: 7.50 Cement: 700 pounds per cubic yard Fly Ash: None Sand: 1,365 pounds per cubic yard Water: 34.0 gallons per cubic yard Entrapped air: 1.25% Admixture WRDA 79: 35 ounces per cubic yard" 201 -5 CEMENT MORTAR 201 -5.6 Quick Setting Grout. Add to this section: 'The Contractor shall grout the joint area between an existing reinforced concrete structure and the new storm drain pipe with a quick setting grout." SECTION 209 - -- ELECTRICAL COMPONENTS 209 -2 MATERIALS 209 -2.5 Pull Box. All replacement pull boxes used for this project shall be Eisel Enterprises #3 -1/2F concrete pull box (E35FPB) complete with an Armorcast Products 20K traffic cover (A6001922SMT- Electric). 209 -2.6 Connectors. All connectors used for this project shall be T&B #2D -8 or an appropriate -sized C -Tap. • SP 11 OF 13 209 -2.7 Coating. All electrical coating material used for this project shall be Scotch #23, #33, or Scotchkote. SECTION 215 -- -AREA DRAINS 215 -1 General. All area drains installed for this Work shall be of solid brass construction and be similar in dimensions to JR Smith product no. 2130 -G or equal approved by the Engineer in advance. PART 3 CONSTRUCTION METHODS SECTION 300 - -- EARTHWORK 300 -1 CLEARING AND GRUBBING 300 -1.3 Removal and Disposal of Materials 300 -1.3.1 General. Replace this Section with: "All unsalvageable removed material shall become the property of the Contractor and be disposed of at the Contractor's expense. All removal and disposal costs shall be included in the unit price bid for that item of work. Excess native sand not reused for backfill shall be disposed of off -site. No excess sand shall be deposited the beach adjacent to the Work. The Contractor shall not dispose of any interfering private improvements within and /or adjacent to the work limits. All existing private improvements removed or damaged by the Contractor to facilitate the work shall be rebuilt to their condition prior to the work. In case of errant disposal of existing private improvements, the Contractor shall furnish all replacement materials and labor at his own costs to restore the affected improvements to their condition prior to the damage." 300 -1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this Section with, "Saw cuts shall be neatly made to a minimum of two (2) inches." and replace the words "1'/Z- inch" of the last sentence with the words 'two (2) inches." 300 -1.5 Solid Waste Diversion. 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. • • SP 12 OF 13 Non - reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer on a form provided by the Engineer and provide appropriate confirmation documentation from the recycling facility. SECTION 306 - -- UNDERGROUND CONDUIT CONSTRUCTION 306 -9 UNDERGROUND UTILITIES 306 -9.1 General. The Contractor shall uncover all existing underground seawall tie -backs and private utilities within the Work limits prior to storm drain installation. The Contractor is advised to keep photographic records of the existing underground seawall tie -backs and private utilities for future reference. SECTION 308 - -- LANDSCAPE AND IRRIGATION INSTALLATION 308 -1 General. Add to this Section: "The Contractor shall arrange for tree root pruning work with the City's Urban Forester, Mr. John Conway at (949) 644 -3083 a minimum of five (5) work days prior to beginning work. The method of pruning and removing tree roots shall be determined, approved, and inspected by the City's Urban Forester as follows: 1. Root Pruning a. The City's Urban Forester shall review and approve all proposed pruning prior to the start of work. He may inspect any and all work sites as necessary. b. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City's Urban Forester. c. Roots shall be cleanly severed using a root pruning machine, axe or a comparable approved tool. 2. Arbitrary Root Cut a. A straight cut with a root - cutting machine shall be made. b. The cut shall be a maximum 14" below grade for sidewalks and 26" below grade for curbs, and shall be made as far away from the tree base as possible. 3. Selective Root Pruning SP 13 OF 13 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. WORK SCHEDULE LOCATION W STREET NAME& NO. SIDEWALK Curb L.F. . u ter P veme t R00T PRUNING SO. FT. L.F. 124 Pearl Ave 116 yes 122 Pearl Ave. 60 yes 120 Pearl Ave. 80 yes 118 Pearl Ave. 91 yes 114 Pearl Ave. 71 yes 112 Pearl Ave. 108 yes 108 Pearl Ave. 152 yes 106 Pearl Ave. 24 400 S. Ba front on Pearl Ave. 198 yes 310 S. Ba front on Pearl Ave. 220 yes 107 Pearl Ave. 136 8 yes 113 Pearl Ave, 46 es 119 -121 Pearl Ave. 230 40 yes 123 Pearl Ave. 90 yes 125 Pearl Ave. 115 yes 129 Pearl Ave. on Park Ave. 60 yes 106 -130 Pearl Ave. 700 TOTAL 1800(l) 48 (2) 700 (3 ) 1 15 (1) In accordance with CNB STD - 180 -L. (2) In accordance with CNB STD - 182 -L, Type -B. (3) In accordance with CNB STD -108 -L and STD - 109 -L. • MAY 14 2002 TO: Mayor and Members of the City Council FROM: Public Works Department May 14, 2002 CITY COUNCIL AGENDA ITEM NO. 12 SUBJECT: BALBOA ISLAND BAY FRONT REPAIRS - AWARD OF CONTRACT NO. 3458 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3458 to GCI Construction, Inc., for the Total Bid Price of $198,810.00, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $19,000.00 to cover the cost of testing and unforeseen work. 4. Approve a Budget Amendment transferring $15,000 from Account No. 3130 -8239 to Account No. 7012- C5100008 DISCUSSION: At 11:00 AM on May 1, 2002, the City Clerk opened and read the following bids for this project: BIDDER TOTAL BID AMOUNT Low GCI Construction, Inc. of Costa Mesa $198,810.00 2 Damon Construction, Co. of Carson $201,475.00 Staff advertised this project for bids in the construction trades circulars and local newspaper in the same manner as other projects but only two bids were received. The low total bid amount is approximately twelve percent below the Engineer's Estimate of $225,000. The low bidder, GCI Construction, Inc., possesses a General Engineering "A" contractor's license as required by the project specifications. GCI has satisfactorily completed various improvements for the City. The existing Bay Front concrete sidewalks that surround Balboa Island and Little Balboa Island were built approximately seventy-five years ago. Some of these concrete panels have displaced to the extent that they pond water after rains and "Wash- downs" by the adjacent residents. Subject: 2001 -2002 Balbodend Bay Front Repairs — Award of Contract N *58 May 14, 2002 Page: 2 This project provides for the construction of new concrete sidewalks and the installation of area drains and 6 -inch diameter PVC drainpipes at select locations along North Bay Front between Ruby Avenue and Marine Avenue. Surface drainage will be directed toward the public bulkhead and will convey the surface runoff for below grade discharge into the nearby street end catch basins. A 15 -inch diameter PVC storm drain will be installed and capped below the new sidewalks between Diamond Avenue and Coral Avenue in anticipation of a future project to install an electric tide gate at the Sapphire Avenue street end. The concrete curb and the adjacent roadway pavement will be reconstructed along the southerly side of Park Avenue from Collins Island to the first alley easterly thereof to improve drainage. The deteriorated sidewalk panels along the easterly side of Pearl Avenue between Park Avenue and South Bay Front will also be reconstructed. In order to provide the "fresh" concrete with adequate curing time to support pedestrian traffic, the new North Bay Front sidewalks will be closed for a few hours until they are ready for public use. Pedestrians will be detoured to the nearby alleys and sidewalks during these closures. The General Services Department is contributing $15,000 from Account No. 3130 -8239 towards this project's concrete installation. GCI is required to construct the improvements between Labor Day and Thanksgiving so as not to impact the public during the summer months or the holiday season. There are sufficient funds available in the following accounts for the work: Account Description Storm Drain Improvements Balboa Island Bay Front Repairs Respectful) �___.U� BLIC WORKS DEPARTMENT Stephen G. Badum, Director 0 ;e, P.E. Manager Attachment: Location Map Bid Summary Account Number Amount 7012- C5100008 $ 23,483.00 7231- C5100314 $194,327.00 Total: $217,810.00 w S U d U O N � � � U m � 2 U U Y O 0 U zF 0¢ Q U 0 x Z as V WS Q ` } W m �aa On y w Y Z C) O L, OV Fes- J vm IL S mlwlc°I d W N ~ ro w N .. F O goLuQ 8 F N K W U W F Z W H O Z x j7' Uwn. F- -I 0 i d i a N X LL K a N 00 0 0$00000000000 0 0 0 0 0 0 0 0 ui 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C Z O O O O 01 h- 0 0 r O �n 0 OJ r 0 0 0 In O C6 N 00 O m M M N fit! °� h m C O .Ni U Q O J N N O 0 0 0 0 0 0 0 0 0 0 p 0 0 0 0 0 0 U 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C O O O �° m 01 O O O O O 0 t l t0 O O 01-000 moo 000o d 100 0 N m m m o c N Qo o co L6 N 0 0 0 o 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 o 0 o 0 o 0 o 0 o o 0 0 o 0 o o 0 o 0 0 0 0 6 6 0 0 0 0 0 ci Z O N N O N d u) N m d l0 N O O t0 u) O C� + N r h 00 N N d r 6 O ti� N N r ,y - O N r r..-� .� .+ W 2 06 Q m U H N OC 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 U O O O 1A O O O O O O O O O O O O O O O N �n 0000000 M d 66 M m W 006 (7 Z O N N d Q� to m 0 � N r � 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o o o o o 0 O F- O� o O O O i O O O O N N O Z O C O O cl N l0 O d C O r N d M B 00 O,,r N O N d ip .v [O d.+O OO Lri Q N W N w 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0. 0 0 0 0 0 0 0 0 0 0 0 0 0 0 F O v* O �O 0 0 o o 0 0 0 oD N N O N -IO m�00 l .,Nrw Zoo kt-t c°v.. w 0 0 N .a J J J J J J J U fn W W W W (n (n N W 0 O n � 00 N 0 0O 1° � t0 O .-� .v Y j m a m o U N m O U N N N O � O_ N O m L U U d d c ro u m �(7a� O c o° m t a 0 m p > L) > F- O °c' a L) 0 m c t9 c o o a m w 0¢ 0 c w a a a N w -:: x w° n: C N U Q] N d U C N N N m p p C C C C U O O ululu O O O `L h- N w J W J IY J LL V Q N N xa: N N x N D: N N xa: 0101 K W 0 i d i a N X LL K a N (y of Newport Beach • NO. BA- 040 BUDGET AMENDMENT 2001 -02 AMOUNT: $15,000.00 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase in Budgetary Fund Balance Increase Expenditure Appropriations AND Decrease in Budgetary Fund Balance X Transfer Budget Appropriations PX No effect on Budgetary Fund Balance SOURCE: from existing budget appropriations from additional estimated revenues from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To transfer expenditure appropriations to provide for the concrete installation portion of Balboa Island Bay Front Repairs, Contract 3458. ACCOUNTING ENTRY: Amount BUDGETARY FUND BALANCE Debit Credit Fund Account Description REVENUE ESTIMATES (3601) Fund/Division Account Description EXPENDITURE APPROPRIATIONS (3603) Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number Signed: Signed: Signed: Financial $15,000.00 $15,000.00 • Automatic System Entry. nistra' Services Director Date y City Manager ate City Council Approval: City Clerk Date Description 3130 General Services - Field Maintenance 8239 Concrete Materials 7012 Drainage C5100008 Storm Drain Improvement Program $15,000.00 $15,000.00 • Automatic System Entry. nistra' Services Director Date y City Manager ate City Council Approval: City Clerk Date Oty of Newport Beach+ BUDGET AMENDMENT 2001 -02 EFFECT ON BUDGETARY FUND BALANCE: increase Revenue Estimates Increase Expenditure Appropriations AND X Transfer Budget Appropriations SOURCE: from existing budget appropriations from additional estimated revenues from unappropriated fund balance EXPLANATION: NO. BA- 040 AMOUNT: $15,000.00 Increase in Budgetary Fund Balance Decrease in Budgetary Fund Balance X No effect on Budgetary Fund Balance MAY i I.. iljQ This budget amendment is requested to provide for the following: To transfer expenditure appropriations to provide for the concrete installation portion of Balboa Island Bay Front Repairs, Contract 3458. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description REVENUE ESTIMATES (3601) Fund/Division Account Description EXPENDITURE APPROPRIATIONS (3603) Signed: City Council Approval: City Clerk Amount Debit Credit $15,000.00 Automatic $15,000.00 J C� U7 Date ate Date Description Division Number 3130 General Services - Field Maintenance Account Number 8239 Concrete Materials Division Number 7012 Drainage Account Number C5100008 Storm Drain Improvement Program Division Number Account Number Division Number Account Number Division Number Account Number Signed: Financial pproval: Administrat' Services Director Signed: C7 r ""^h . t`Z Signed: City Council Approval: City Clerk Amount Debit Credit $15,000.00 Automatic $15,000.00 J C� U7 Date ate Date CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 June 21, 2002 Damon Construction Co. 455 Carson Plaza Drive, Unit F Carson, CA 90746 Gentlemen: Thank you for your courtesy in submitting a bid for the 2001 -2002 Balboa Island and Bayfront Repairs Project (Contract No. 3458) 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, -Y fiw)�, WV4� U Gl(ffL- �✓ LaVonne M. arkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach