Loading...
HomeMy WebLinkAboutC-3418 - Bayside Drive/Marine Avenue Pressure Relief Valve (PRV) RelocationMarch 26, 2003 GCI Construction, Inc. 245 Fischer Avenue, B3 Costa Mesa, CA 92626 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, CMC Subject: Bayside Drive/ Marine Avenue PRV Relocation Project (C -3418) To Whom It May Concern: On March 26, 2002, 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, 2002. The Surety for the contract is Travelers Casualty and Surety Company of America, and the bond number is 103609205. Enclosed is the Faithful Performance Bond. Sincerely, LaVonne M. Harkless, CMC City Clerk LMH:hb cc: Public Works Department Mike Sinacori, Project Manager 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 • i flueLcEry EXECUTED IN FOUR COUNTERPARTS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BAYSIDE DRIVEIMARINE AVENUE PRV RELOCATION PROJECT CONTRACT NO. 3418 BOND NO. 103609205 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 4,508. 00 being at the rate of $ _14.40 per 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 "Principal ", a contract for construction of BAYSIDE DRIVEIMARINE AVENUE PRV RELOCATION PROJECT, Contract No. 3418 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. 3418 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; TRAVELERS CASUALTY AND SURETY NOW, THEREFORE, we, the Principal, and COMPANY OF AMERICA duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety'), are held and firmly bound unto the City of Newport Beach, in the sum of three hundred thirteen thousand, sixty and nof100 Dollars ($313,060.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. • • PAGE 17 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 Pghcipal and Surety above named, on the 25th day of JUNE 2991. GCI Construction, Inc. (Principal) Authoriiealig ature/Title TEAT(1 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Name of Surety Auth 'zed Agent Sig ture 700 N. CENTRAL AVE. GLENDALE, CA 91203 MICHAEL D. STONG ATTORNEY IN FACT Address of Surety Print Name and Idle 818 - 409 -4243 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED CALIFORNIA ALL - PURPOSE State Of California County of Orange on OE2L� I oA personally appeared ® personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and ac- knowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. JANET L. RUSSELL COMM 141166123 WITNESS my hand and officA seal. V! NOTARY PUBLIC - CALIFORNIA Orange County My Comm. Expires Dec, 21, 2001 Qvo(�f- --Z-/T� R]SR2T T SIGNATURE OF N ARV �1C OPTIONAL Though the data below is not required by law. 8 may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAWCONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSONIM OR ENTITYDEO DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNERS) OTHER THAN NAMED ABOVE 80- 11337/94 01997 NATIONAL NOTARY ASSOCIAT7004 • =W Rem el Ave.. P.O. Box 7184 • C nOgla PS&I CA 91309.7184 STATE OF COUNTY OF CALIFORNIA RIVERSIDE I SS. On co-s- (o ( , before me, _ R. STANDLEY PERSONALLY APPEARED - - -- MICHAEL D. STONG - - -- Personally known to me (car -f to be the person4whose nine{+ is /ai-e ubscribed to the ivithin instrument and acluloiVl- edged to me that he/-&.c executed the same in his/ i ei; authorized capacity(ies), and that by his /hez,/ '14aeir sipature(s) on the instrument the person(s}; or the entity upon behalf of which the person(s) acted, executed the instrument. WITNTESS my hand and official seal. Si,nahue R. STANDLEY f COMM. #1263272 o !r NOTARY - CALIFORNIA RIVERSIDE ERSIDE RSIDE CDUNTY MV Comm. Expfros Jun• 7, x004 This ara for Official Notarial Seal Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED i ATTORNEY -IN -FACT TRUSTEE(S) GUARDIAN /CONSERVATOR OTHER: SIGNER IS REPRESENTING: NA.' 'E OF PERSON(S) OR EN T I Y(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE ID-OSI 9"E'94 ALL - PURPOSE ACKNOWLEDGEMENT TRAVEL S CASUALTY AND SURETY COMPANY OF RICA T :LEAS CASUALTY AND SURETY COM AW FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183 -9062 TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS Naperville, Illinois 60563 -8458 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S) -IN-FACT KNOW ALI, 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, and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, a corporation duly organized under the laws of the State of Illinois, and having its principal office in the City of Naperville, County of DuPage, State of Illinois, (hereinafter the "Companies ") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Michael D. Stong, Shawn Blume or Susan C. Monteon * * of Riverside, CA, their true and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, or, if the following line be filled in, within the area there designated the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s) -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's 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 waiting 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 under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and TRAVELERS CASUALTY AND SURETY CONIPANY OF ILLINOIS, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or 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. (8-97) 9 puog +/Gepioag;ue ;sissy uew}yoH ueu8 i O \5 • t G,. Y • A' ��Y • >9 �S • '9Y�i ,yes \ONI)i$in Q���9'� lt8t NNDa NN00 �8 Z 8 6,,[jz c�(Y > oeoiievN y � •oao�'n' 9= tYh� t �:O,R �r+15V'� OHV A1�JC +13rnS �' . /eqI - 3/yrzD ;o .Cep i�s� sn13 paleQ 'lnorloauuoJ jo alelS `pzo3lzeH ;o +C3!J oql ut `fmduioJ 0g3lo aot�O amoH aq1 IC P3M)S pue pau219 aozo; ul mou aze ,xlpoglnV ;o aleog[uaa aq3 ui quo; las se `szo3oaz[Q ;o spzeog a pjo suonnlosag SuipuelS aql legs `azouuoqurg pm :paxonaz uaaq Sou seq pue aazo; IIDj ui suiumu kluoglnV ;o ajmgploD pue huzollV ;o zamod pagaelle put, 5U1023I0J aql will A Hj-daD kggHaH OQ `stougll 3o alelS aq3 ;o uonezodzoo Kook +SIONII'H 30 ANVdWOJ AIaHfIS (INV AI'IVIISVa S- dalaAVZII pue `lnorloauuoO ;o olmS aip ;o suonezodzoo Tools `ANVdWOa AI'IVIISVa NOI9NIIVHVd Pau ANVd1AIOJ A.L32IIIS (INV AI'IVRSVJ SK3'IIAVZII `VJRHHPJV 30 )LNVdHOD AI3IIRS (INV AIIVRSVa S-da laAVZII 3o CzelaxnS luelsissV `pmSiszapun oql `I 3.LVJI -EIN90 llneazlal •O apEw 3 o!Ignd tielON loot 'oe aunt` sandxa uoissiwwoo AN ��l•0 '3owogl su pnlosag 3urpae3S aq3 zapun ao�go zag /snl ;o ilpoipne Cq suo lezodzoa agl ;o �egaq uo 3vamrulsu. pies aql palnom) oqs /aq legl pue `sleas alezodzoo Bons am luauransui pies oql of paxWe duos oql legl `suopezodioo plus ;o sleas oql smo" ogs/aq imp `luaurnzlsul anoge aql palnoaxo gorgm pue ui poquosap suopezodzoo aql `SIONI -I-H 30 ANVdWOa AI3ZHfIS (INV )kI'IVRSVJ S- da'IaAVHI, Puu ANVdWOJ AJlVRSVa NO,19NIINZIV3 `ANVdWOa AIMIS (INV AI'IVRSVJ SH3'IaAVHl `V3RH3IIIV 30 ANVd1AlO3 A.LR2IRS (INV AI'IVRSVa SH311,gAvai, 3o luapisazd aalA zolaaS si ails /aq Imp As pue osodap pip `uzoms ,ilnp am Xq Sutaq `oqm `umou3l am of NOSdWoHI -M 39ZI039 oamo Slleuoszad oui azo3og 6661 `aunt ;o Cep glgl sap uO luaplsazd aoiA zoluaS uosdwogl •M a6zoa0 �6ON ,;" ��Y'`,� `'v i< J ",�`• �F, �8 0 li6l � f '+ '�� Z � NN00 m � NNO✓ �" 1x35 Z 8 6 I 4r > 'ONO�1tlrH 'ptlOilN ,� do '�(3bt5 a� ��nsVO OpY A1�J° 4drns c' SIONI'lM 30 ANVaWO3 AIMIS ONV AI'IVRSVO Sda I3AVHI OIIOAIUVH AO AINROO ANVdRO3 A.L'IVflSV3 NOION KHV3 P3O%XOH SS( ANVdNOJ AIHZIRS QNV )LI'IVRSVJ SNa'I3AVZII VOIZIH V AO ANVdNO3 AIHMIS ONV AI'IVfISVO SHa'I3AVZII II101IJHNmo do 3SVSs '6661 `aunf jo hp glgI sup poxg;e olazaq oq of spas a3ezodzoo nagl pue `laaprsazd aa,A zolaaS nagl Cq p3u8ts ail of luauinr3sui snp posneo aneq SIONI'In 30 ANVdWOJ AI32HRS (INV AI TVRSVa saa IRAVZII Pur Amv&woa AI IVIISVa NOI9NIWZIVH `ANVdIvoJ AlH HRS QNV AI'IVRSVJ S'da-laAV2II `VDIHaWV do ANVdWOJ AJaHfIS QNV A,L'IVfISVJ sua- 3AVZII `iioauaHM SS3NIIM 10 May 14, 2002 CIf' OF NEWPORT REACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 GCI Construction, Inc. 245 Fischer Avenue, B3 Costa Mesa, CA 92626 Subject: Bayside Drive /Marine Avenue PRV Relocation Project (C -3418) To Whom It May Concern: On March 26, 2002, 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 9, 2002, Reference No. 20020297905. The Surety for the contract is Travelers Casualty and Surety Company of America, and the bond number is 103609205. Enclosed is the Labor & Materials Payment Bond. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk LMH:Iib cc: Public Works Department Mike Sinacori, Project Manager encl. 3300 Newport Boulevard, Newport Beach • • PAGE 14 BOND NO. 103609205 CITY OF NEWPORT BEACH EXECUTED IN FOUR COUNTERPART PUBLIC WORKS DEPARTMENT PREMIUM $4,508.00 BAYSIDE DRIVEIMARINE AVENUE PRV RELOCATION PROJECT CONTRACT NO. 3418 BOND NO. 103609205 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 BAYSIDE DRIVEIMARINE AVENUE PRV RELOCATION PROJECT, Contract No. 3418 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. 3418 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, RAVELERS 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 finely bound unto the City of Newport Beach, in the sum of three hundred thirteen thousand, sixty and no/100 Dollars ($313,080.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. • • PAGE 15 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 25th day of JUNE ,::,2001. / GCI Construction, Inc. (Principaq TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Name of Surety 700 N. CENTRAL AVE. GLENDALE, CA 91203 Address of Surety 818- 409 -4243 Telephone .. MICHAEL D. STONG ATTORNEY IN FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED CALIFORNIA A«- PNRPOSB AC State of California County of Orange On du 1U 2M before me, - Tanet L•. i?,±e_sell — Notary Public oA wwF .TmeaoFRCeR.ea•JAMEooe NOTARY Pueuc personally appeared I E°r u f__-) - N"W(9) OF SGI(MSP ® personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and ac- knowledged to me that he /she /they executed the same in his/her /their authorized capacity(les), 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. L. Rsse11 ""NAT" OF r`R� N:I� Public OPTIONAL Though the data below Is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF POn MM OR eeemraM DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 110-11333/94 01 99 NATIONAL NOTARY ASSOCIATION - eM RamrnN Avg., P.O. Sox 7154 -CAMOP Park CA 91 309r 104 JANET L. RUSSELL 'j O.MyComm.Expir Comm. A 1166123 NOTARY PUBLIGCALIFORNIA Orange County es Dec. 21, 2001 WITNESS my hand and offici seal. //),/ / '4 R (' 1W 1A11)1 L. Rsse11 ""NAT" OF r`R� N:I� Public OPTIONAL Though the data below Is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF POn MM OR eeemraM DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 110-11333/94 01 99 NATIONAL NOTARY ASSOCIATION - eM RamrnN Avg., P.O. Sox 7154 -CAMOP Park CA 91 309r 104 STATE OF CALIFORNIA COUNTY OF RIVERSIDE On b before me, _ I SS. PERSONALLY APPEARED - - -- MICHAEL D. STONG - - -- pe;sonally known to me (car .. f I14"RE'S ;—e;��) to be the persont,�} -whose names+ is /eFZSUbscribed to the within instrument and acknowl- edged to me that he/ '�" rte' executed the same in his/ eir_ authorized capacity(ies), and that by his /her./ -tkeir signatureH on the instrument the persoi4.)r or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. icZL R. STANDLEY 1 R. STANOLEY COMM. #1283272 NOTARY PUBLIC - CALIFORNIA to RIVERS10F COUNTY : My Comm. EcPlna June T. 10M This area for Official Notarial Saal Though the data belon is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER T T. LJ PARTNER(S) (❑ LIMITED F-1 „moo J ❑ El ATTORNEY -IN -FACT TRUSTEE(S) GUARDIANICONSERVATOR OTHER: SIGNER IS REPRESENTING: NA! :E OF PERSOrq E) OR ENTT y(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 1D0SI No N''' ALL - PURPOSE ACI<NOI LE-I)GE \1ENT Recorded in Official Records, County of Orange Darlene Bloom, Interim Clerk Recorder WHENRRECORDEED RETURN BY AND 111111111111111111111111111111111111111111111 NO FEE 20020297905 02,28pm 04109102 City Clerk 200 25 X112 t City of Newport Beach 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 3300 Newport Boulevard Newport Beach, CA 92663 "Exempt from recordin fee �1� pursuant to Government Codelectis on 6103" rJ 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 of Costa Mesa, California, as Contractor, entered into a Contract on June 26, 2001. Said Contract set forth certain improvements, as follows: Bayside Drive — Marine Avenue Pressure Release Valve (PRV) Relocation, C -3418 Work on said Contract was completed on February 14, 2002, and was found to be acceptable on March 26. 2002, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Travelers Casualty and Surety Company of America. VERIFICATION Nbrks Director Newport Beach I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on BY L97tinl 'I . / IaaX five City Clerk at Newport Beach, California. hC> ^i T d -� r^ n m T V T✓ i k ~~ C" n ^I co i r- `2 i w 0 TO: Mayor and Members of the City Council FROM: Public Works Department 0 March 26, 2002 CITY COUNCIL AGENDA ITEM NO. 5 SUBJECT: BAYSIDE DRIVE — MARINE AVENUE PRESSURE RELEASE VALVE (PRV) RELOCATION, CONTRACT NO 3418 — COMPLETION AND ACCEPTANCE RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 4. Release the Faithful Performance Bond 1 year after Council acceptance. DISCUSSION: On June 26, 2001, the City Council authorized the award of the Bayside Drive — Marine Avenue Pressure Release Valve (PRV) Relocation contract to GCI Construction, Inc. of Costa Mesa, California. The contract provided the relocation of the water Pressure Reducing Station (PRS) to the northwest comer of the intersection and installation of piping at normal depths. A new vault was installed in the sidewalk adjacent to the comer landscaping at the entrance to the Pavilions shopping center. 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: $313,070.00 Actual amount of bid items constructed: 326,400.00 Total amount of change orders: 41,289.31 Final contract cost: $367,689.31 The increase in the amount of actual bid items constructed over the original bid amount resulted from the need for additional length of 16 -inch watermain and an additional 16- inch water valve. The final overall construction cost including change orders was 17.45 percent over the original bid amount. Three change orders totaling $41,289.31 were issued for the project as follows: SUBJECT: Bayside DrivelMarin nue Pressure Relief Valve (PRV) Relocation, Con o. 3416 - Completion And Acceptance March 26, 2002 Page 2 1. Change Order No. 1 for $13,503.15 provided construction of slurry backfill in water main trenches. 2. Change Order No. 2 for $20,661.59 provided revised and additipnal pipework due to changed conditions. 3. Change Order No. 3 for $7,124.57 provided construction of temporary sidewalk, electrical conduit, and sod replacement. Funds for the project were expended from the following account: Description Account No. Amount Water Enterprise Fund 7503- C5500089 $367,689.31 The original scheduled completion date was November 16, 2001. The completion date was extended to February 14, 2002, in order to make changes to the pipe alignment, to adjust to existing utilities and to complete punch list items. All work was completed by the revised completion date. Respectfully WORKS DEPARTMENT G. Badum, Director By: R. unther, P.E. Construction Engineer ry L ' • • CITY OF NEWPORT BEACH CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658 -8915 until 2:15 p.m. on the 13th day of June 2001, at which time such bids shall be opened and read for BAYSIDE DRIVE /MARINE AVENUE PRV RELOCATION PROJECT Title of Project Contract No. 3418 $ 300.000 Engineer's Estimate A roved b ,�- Don Webb Public Works Director Prospective bidders may obtain one set of bid documents at no cost at the office of the Public -Works Department, 3300 Newport Boulevard, P. O. Box 1768, Newport Beach, CA 92658 -8915. General "A" Contractor License Classification required for this project For further information, call Mike Sinacori, Project Manager at (949) 644- 3342 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BAYSIDE DRIVE /MARINE AVENUE PRV RELOCATION PROJECT CONTRACT NO. 3418 TABLE OF CONTENTS NOTICE INVITING BIDS .......................................................... ............................... Cover INSTRUCTIONSTO BIDDERS ........................................................ ..............................1 BIDDER'S BOND ............................................................................... ..............................3 DESIGNATION OF SUBCONTRACTOR( S) ...................................... ..............................4 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................5 NON-COLLUSION AFFIDAVIT .......................................................... ..............................6 NOTICE TO SUCCESSFUL BIDDER ............................................... ..............................7 CONTRACT...................................................................................... ..............................8 LABOR AND MATERIALS BOND .................................................... .............................14 FAITHFUL PERFORMANCE BOND ................................................ .............................16 PROPOSAL................................................................................ ............................... PR -1 SPECIAL PROVISIONS ............................ ................................................................ SP -1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BAYSIDE DRIVE /MARINE AVENUE PRV RELOCATION PROJECT CONTRACT NO. 3418 INSTRUCTIONS TO BIDDERS PAGE 1 The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. • • PAGE 2 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). 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. -7553500 . CIOSS'A" Contractor's License No. & Classification Bidder Authofffed Signa ure/Title O(�^a152 h� duru i2, 2,�r► Date 4 , • • PAGE 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BAYSIDE DRIVE /MARINE AVENUE PRV RELOCATION PROJECT CONTRACT 610.3418 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 ($ 107 OF BID ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of BAYSIDE DRIVE/MARINE AVENUE PRV RELOCATION PROJECT, Contract No. 3418 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to duly enter into and execute the Contract Documents for the construction of the project in the form required within ten days (10) (not including Saturday, Sunday, and federal holidays) after the date of the mailing of Notice of Award; otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 12th day of JUNE 2001. GCI CONSTRUCTION, INC. Name of Contractor (Principal) Gy i!: \it �f �i7 Yl�`S�I�Yf73x�i`Sdi7 ,, iI Name of Surety AMERICA �Authorrzeds-�,g�ur6rritie ,pi 1 •. 21688 GATEWAY CENTER DRIVE, DIAMOND BAR, CA SUSAN C. MONTEON, ATTORNEY -IN -FACT Address of Surety 91765 Print Name and Title (909) 612 -3000 Telephone (Notary acknowledgment of Principal & Surety must be attached) 4 CALIFORNIA ALL - PURPOSE State of California County of Orange On duu `°� _M) before me, Janet L. Russell - Notary Public DATE A , , _ NAME TITLE OF OFFICER- EG..'JANE DOE. NOTARY PUBLIC personally appeared L I( H ��UV1 /lL,f 1 ( NAME(S) OF SIGNERS) ® personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and ac- knowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. JANET L. RUSSELL Na COMOIJ 1166123 '^ WITNESS my hand and official seal. NOTARY PUBLIC. CALIFORNIA v1 Orange County � &21_2 My Comm. Expires Dec. 21, 2001 J L. Rasm.11 SIGNATURENQZ N TARY IbtarY, RIb11C OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER Tm.E(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUAROIAWCONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENnrY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 130-111333/94 019M NATIONAL NOTARY ASSOCIATION • 8238 Remmel Ave., P.O. Box 7134 • Canoga Park CA 913047184 t.. STATE OF _ COUNTY OF CALIFORNIA RIVERSIDE On rlJ /r ® /G/ before me, I SS. R. STANDLEY PERSONALLY APPEARED - - -- -SUSAN C. MONTEON--- - - - - -- personally known to me e. i &., -- to be the person4e _Nvhose name44 ` J isFara_ subscribed to the within instrument and aclolowl- edged to me that -lae,4she /they executed the same in kris her /their. authorized capacity(4" and that by hie,/her/ ilaeie signature(& n the instrument the person(&}, or the entity upon behalf of which the person4 .acted, executed the instrument. WITNESS my hand and official seal. Signature 1 (y ,., - ....., R. STANDLEY COPAN. #9263272 `\ NOTARY PUBLIC • CALIFORNIA m RIVERSIDE COUNTY My Comm. Expirrs June 7, Y009 This area for Official Notarial Seal Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSONS) OR EmnR (IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE ID -osI Rev. 6/94 ALL - PURPOSE ACKNOWLEDGEMENT TRAVELS CASUALTY AND SURETY COMPANY OF Al RICA TRA"LERS CASUALTY AND SURETY COMP-evNa_ ARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183 -9062 TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS Naperville, Illinois 60563 -8458 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S) -IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the Citv of Hartford, County of Hartford, State of Connecticut, and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, a corporation duly organized under the laws of the State of Illinois, and having its principal office in the City of Naperville, County of DuPage, State of Illinois, (hereinafter the "Companies ") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Michael D. String, Shawn Blume or Susan C. Monteon * * of Riverside, CA, their true and lawful Attorneys) -in -Fact, with full power and authority hereby, conferred to sign, execute and acknowledge, at any place within the United States, or, if the following line be filled in, within the area there designated the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Atforney(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 Attomeys -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 Attomeys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (8-97) puoe `Aniajoes iue ;sissy uosueyor •fN uom �s\ubl)��� ia'q�' � NNOa m SibNOiHiVii��a /f8 � 'Itl3S �C�(i+ � 2861 6i 'Oe0iletlH a l\ / /F,,,ggg�++' 'U3U)R P� �Yn5v0 vyv Ali +c �n��Min ICJO-e ` dun ;o Sup (� slgl pa1uQ 1n0poauuoJ to MIS `Plo3ueH Jo SAD 0111 IN `fuedwoJ aql JO a39JO awoH 0111 IL pa!eaS pue p3u2l!S I� '0010; ul mou ale `Auloglnylo aleagivaO aql ui quoJ las se `siolool!Q ;o SPIeoH aql Jo suoilnlosod 2wpuelS oql lugs `asouinqun3 pue 'paxonai uaaq lou seq pue 00103 llnJ UT su!uwal gl!loglnV jo aluol3!l1aJ pue Aoulolly 3o 10mod pagoetlu pue Oui02070J 3111 lug) AHI LUHJ AHHUHH OQ `slougll3o ole1S agl Jo uopulodloo )fools 'SIONI'I'II 30 ANVdWOJ AIMIS QNV A.L'IVIISVJ SZIH'IHAVZLL PUB `lmpoouuoJ Jo ole1S aql 3o Suol3elodloo 1301S `ANVdWOJ A.L'IVIISVJ NO.LONIWZIVd Puu ANVdWOJ A.LaHflS QNV A.L'IVIISVJ S-dH'I3AVZIS. VJRIHWV 30 ANWHOJ A.L32IIIS QNV AllVASVJ SH313AVZLL 30 hulaaaaS luulslssV `p3u3!snpun aql `I H.LVDhHl'dHJ o!Ignd tieloN LOoz 'oe ounp ;fneaital'J anew sandxa uoiss!wwoo 6W �l•o Joalagl suo!lnlosag 5u!pue1S oql lapun oo1Wo Ia1f/s!q ,io fluoglne dq suopulodioo alp Jo;fegoq uo luamnllsui pees aql palnoaxa oils/al lugl pue 'slugs alulodloo Bons we luawrmisui plus oql of pax1We sleas agl lugl'suopelodroo p!es ;o sleas sill smoull ails /oq lugl'luawnllsu! anoqu a111 palnoaxa go!gm pue ut paquasap suopelodlo0 ail `SIONI'I'II 30 ANVdWOJ A'LaHfl QNV A.L'IVRSVJ SH3'I3AVZI.L Puu ANVdWOJ AL'IVRSVJ NO.LONIMVd `ANVdWOJ AJaHfIS QNV A.L'IVIISVJ SH37HAVHL 'VJIWHWV 30 ANVdWOJ A.LHZIIIS QNV AL'IVIISVJ SH3'IHAVHLJo luaP!sald a0!A aoluaS s! ails /ail lugl :,ies puu osodop p!p `Moms ,ifnp aw Sq 2?ulaq `oqm `umou3l ow of NOS IWOHS 'M 39HOHJ oulm Sipmosiod aw alolaq 6661 `aunt Io ,Sup glgl slgl u0 ivap!saad aa!AJo!uaSSONp rid uosdwoyl .M aBioaO bOd 'b+4n5 uN SIONI'M 30 ANWHOJ AlMaS QNV AI'IVfISVJ SHH'IdAVZI.L ANVdWOJ AZ'IVRSVJ N0I0NIWHV3 ANVdWOJ AZHHaS QNV Al'IVRSVJ SH3'I3AVZIS V3I113WV 30 ANVdWOJ AlaHaS QNV Al'IVf1SVJ SH3'I3AVN.I. o'aSv�,��y,F J9; 2961,�f 6i � � +h/oe.�• ?O TY/15V'J o ?eTAN Tq L 21 ....t y 'NN00 mm � � �J00 roeoilHVH �, C�tlO:ltll'HJf•p 's JNY Al�e�6 e 'lhY�mi�e. QU03UUVH JO AINf100 p10J1RH 'SS { 100LLJHNNOJ 30 3.LVLS '6661 `aunt ;o .Sep 1pgl s!'41 pax111e olalaq oq of seas olulodloo 1!agl puu `luap!sa 1d aa!A ao!uaS magi ,Sq poug!s oq of luoulnilsui s!ql pasneo aneq SIONI'I'II 30 ANVdWOJ A.L3xflS QNV Al'IVIISVJ S"da'I3AVHt Puu ANVdWOJ A.L'IVfISVJ N0JJf)MMV3 `ANVdWOJ AL32If1S QNV Al'IVf1SVJ SZIH'IHAVZI.L `VJI2IHWV 30 ANVdWOJ ALHZIRS QNV AZIVIISVJ S-da'IHAVZLL `303HaHM SS3N,LIM NI 0 0 IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS have caused this instrument to be signed by their Senior Vice President, and their corporate seals to be hereto affixed this 18th day of June, 1999. STATE OF CONNECTICUT ) SS. Hartford COUNTY OF HARTFORD 9 surf!4 J,y1v AryQs ACG � c �: H,IAi- ,,ORa, � c HARTFORD, < E � C0P1Y. � W CONN. o 7 r TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS (00 BGeorge W. Thompson Senior Vice President On this 18th day of June, 1999 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, the corporations described in and which executed the above instrument; that he /she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he /she executed the said instrument on behalf of the corporations by authority of his /her office under the Standing Resolutions thereof. *, puei�o C'S My commission expires June 30, 2001 Notary Public Marie C. Tetreault CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, stock corporation of the State of Illinois, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this IdA day of J Lry,-,r--- , do(,-,) .. 4 pO SLL..gffl`� C1O 3' HAM,OR0, w 49 J ��rY Aryps 9 m Oj ' p�A,PSOU/j,�2 �l f �L y`NOO p, YwOHlp�'nl .[µ 5 o By OtYJ. CONN, n �rt _r ; guy t9T1 Kori M. Johanson Assistant Secretary, Bond • • PAGE 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BAYSIDE DRIVE /MARINE AVENUE PRV RELOCATION PROJECT CONTRACT NO. 3418 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he /she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Subcontract Work Subcontractor Address 70&/ e 2. 3. 4. 5. 6. 7, 8. 9. 10. Au (2qns{ty oo T.nq . Bidder 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BAYSIDE DRIVE /MARINE AVENUE PRV RELOCATION PROJECT CONTRACT NO. 3418 TECHNICAL ABILITY AND EXPERIENCE REFERENCES PAGE 5 The undersigned submits herewith a statement of the work of similar character to that proposed herein which he /she has performed and successfully completed. Year Project Completed Name /Agency Person Telephone To Contact Number 4t C I CONSTRUCTION, INC• FORMERLY: GILLESPIE CONSTRUCTION INC. COMPLETED PROJECTS As of March 30, 2001 CONTRACT CUSTOMER NAME & ADDRESS JOB #/ LOCATION AMOUNT CITY OF ANAHEIM i 038 Illinois Street Water Main Replacement Project 565,720 200 S. Anaheim Blvd. j Anaheim, CA 92805 (714) 765 -5100 j CITY OF FOUNTAIN VALLEY 017 Park & Ride Lot at the Fountain Valley 166,669 10200 Slater Avenue Recreation Center Fountain Valley, CA 92708 (714) 593 -4400 CITY OF LAGUNA BEACH 025 Virginia Park Drive, Skyline Drive & Vista 315,315 505 Forest Avenue Lane Storm Drain Laguna Beach, CA 92651 059 Park Avenue Storm Drain Improvements 52,604 (949) 497 -0351 CITY OF NEWPORT BEACH 009 Water Line Replacements& Alley 26,243 3300 Newport Blvd. ReconstructionMarcus Newport Beach, CA 92658 -8915 1 012 Jamboree Road Sewer Improvement 139,730 (949) 644 -3311 1 018 Central Balboa Water, Sewer & Alley 495,804 Improvements & West Newport Beach Main Replacement, Phase II 040 32nd St./Newport Blvd. Street Rehabilitation& 524,288 30' St./ Newport Blvd. Storm Drain Improv. j 069 Bayside Drive Storm Drain Improvements 267,905 j 082 Newport Dunes Storm Water Diversion 54,920 CITY OF ROSEMEAD ( 013 Storm Drain Improvements 330,031 8838 East Valley Blvd. Rosemead, CA 91770 (626) 288 -6671 CITY OF TORRANCE 1 016 Construction of CMP Replacement Program 1,021,000 3031 Torrance Blvd. ; 1998 -199 026 Construction of Amie Avenue Torrance, CA 90509 -2970 1 Retention Basin Force Main 423,078 (310) 618 -2820 1 090 Emergency Channel Stabilization 25,920 COUNTY OF ORANGE 071 Santiago Canyon Road / Transportation 331,299 CONSTRUCTION DIVISION Corridor — Drainage Improvements P.O. Box 4048 j Santa Ana, CA 92702 -4048 , (714) 567 -7812 C.W. DRIVER 035 "Perilous Plunge "- Utilities 215,583 7442 North Figueroa Street Los Angeles, CA 90041 -1710 (323) 259 -8600 G:Vmct \GCFJ0BLIST\GCI REFERENCE SHT.doc Page 1 of 4 40 C I CONSTRUCTION, INC • FORMERLY: GILLESPIE CONSTRUCTION INC. COMPLETED PROJECTS As of March 30, 2001 CONTRACT CUSTOMER NAME & ADDRESS JOB #/ LOCATION AMOUNT EL CAMINO ENCLAVE 036 Falda Avenue, Torrance (Underground) 238,834 561 W. Rincon Street Corona, CA 91720 (909) 725 -8616 IRVINE RANCH WATER DISTRICT i 001 Bonita Creek Park Trunk Sewer Relocation 621,100 15600 Sand Canyon Avenue Irvine, CA 92618 (949) 453 -5585 JOHN LAING HOMES _ 037 Laing Homes Meadowlark Utilities- Tract 99,981 19600 Fairchild, Suite 150 15472 Irvine, CA 92612 (949) 476 -9090 Ext. 230 KNOTT'S BERRY FARM 1 010 Coasters Restaurant Knott's Berry Farm 12,820 8039 Beach Blvd. 023 "Wipe Out" & "Scrambler" 71,031 Buena Park, CA 90620 027 "Soak City" Demo 123,882 (714) 220 -5227 028 Parking Lot Rehab for Restriping 51,309 029 Employee Parking Lot 29,418 030 "Soak City" — Water Lines 13,000 j 031 Mechanical Pump Buildings - "Soak City" 899,999 032 "Soak City" Grading 572,073 033 "Soak City" - Utilities 498,067 034 "Perilous Plunge" - Demo 159,750 039 Cross Town Sewer i 210,708 041 "Soak City" — Asphalt Paving 170,394 043 "Soak City" — Concrete Flatwork 753,828 044 "Soak City" — Wall #1 for Ramp to Bridge 94,590 046 Grand Avenue Drop Off - Knott's Berry Farm 102,136 052 Retaining Wall & Bridge Abutment -Soak City 305,293 { 054 Stanton Avenue Phase -1 136,071 055 Housekeeping Pads — "Soak City" 1 9,812 WJmet \GCIVOBLISTGCI REFERENCE SHTdoc Page 2 of 4 4P C I CONSTRUCTION, INC • FORMERLY: GILLESPIE CONSTRUCTION INC. COMPLETED PROJECTS As of March 30, 2001 CONTRACT CUSTOMER NAME & ADDRESS JOB #/ LOCATION AMOUNT LOS ANGELES COMMUNITY 063 Certain Domestic Underground Water Mains - 238,103 COLLEGE DISTRICT East Los Angeles College Facilities Planning & Development 770 Wilshire Blvd. ! Los Angeles, CA 90017 (213) 891 -2480 LOYOLA MARYMOUNTUNIVERSITY 002 L.M.U. Export - Playa Vista 716,502 7900 Loyola Blvd. Los Angeles, CA 90045 -8370 (310) 338 -7762 MISSION VIEJO CHRISTIAN CHURCH 011 Mission Viejo Christian Church 11,222 27405 Puerta Real Suite 360 Mission Viejo, CA 92691 (714) 768 -0209 MR. JOHN THORSELL 006 Water Line Relocation - Dana Point 13,709 1 Santa Lucia j Dana Point, CA 92629 (949) 448 -8722 NEWPORT MESA UNIFIED SCHOOL j 076 Grading ImprovementsforConstructionof 12,005 DISTRICT Preschool at Whittier Site 2985 -E Bear Street Costa Mesa, CA 92626 I (714) 424 -7528 OAKHILL DEVELOPMENT 1068 35386 Camino Capistrano, Lot 57, Tract 1127, 99,260 1048 Irvine Blvd., #363 Dana Point Newport Beach, CA 92660 (949) 574 -9164 ORANGE COUNTY WATER DISTRICT 048 Santiago Creek Recharge Project 352,956 10500 Ellis Avenue Fountain Valley, CA 92728 (714) 378 -3305 _ PACIFIC BUILDING INDUSTRIES 3190 -K Airport Loop Drive 024 Bayside Restaurant - Newport Beach Costa Mesa, CA 92626 (714) 755 -0299 t 2,700 WJU et \GCRIOBLIST\GCI REFERENCE SHT.doc Page 3 of 4 A C I CONSTRUCTION, INCO FORMERLY: GILLESPIE CONSTRUCTION INC. COMPLETED PROJECTS As of March 30, 2001 CONTRACT CUSTOMER NAME & ADDRESS JOB #/ LOCATION AMOUNT PERDOMO BLT ENTERPRISES, LLC 003 East L.A. Recycling and Transfer Station 313,144 511 Spectrum Avenue Oxnard CA 93030 (805) 278 -8220 PLAYA CAPITAL COMPANY, LLC 1 004 Placement of LMU Import Material 132,470 12555 West Jefferson Blvd., Suite 300 Los Angeles, CA 90066 (310) 822 -0074 PORT OF LONG BEACH 022 emoval of Nicholson Avenue Ramp 128,153 925 Harbor Plaza Drive, 4' Floor Long Beach, CA 90801 (562) 437 -0041 SOUTH COAST WATER DISTRICT 007 Coastal Treatment Plant - Export Sludge Force 93,109 31592 West Street Main Phase III Laguna Beach, CA 92607 ' 015 Camino De Estrella Sewer Main 110,767 (949) 499-4555 058 Pacific Coast Hwy. 12" Water Main, Dana Point 1,108,766 058 -C 101 -106 Holtz Hill Waterline, Dana Point SOUTHERN CALIFORNIA WATER 045 Albertoni Blvd., East of Avalon Blvd. - 12" DI 142,229 COMPANY j Pipe Watermain Installation 17140 South Avalon Blvd., Suite 100 047 Inglewood Avenue 12" DI Pipe 251,790 Carson, CA 90746 049 223' Avenue, Hawiian Gardens - Watermain 217,257 (310) 767 -8205 050 224' Avenue, Hawiian Gardens - Watermain 223,773 051 Brittain Avenue, Hawiian Gardens-Watermain 241,993 TRI CORPS ENGINEERING 075 Aliso Viejo Desilting Basins 42,750 7005 Hwy. 215, Frontage Road Moreno Valley, CA 92553 (909) 369 -9396 WALNUT VALLEY UNIFIED SCHOOL 1 008 Morning Sun Landslide Site -Walnut 25,392 DISTRICT 073 Morning Sun St. Grading & Storm Drain 71,816 880 South Lemon Avenue ! Walnut, CA 91789 (909) 595 -1261 Ext. 1378 G:UJmet \GCNOBLIST\GCI REFERENCE SHT.doc Page 4 of 4 • IS PAGE 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BAYSIDE DRIVE /MARINE AVENUE PRV RELOCATION PROJECT CONTRACT NO. 3418 NON - COLLUSION AFFIDAVIT State of California ) ss. County of (161"t J ) �ACtA&Eaxi l , being first duly sworn, eposes and says that he or she is nwj UI TrD11 SU1'� of I �(IS'{fi( f) y � •, the party making the foregoing bid; -that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. C� Bidder Autho ' ed Signature/ Title F 0 NC.at Subscribed and sworn to before me this 12 -day of _ �� W tary Public l My 2001. JANET L. RUSSELL N Comm.61166123 NOTARY PUBLIC - CALIFORNIA Orange County PAGE 7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BAYSIDE DRIVE /MARINE AVENUE PRV RELOCATION PROJECT CONTRACT NO. 3418 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of receipt Notice of Award to the successful bidder: • CONTRACT • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of receipt Notice of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. .0 0 PAGE 8 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BAYSIDE DRIVE /MARINE AVENUE PRV RELOCATION PROJECT CONTRACT NO. 3418 CONTRACT THIS AGREEMENT, entered into this 26th day of June, 2001, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and GCI Construction, Inc., hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: BAYSIDE DRIVE/MARINE AVENUE PRV RELOCATION PROJECT Project Description 3418 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. 3418, Standard Specifications for Public Works Construction (current adopted edition and all supplements) and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents "). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. B. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: All of the work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. • 0 PAGE 9 C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of three hundred thirteen thousand, sixty and no /100 Dollars ($313,060.00). 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 CONTRACTOR City of Newport Beach GCI Construction, Inc. Public Works Department Fischer Ave, Suite B -3 3300 Newport Boulevard Costa Mesa, CA 92626 Newport Beach, CA 92663 714- 957 -0233 Attention: Mike Sinacori (949) 644 -3342 F. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this Contract, hereby certifies: "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self - insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. Contractor shall furnish City with certificates of insurance and with original endorsements effecting coverage required by this Contract. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that 0 0 PAGE 10 insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. 1. Minimum Scope of Insurance Coverage shall be at least as broad as: a) Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0001 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 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 0001 0187 covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. c) Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 2. Minimum Limits of Insurance Coverage limits shall be no less than: a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. c) Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. 3. Deductibles and Self- Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. • ! PAGE 11 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages City, its officers, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. ii. Contractor's insurance coverage shall be primary insurance and /or primary source of recovery as respects City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, officials, employees and volunteers. iv. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. b) Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against City, its officers, officials, employees and volunteers for losses arising from work performed by Contractor for City. c) All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. 5. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract amount provided that the Work damaged is built in accordance with the plans and specifications. • f PAGE 12 6. Right to Stop Work for Non - Compliance City shall have the right to offer the Contractor to stop Work under this Agreement and /or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. H. RESPONSIBILITY FOR DAMAGES OR INJURY City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the sole or active negligence or willful misconduct of City, its officers or employees. 4. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 5. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in H.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. r. u 0 PAGE 13 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. ITY OF NEWPORT BEACH Municipal Corporation y.420M.M.0a "y Garold B. Adams Mayor APPR9vty AS TO FORM: GCI Constru ton, Inc. By: CITY ORNEY Auth rized ignature and Title TeX . Chi 07/.17/01 TUE 16:53 FAX 714 540 1148 JUL -17 -01 TUE 15:37 INS Inaurcd OCICOO] -COS GCI Construction, Inc. CMEI Inc. Cbmpaay National Union Fire Insurance Co. • GCI CONSTRUCTION INC. FAX N0. 000 • P. 03 rail• 0" ,i.e o da YY Q7117 /01 Producer 714 289-7676 Seltzer Insurance Service 1524 East Mayfair Avenue Orange, CA 92867 THIS CBETSFlOfTE IS ISSUED AS a MATTER OF INPD Tlm ONLY AND CagFRIB ED RIQIiS UPON THE CENTIPIG.TN IOLDRR. Mae CMTTM ATR ram elrr n.+mm' ErMID OR ALTER Tim COVERNM AFFORIGES) BY a»Q POLICIES BUT-W. p°An Mt. Hawley Insurance Company ap «'ml'any Progressive Casualty Ins Group B Inaurcd OCICOO] -COS GCI Construction, Inc. CMEI Inc. Cbmpaay National Union Fire Insurance Co. Pacific Equipment, L.L_C. q; Al ST- ,Cempanies 245 Fischer Ave. Suite B -3 Dany D State Compensation Ins Fund _ ;:.. _...._.. Ct3:'. � :... ...........................:::. as TMS IS TO CERTIFY THAT THR PTI.r Crke OP INSURANCE LISTED BELOW HAVE BEEN ISSUED TO TIM INSURED NAMED ABOVE FOR Tlm POLICY INDICATED. NO9`W1NH64`ANnINC ANY REQUIREMENT, TERM OR CMMITION OF ANY CONTRACT OR OTHER DOCUMY.H'r WITH RKAPM'r '1u WHICH THIS CERTIFICATE MAY AD IESUHn OR MAY PERTAIN. TEE INSURANCE AFFORDED BY THE PoLrC)BS tweewiHHD H"rw 18 suRjr^r TO ALL THE TERMS, H%CLUSIONS AND CONDITIONS OF SOCW POLICIR.R. LIMITS SHOWN MAY F Vg BEEN R=U CTd) BY PAID CLAIIIS. POLICY POLICY ].TR TYFE OF TI'S' CZ FOI.TCY NUMBER EFPID�VR Drag OLPIRATTIm MTEI LINHIS A LIARILITY Co n*r --;al Du:nrat�-/I�iaD C1aiNe Modc &60ccur MGLO129893 04/01/01 04/01/02 General Aggregate $ Products -Con o e n $ 1,000, 000 Personal a Ads Injury_ S 1,000 000 Ownel'e b CODE Procaotive Each OLCur.V"' 5 1-000- 000 Fire a ml L Fire) B r, Ono P., DTO j�,g� MW Ebm(n nv one Parson 1 B A{MOMORII,R LIABILITY Any Actn All Elwood AULOa CA 0 -42 -86 -083 -0 07/17/01 07/17/02 I}.mb<nwl Singlc Limit Bodily -1njury 5 Scheduled Auto. (Per pnraonl 5 Hired AUtoe Bodily Injury Non -owned Autva (Per accident) $ Property Dwmage GAHTL:E LIABILITY Auto Only A Accident $ Ati[o Other 'IT %n Auto only Each ACr1QenL 5 5 re aln C Ck68 LIABILITY U':=cna Fein OLhrr Than Umbrella Form BE8711668 04/01/01 04/01/02 ROCK Occurrence S A sre-5ute $ 4 QU.. D WORKERS' CDWMISATLON AW IddanYERS• LlARrl.tTY TOe PrvDxietOr// lnel P� Lnere /seecuti�0 O score al,a EXD1 1627031 -01 03/17/01 03/17/02 atieutor Limi the : -,4 . EL Each Ancidu.c EL DI:cona -Polio Limit 5 RL Dioease•Ea to .e $ 1-n n-nno E COWER IM / Egu ipment eased /Hirod MXI98401074 04/01/01 04/01/02 ch Limit g 568,000 Emit 100,000 DESCYIPrION OF OPIDIATjONe�IpCATIOWS /VffiICLgB /EF6Y'IN. IIIilM ertificate Holder(s) are named Additional Insured(s) as per attached endorse ent and with respect to work performed on Alley 221 Water Fr Sewer Repair- located in the City of Netaport Beach, California. CI Sob No. 93 24 SHOULD ARF OF TIM hoom ranim m IOLIcras nE cesm'IAO BEFORE TEE EXPIRATION MAIN '12MVIFOF, THE IBBulm ODMIWM Wl;i. � MALL Q._DAYE WRITTRN ROTIM TO 'Jim CORTIFICAT'R RULDER WOM TO T. City Of Newport Beach LEFT, Utility Department 3300 Newp ott Blvd. Author ;.�a cepreaenLetivc - -- Newport eefch, CA 92659 Attn: Ed Burt r- ec:.e.__dEf::�.e [9`- �!.sMLC, °e c. Mme. �K`:. �-'-.. �. •.'• ,' .'.• JUL -18-01 WED 14:03 INS GCI Constructipn, Inc. POLICY NUMBtR:MGL0129893 FAX N0, 000 P.02 COMMERICAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES, OR CONTRACTORS (FORM 8) This Endorsement Modifies Insurance Provided Under The Following: COMMERCIAL GENERAL LIABILITY COVERAGE PART: SCHEDULE NAME OF PERSON OR ORGANIZATION: City of Newport Beach Public Works Department, its Officers, Officials, Employees and Volunteers PROJECT: Baysioe Drive f Marine Avenue PVR Relocation Project Contract No. 3418 If no entry appears above, information required to complete this endorsement will be shown in theDeclarations as applicable to this endorsement. WHO IS AN INSURED (Section 11) 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 for the benefit of the additional insured(s) shown above shall be primary insurance, and no other insurance of the additional insured(s) shall be called upon to contribute to a loss. A horized Repr entative CG 20 10 11 85 COPYRIGHT, INSURANCE SERVICES OFFICE, INC. 1984 JUt -18 -01 WED 14:04 INS • GCI Construrrtio , In�'�cc. POLICY NUMBE CA 0 -42 -86 -083 0 FAX N0. 000 • P. 03 COMMERCIAL AUTO 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 AUTOMOBILE LIABILITY COVERAGE PART: SCHEDULE NAME PF PERSON OR ORGANIZATION: City of Newport Beach Public Works Department, Its Officers, Officials, Employees 'and Volunteers PROJECT: Baysip a Qrive / Mc7rinp Avenue PVI? Relogatipn Project Contract )Vo. 3418, If no entry appears above, information required to complete this endorsement will be shown in theDeclarations as:applica¢le to this endorsement. WHO IS AN INSURED, (Section IQ 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 no other insurance of the additional insured(s) will be called upon to contribute to a loss. 7 Au horized Represei five CG 20 10 11 85 COPYRIGHT, INSURANCE SERVICES OFFICE, INC. 1984 ATE P.O. BOX 420807, SAN FRANCISCO, CA 94142 -0807 COMPENSATION INSURANCE FUND CERTIFICATE- OF WORKERS' COMPENSATION INSURANCE JUpE'29 2 00 _. POLICY NUMBER. 162703 1 01 . ` CERTIFICATE EXPIRES: 3- 17'-02 .. -CITY OF_ _ NEWPORT BEACi4 PI)RuIC ,t¢r7Ri:S DEPT _3500 ;NEWPORT _BLVD WwPORT BEREH :' "CA 92661= JOB. BAYSIDE DPi:UE /t.4AR'INE r?L +E - PRV RELOCATION PROTECT 0. This :is:to -berti that -we -have issued`a..valid Workers`-Compensation insurance'policy in a form: app roved by the California ' fy _ _ Insurance Commissioner fo the ehiOI6yer.named'below for,the policq period indicated. ;.; . 50 '.. — Th_is pol cy. s,riotsubjecEio:can.Cella_fion bythe Fund except upon jN ays' advance written notice to the employer. _ ..We.will also giveyou.T days' ad vance•notice'shoald'3his policy-be cancelled prior to its normal expiration. Thiszertificate of-insurance 'is not an insurance` Policy and does not amend', extend or alterrthe coverage afforded by the policies IistetLhecein: Notwthstanding,any ' requirement,'term, or 'condition of -any contract or. other document-with. r. respect to, which this ce t flcate of Insurance may :be issued or may. pertain, the insurance afforded by the policies described herein is subjectto all;the terms,'exclusions.and conditions of such policies. .'AUTHORIZED REPRESENTATIVE PRESIDENT EMPLOYER' g :LIABTLTiY 3 ii7IT; -.Ih L(iBIl1G J1EFEi. E COSTS. $1,000, IYOO PER. OCi E3RkENCE.- ENDOfiSEhEt3T.'.90615 ENT1,71,FU:ADD.T7ltihlRi I1,0lkEI }'EMPILtYEk.EFFFGTi1iE. 0Z/29101 'IS - ATTACHED to . i l7f; F BF hIS._ta :!'� fil h3F 31 t F�a.: P&-Ity. NAME .OF, ADVITI NAL"Ill REDl CIg1' <flr'. <i+ WPORT BEACH' . `. ff tDOfi ~5P{EAiT2GtS5 Et -i -fL£$ LEitt'IPCAI.G HOLTiES'-- NOfS•GE EFFECTIVE ' flb /29lpi IS' ATTAiliEIS- 7{t:r�t — ;, Rlg�,>�.s��p,aF ra;x� r''�LICY. twD6nipfENTL# 2570 ;ENTIT) F-D_ WAV'JER.`OF t{Rt tk A7Stjhf EfiFEE iIVE t16r29102 5 , ftTrXiCi}ELF T17.Ata .FARPS A PART- OF jNICS,POLT&. Tf(IRD,PARTI .N4N?E__CI'fX,.dF.�TE[II1bRt EMPL-OYEkl. FACIFI�>b J UIF7gEN LLC AiiD G&t CONST UCT O INC ' ANB.-�ME.:CORf AND l3ME' zNC. 245- 'FISCHER AVE; R:. 3 COSTA MESA GrR..' 92626 - L_< 0 0 PR1of1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL BAYSIDE DRIVE /MARINE AVENUE PRV RELOCATION PROJECT CONTRACT NO. 3418 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P. O. Box 1768 Newport Beach, California 92663 -6915 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 3418 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 Mobilize and Demobilize @ � TL4La-- c -e �it-C 0 6ollars and Cents $ 2 • °" Per Lump Sum 2. Lump Sum Traffic Control and Public Safety @ aUW-MC )taVd Dollars and fb Cents $ 7=00 Per Lump Sum 3. Lump Sum Trench Shoring_ and Bracing @S11 � K tJ.5 Dollars and od Cents $ rp- Per Lump Sum 0 • PR2of2 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 142 L.F. Construct 18 -inch C.M.L. & C. Steel Water Pipe (t= 0.1563 ",pm�in.) @ U.)L l Adi Dollars and 1b Cents $ 255,°e $ �0 Per Lineal Foot 5. 287 L.F. Construct 16 -inch PVC Water Pipe (DR 21'•, 200 psi) @ (lllrcQW & Dollars and go Cents $ fO $ (DS' 'BW." Per Lineal Foot 6. 131 L.F. Construct 12 -inch PVC Water Pipe (DR 21, 200 psi) @ TWO ,U d reJ Dollars and fU Cents $ 2Q0,00 $ �2-W Per Lineal Foot 7. 47 L.F. Construct 12 -inch Ductile Iron Pipe (Pressure Class 350) gahundral C24Dollars and �� t14 Cents $ 26/6,°6 $ IZ Z_ X,00 Per Lineal Foot 8. 1 EA. Furnish and Install 18 -inch Butterfly Valve (150# Flanges) @ �r� Dollars and (b Cents $ � $ Xacll Each PR3of3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 9. 1 EA. Furnish and Install 16 -inch Butterfly Valve (150# Flanges) @� HU�WrAollars and Cents $15=1 $ 5 Each 10. 2 EA. Furnish and Install 12 -inch R/W Gate Valve (150# Flanges) ''II..�--,� @ 4W 4ollars and 1 lV Cents $ $ Each 11. Lump Sum Furnish and Install 12 -inch PRV with 8 -inch By -Pass, Complete @ U Dollars and Rb Cents cc $ _7610M, Per Lump Sum 12. Lump Sum Abandon and Demolish Existing PRV Station, Complete @a4 lX_ jQ(J5NJ Dollars and Cents o0 $ �. Per Lump Sum 13. Lump Sum Pressure Test, Disinfect Pipeline, and Flush Waterline Complete @ ►K`lL4 Dollars and Cents $ Per Lump Sum L LI PR4of4 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 14. 3,650 +/- S.F. Asphalt Pavement Trench Restoration, Complete @ Dollars and Cents $ 6�0 $ 1OX6,013 Per Square Foot 15. Lump Sum Cut, Plug, Slurry Fill, and Abandon Existing 18 and 24-inch Pipeline @ Sl osa cC� Dollars and RZ Cents $ toy ow Per Lump Sum 16. Lump Sum Install Electrical Facilities, Complete 0"004—Dollars and _Cents $ 12 as Per Lump Sum See Special Provision Section 9 —Measurement and Payment, for detailed description of each Bid Items listed above. TOTAL PRICE IN WRITTEN WORDS -rhr� h un�rmk( -� ir%2en�fh�cno( sl'xc Dollars and Cents $ Total Price (Figures) C Liu 1021.200 Date -114'A5_7-0233 (710540 -148 Bidder's Telephone arid Fax Numbers -755�55zo , CJIa,(;4S 'A" Bidder's License No(s) and Classification(s) JAContract Documents\M B \NEWPORTPROPOSAL C- 3418.doc 970-A C�ikSUci� .Jaye Bidder Bidder's Authorized Signature and Title rz 2- 151=fWJLW_A_1eC�4.) 3 6n 2(0 �s�l Bidder's Address 0 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS BAYSIDE DRIVE/MARINE AVENUE PRV RELOCATION PROJECT CONTRACT NO. 3418 INTRODUCTION PART 1 - -- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE 2 -9 SURVEYING 2 -9.2 Survey Service 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 5 UTILITIES 5 -7 ADJUSTMENT TO GRADE 5 -8 SALVAGED MATERIALS SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 6 -7 TIME OF COMPLETION 6 -7.1 General 6 -7.2 Working Days 6 -7.4 Working Hours 6 -9 LIQUIDATED DAMAGES 1 1 2 2 K 2 2 2 3 3 3 3 k 3 3 3 3 4 4 4 4 0 0 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 5 7 -7 COOPERATION AND COLLATERAL WORK 5 7 -8 PROJECT SITE MAINTENANCE 5 7 -8.5 Temporary Light, Power and Water 5 7 -8.6 Water Pollution Control 5 7 -8.8 Steel Plates 6 7 -10 PUBLIC CONVENIENCE AND SAFETY 6 7 -10.1 Traffic and Access 6 7 -10.2 Storage of Equipment and Materials in Public Streets 6 7 -10.3 Street Closures, Detours, Barricades 6 7 -10.4 Public Safety 6 7- 10.4.1 Safety Orders 6 7 -10.5 "No Parking" Signs 6 7 -10.6 Street Sweeping Signs /Permit Parking Only signs 7 7 -10.7 Notice to Residents 7 7 -15 CONTRACTOR LICENSES 7 7 -16 CONTRACTOR'S RECORDS /AS -BUILT DRAWINGS 7 SECTION 9 MEASUREMENT AND PAYMENT 8 9 -3 PAYMENT 8 9 -3.1 General 8 9 -3.2 Partial and Final Payment 11 PART 2 -- CONSTRUCTION MATERIALS 11 SECTION 207 PIPE 11 207 -9 IRON PIPE AND FITTINGS 11 207 -92 Ductile Iron Pipe for Water and Other Liquids 11 207 -9.2.3 Fittings 11 207 -9.2.4 Lining and Coating 11 207 -9.2.6 Polyethylene Encasement for External Corrosion Protection 11 207 -10 STEEL PIPE 12 207 -10.3 Installation 12 207 - 10.3.1 General 12 207 - 10.3.2 Joints 12 207 - 10.3.3 Lining and Coating 12 207 -17 PVC PLASTIC PIPE 14 207 -17.1 General PVC Pipe for Potable Water Lines 14 PART 3 - -- CONSTRUCTION METHODS SECTION 300 0 0 17 SECTION 215 VALVES 14 215 -1 BUTTERFLY VALVES 14 215 -1.1 General 14 215 -1.2 Valve Body 14 215 -1 -3 Disc 15 215 -1.4 Shaft 15 215 -1.5 Valve Seats 15 215 -1.6 Bearings 15 215 -1.7 Packing 15 215 -1.8 Coatings and Linings 15 215 -1.9 Testing 16 215 -1.10 Proof of Design 16 215 -2 RESILIENT WEDGE GATE VALVES 16 215 -2.1 General 16 PART 3 - -- CONSTRUCTION METHODS SECTION 300 EARTHWORK 17 300 -1 CLEARING AND GRUBBING 17 300 -1.3 Removal and Disposal of Materials 17 300 -1.3.1 General 17 300 -1.3.2 Requirements 17 300 -1.5 Solid Waste Diversion 17 SECTION 302 ROADWAY SURFACING 17 302 -5 ASPHALT CONCRETE PAVEMENT 17 302 -5.1 General 17 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 18 302 -6.6 Curing 18 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 18 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS 17 GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303 -5.1 Requirements 18 303 -5.1.1 General 18 303 -5.4 Joints 18 303 -5.4.1 General 18 303 -5.5 Finishing 18 303 -5.5.1 General 18 303 -5.5.2 Curb 18 303 -5.5.4 Gutter 19 0 • 303 -6 PRECAST CONCRETE VAULTS 19 303 -6.1 General 19 303 -6.2 Vaults 19 SECTION 307 STREET LIGHTING AND TRAFFIC SIGNALS 19 307 -4 TRAFFIC SIGNAL CONSTRUCTION 19 307 -4.9.3 Inductive Loops 19 SECTION 310 PAINTING 19 310 -5 PAINTING VARIOUS SURFACES 19 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 19 310 -5.6.7 Layout, Alignment, and Spotting 19 310 -5.6.8 Application of Paint 20 SECTION 312 PAVEMENT MARKER PLACEMENT AND REMOVAL 20 312 -1 PLACEMENT 20 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS BAYSIDE DRIVE / MARINE AVENUE PRV STATION RELOCATION PROJECT CONTRACT NO. C -3418 INTRODUCTION All work necessary for the completion of this contract shall be done in accord with (1) these Special Provisions, (2) the Plans (Drawing Nos. W- 5284 -5, consisting of 6 sheets), (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (1997 edition), including Supplements. (4) The Standard Specifications for Public Works Construction (2000 edition), including supplements. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department for Ten Dollars ($10.00). Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California, 90034, telephone (310) 202 -7775. All work shall also conform to the latest edition of American Water Works Association (AWWA) standards as amended. The following Special Provisions supplement or modify the Standard Specifications for Public Works Constructions 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 consist of: demolition of the existing PRV station and restoration of the parkway appurtenances, abandonment of the existing 18 and 24 -inch RCCSP and filling the abandoned pipes with concrete slurry, installation of 16 -inch C- 905 PVC (DR -21, 200psi) and 18 -inch C.M.L. & C. Steel (1/4 -wall) water main in Jamboree Road and Bayside Drive, 12 -inch class 350 Ductile Iron Pipe in Marine Avenue, construction of a new 12 -inch PRV with an 8 -inch by -pass station; and restoration of the A.C. pavement, traffic markers, and control loops" SP -1 0 2 -9 SURVEYING 2 -9.2 Survey Service. Add to this section, "The Engineer will provide construction staking as required to construct the improvements. Any additional stakes or any 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. The City Surveyor will file a Comer Record or Record of Survey with the County Surveyor prior to the start of any construction. After completion of all construction, the City Surveyor will file a Comer Record or Record of Survey with the County Surveyor for any monuments that have been replaced. All existing street and property corner monuments are to be preserved. The contractor will be back - charged for the cost of restoring any survey monument damaged by the Contractor outside the project limits." 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 cost and shall constitute the markup for all overhead and profit: 1) Labor 20 2) Material ... 15 3) Equipment Rental _________ _______________________________ 15 4) Other Item and Expenditures _________ ____ _______ 15 To the sum of the cost and markups provided for in this subsection, 1- percent shall be added for compensation for bonding. 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 work. A markup of 10- percent on the first $5,000 of the subcontractor's portion of the extra work and a markup of 5- percent on wok added in excess $5,000 of the subcontracted portion of the extra work may be added by the Contractor. This Section only applies to work in excess of the estimated quantities shown in the Proposal." SP -2 SECTION 4 - -- CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspections and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection 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 test and retesting due to failed test or inspections are requires because of unsatisfactory results in the manner in which the Contractor executed his work, such test and inspections shall be paid for by the Contractor. SECTION 5 -- UTILITIES 5 -7 ADJUSTMENT TO GRADE. The Contractor shall adjust to finish grade City - owned water meter boxes, water valve covers, sewer manholes, sewer cieanouts, and survey markers. The Contractor shall coordinate the adjustment of Southern California Edison, The Gas Company, Pacific Bell and Cable Television facilities to the finished grade with the appropriate utility company. 5 -8 SALVAGED MATERIALS. The Contractor shall salvage all existing valve box covers. The Contractor shall salvage all removed cast iron pipes. Salvage materials shall be delivered to the City's Utility Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Pete Antista, Utility Superintendent, at (949) 718 -3402. SECTION 6 - -- PROSECUTION PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section, " No work shall begin until a schedule of work has been approved and a "Notice to Proceed" has been issued by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five (5) working days prior to commencing any work. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to reschedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work in additional alleys until he has exerted extra effort to meet his original schedule and has demonstrated that he will be able to maintain his approved schedule' in the future. Such stoppages of work shall in no way relieve the Contractor from his overall time of SP -3 0 0 completion requirement, nor shall it be constructed as the basis for payment of extra work because additional men and equipment were required on the job." The term "work" as used herein shall include all removals; adjustments and replacements including furnishing and installing all items and services described in Section 2 -6 WORK TO BE DONE. 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section, "The Contractor shall complete all work under the Contract within forty -five (45) working days from the date of the "Notice to Proceed ". No work shall be allowed to begin until after September 4, 2001, and all work shall be completed no later than November 16, 2001. It will be the Contractor's responsibility to ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of the work. Review of shop drawings and procurement of the materials in the summer months will NOT be counted as working days. 6 -7.2 Working Days. Revise 3) to read, "any City holiday, defined as January 1St, the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 5th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday in November (Thanksgiving), and December 25th (Christmas). If January 1St, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday." 6 -7.4 Working Hours. Normal working hours is limited to 7:30 a.m. to 4:30 p.m. Monday through Thursday and 7:30 a.m. to 3:30 on Fridays. No traffic closures on Marine Avenue or Jamboree Road will be allowed until after 8:30 a.m. The City reserves the right to change the work hours based on traffic issues. Should the Contractor elect to work later than 4:30 p.m. (3:30 p.m. Fridays) (up to 6:30 p.m.) weekdays or between 8:00 a.m. and 6:00 p.m. Saturday, he must first obtain special permission from the Engineer. A request for working during any of these hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves they right to deny any or all such requests. Additionally, the Contractor shall pay for inspection costs of $50.00 per hour when such time periods are approved. 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read, "For each consecutive calendar day after the forty -five (45) consecutive working days specified for completion of the work, the time specified for completion of Work, whichever occurs first, as adjusted in accordance with subsection 6 -6, the Contractor shall pay to the City or have withheld from monies due it, the daily sum of $500.00. Revise paragraph two, sentence one, to read, "Execution of the Contract shall constitute agreement by the Agency and Contractor that $500.00 per day is the minimum value of SP -4 A 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 time to the public. SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR 7 -7 COOPERATION AND COLLATERAL WORK. Add to this section, "City forces will perform all shut downs of water facilities as required. The Contractor shall give the City seven (7) calendar days notice of the desired shut down time', of facilities to take place. The City will have another contractor working on the Marine Avenue bridge during periodic times while this work will be done. The Contractor shall coordinate their activities to minimize disruption to the community. The Contractor may also need to coordinate traffic control so both projects can be worked on simultaneously. NO EXTRA COST WILL BE ALLOWED FOR THIS COORDINATION. A four -hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six hour shut down between the hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the City of Newport Beach, Utilities Division. The City must approve any nighttime work in advance. The Contractor shall provide and install new water meter and valve boxes. All existing water meter or valve box frames and covers shall be salvaged. Salvaged meter or valve boxes and water pipe shall be delivered to the City's Utilities Yard at 949 West 161h Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Pete Antista, Utility Superintendent, at (949) 718 - 3402." 7 -8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power and Water. Add to this section, "If the Contractor elects to use the City's water, he shall arrange for a meter and tender a $784.00 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." 7 -8.6 Water Pollution Control. Add to this section, "Surface runoff water containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into the bay." SP -5 7 -8.8 Steel Plates. The City can provide a limited quantity of steel plates. These plates may be obtained for a rental charge of $15.00 per plate per week or part thereof. In addition, the Contractor shall deposit $100 for the use of the City's lifting eye fitting and trench plates. The Contractor shall obtain plates from and return plates to the City's Utilities Yard at 949 West 16th Street. To determine the number of plates available and to reserve the plates, the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (949) 718 -3402. 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.1 Traffic and Access. Add to this section, "The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH, 1996 Edition) also published by Building News, Inc 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following, "Construction materials shall not be stored in streets, roads, or sidewalk areas." 7 -10.3 Street Closures, Detours and Barricades. Add to this section, "The Contractor shall use the traffic control plan included in the plan set as a guideline for the preparation of traffic control plans for the separate phases of work. The Contractor shall submit to the Engineer — at least five working days prior to the pre- construction meeting — a traffic control plan and detour plan(s) for each phase of work. The Contractor shall be responsible for processing and obtaining approval of the traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. All traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL (W.A.T.C.H.), 1996 Edition. 7 -10.4 Public Safety 7- 10.4.1 Safety Orders. Add to this section, "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance will not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." 7 -10.5 "No Parking" Signs. The Contractor shall furnish, install, and maintain in place "NO PARKING — TOW AWAY" signs (even if streets have posted "NO PARKING" signs), which he shall post at least 48 hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, SP -6 N Traffic Division at (949) 644 -3717, for verification of posting at least Forty -eight (48) hours in advance of the need for enforcement, and the Contractor may be required to distribute written notifications to the adjacent residents at the time of the posting of No Parking Signs, as directed by the Engineer. 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 may be required to place the "NO PARKING — TOW AWAY" signs on street poles and on barricades as directed by the Engineer. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING —TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7 -10.6 Street Sweeping Signs /'Permit Parking Only" Signs. After posting "NO PARKING —TOW AWAY" signs, the Contractor shall cover street sweeping signs, on those streets adjacent to construction, with a "PERMIT PARKING ONLY" sign, in a manner approved by the Engineer. Immediately after construction is complete and the street is opened to traffic the Contractor shall uncover the street sweeping signs. 7 -10.7 Notices to Residents. Forty -eight hours before the start of the project construction, the Contractor shall distribute to residents within 500 feet of the project, a written notice stating when construction operations will start, what disruptions may occur, and approximately when construction will be complete. The written notices will be prepared by the Engineer. In addition, during the course of the project, the contractor may be required to provide a second written notification to residents /businesses within the specified area, when work will be occurring adjacent to their residents or businesses. 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 the award and until completion of work, the Contractor shall possess a General Engineering Contractor "A" License. At the start of work and until completion of work, the Contractor shall possess a Business License issued by the City of Newport Beach. 7 -16 CONTRACTOR'S RECORDS /AS -BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As- Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and so certified by the Engineer at the time each progress bill is submitted. SP -7 • • Upon completion of the project, the Contractor shall provide "As- Built" corrections upon a copy of the Plans. The "As- Built" correction plans shall be verified by the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three (3) years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 9 - -- MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 General. Revise paragraph two to read, "The unit and lump sum prices bid for each item of work shown on the proposed shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work to complete the work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. i Mobilization and Demobization: Work under this item shall include all preparation and scheduling, mobilization, and demobilization of all materials and equipment necessary to complete the work under this contract, and jobsite cleanup upon completion of the project. Item No. 2 Traffic Control: Work under this item shall include: furnishing all labor, material, and equipment to provide traffic control, public safety measures, repairs to existing striping, and traffic control replacement required by the project including, but not limited to, preparation of traffic control plans, signs, cones, barricades, trench plates bridging, flashing arrow sign, K -rail, repair of existing striping and replacement of existing traffic signal loops, flag men and all other work necessary to comply with the WATCH manual, latest edition, and City of Newport Beach Requirements, for all project locations and the streets where the traffic is affected by the project work. Item No. 3 Trench Shoring: Work under this item shall include but not be limited to: furnishing all CalOSHA approved shoring, sheeting and bracing necessary to for the protection of personnel and equipment. Item No. 4 Construct 18 -inch C.M.L & C. Steel (1/4 -wall) Water Main: Work under this item shall include but not limited to: furnishing and installing all pipe materials, pavement removal, sawcutting, potholing of all existing facilities and utilities in advance of pipe excavation operations, trench excavation, disposal of excess materials, temporary AC pavement trench patching, control of ground and surface water, bedding, backfill, compaction, installation of pipe, polyethylene wrap, tracing wire, fittings, s • couplings, anode, test station, thrust blocks, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials, and all other appurtenances necessary to install the pipe complete in place. Item No. 5 Construct 16 -inch PVC C905 -97 (DR -21, 200psi) Water Main: Work under this item shall include but not limited to: furnishing and installing all pipe materials, pavement removal, sawcutting, potholing of all existing facilities and utilities in advance of pipe excavation operations, trench excavation, disposal of excess materials, temporary AC pavement trench patching, control of ground and surface water, bedding, backfill, compaction, installation of pipe, polyethylene wrap, tracing wire, fittings, couplings, thrust blocks, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials, and all other appurtenances necessary to install the pipe complete in place. Item No. 6 Construct 12 -inch PVC C905 -97 (DR -21, 200psi) Water Main: Work under this item shall include but not limited to: furnishing and installing all pipe materials, pavement removal, sawcutting, potholing of all existing facilities and utilities in advance of pipe excavation operations, trench excavation, disposal of excess materials, temporary AC pavement trench patching, control of ground and surface water, bedding, backfill, compaction, installation of pipe, polyethylene wrap, tracing wire, fittings, couplings, thrust blocks, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials, and all other appurtenances necessary to install the pipe complete in place. Item No. 7 Install 12 -inch Ductile Iron Pipe (350psi) Water Main: Work under this item shall include but not limited to: furnishing and installing all pipe materials, pavement removal, sawcutting, potholing of all existing facilities and utilities in advance of pipe excavation operations, trench excavation, disposal of excess materials, temporary AC pavement trench patching, control of ground and surface water, bedding, backfill, compaction, installation of pipe, polyethylene wrap, fittings, couplings, thrust blocks, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials, and all other appurtenances necessary to install the pipe complete in place. Item No. 8 Furnish and Install 18 -Inch K -Flow Butterfly Valve Including Valve Box and Cover: Work under this item shall include furnishing and installing a valve with stainless steel trim in accord with the City of Newport Beach STD - 508 -L, including but not limited to, valve box and cover and valve extension, and all other appurtenances necessary to install the butterfly valve complete and in place. .. 0 0 Item No. 9 Furnish and Install 16 -Inch K -Flow Butterfly Valve Including Valve Box and Cover: Work under this item shall include furnishing and installing a valve with stainless steel trim in accord with the City of Newport Beach STD - 508 -L, including but not limited to, valve box and cover and valve extension, and all other appurtenances necessary to install the butterfly valve complete and in place. Item No. 10 Furnish and Install 12 -Inch Resilient Wedge Gate Valve Including Valve Box and Cover: Work under this item shall include furnishing and installing a valve with stainless steel trim in accord with the City of Newport Beach STD - 508 -L, including but not limited to, valve box and cover and valve extension, and all other appurtenances necessary to install the butterfly valve complete and in place. Item No. 11 Furnish and Install 12 -inch PRV with 8 -inch By -pass PRV assembly in a concrete vault, Work under this item shall include but not limited to: furnishing and installing all labor and materials, pavement removal, sawcutting, potholing of all existing facilities and utilities in advance of vault excavation operations, trench excavation, disposal of excess materials, shoring, bracing, temporary patching or trench plates, control of ground and surface water, bedding, backfill, compaction, installation of pipe, fittings, valves, couplings, thrust blocks, protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials, and all other appurtenances necessary to install the PRV station complete in place, and all other appurtenances as shown on the plans. Item No. 12 Demolishing and Removal of existing PRV station and vault. Work under this item shall include but not limited to: furnishing and installing all labor and materials, removal of existing valves, plugging existing pipes, removal of the top 2 -feet of the existing concrete vault, pavement removal as required, sawcutting, disposal of removed materials, shoring, bracing, temporary patching or trench plates, control of ground and surface water, backfilling the vault with slurry cement, restoration of existing landscaped parkway, disposal of excess materials, and all other appurtenances necessary to completely abandon the existing vault in place. Item No. 13 Pressure Test, Disinfect and Flush Water Main: Work under this item shall include successfully pressure testing, disinfecting and flushing the new water, per the City of Newport Beach Standard Specifications. Item No. 14 Asphalt Pavement Trench Restoration: Work under this item shall include sawcutting and removing existing asphalt, placing and compacting aggregate base according to the plans, and re- striping where necessary. Item No. 15 Cut, Plug, Slurry Fill, and Abandon Existing 18 and 24 -inch Pipeline: Work under this item shall include cutting and plugging the abandoned existing 335 LF of18- inch pipe, and 235 LF of 24 -inch pipe in place with a mechanical plug and 4 -inch temporary standpipe concrete injection points as required, mechanically pumping 1- sack concrete slurry the entire length of the abandoned pipeline, and restoration of removed pavement in relations to the concrete injection port construction, SP -10 0 0 Item No. 16 Install Electrical Facilities. Work under this item shall include but not be limited to: installation of Myers Electrical Control Cabinet per the City of Newport Beach Standard Specifications, installation of 1 -inch PVC electrical conduit, 2'x3' electrical pull - boxes, relocation of existing street light conduit, installation of vault safety light and switch, and all other appurtenances as shown on the plans. 9 -3.2 Partial and Final Payment. Add to this section, "Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." PART 2 CONSTRUCTION MATERIALS SECTION 207 - -- PIPE 207 -9 IRON PIPE AND FITTINGS 207 -9.2 Ductile Iron Pipe for Water and Other Liquids 207 -9.2.3 Fittings. Add to this section, "Water main fittings shall be manufactured in accord with AWWA C110 (ANSI A21 -10) and a shall be ductile iron. Cast Iron fittings shall not be accepted. Compact body fittings (AWWA C153) will not be permitted unless otherwise specified. Mechanical joint fittings shall be manufactured in accord with AWWA C110 and shall have retainer glands. All flanged pipe and fitting shall be shop fabricated, not field fabricated. Adapter flanges shall be ANSI 816.5 pattern, Class 150 flanges. Bolts and nuts for all installations shall be Type 316 stainless steel. Threads shall be coated with a liberal amount of anti -seize compound. Flange gaskets shall be full -faced Buna -N, nylon impregnated rubber." 207 -9.2.4 Lining and Coating. Revise this section to read, "The internal surfaces of ductile iron pipe and fittings used for water mains shall be lined with uniform thickness of cement mortar the sealed with bituminous coating in accord with AWWA C104 (ANSI A21 -4.). The outside surface of ductile iron pipefittings shall be coated with bituminous coating 3 mils thick in accord with ANSI A 21.6 on ANSI A21.51." 207 -9.2.6 Polyethylene Encasement for External Corrosion Protection. Revise this section to read, "Ductile iron pipe fittings and valves buried underground shall be protected with plastic film wrap in accord with AWWA C105 (ANSI A 21.5). Wrap shall be loose 8 mil thick polyethylene." SP -11 0 207 -10 STEEL PIPE 207 -10.3 INSTALLATION 0 207 - 10.3.1 General. Steel pipe 4 inches or larger in diameter shall be installed in trenches in such a manner that the pipe shall have uniform bearing along the bottom of the trench, except at bell holes for flanges and field - welded joints. 207 - 10.3.2 Joints. The pipe shall have welded or flanged joints as indicated on the drawings. Where practicable, sections of pipe between flanges and /or couplings shall be shop - welded where indicated or required. Welding shall be as specified hereinafter. 207 - 10.3.3 Lining and Coating. After installing the pipe, the lining and coating of the pipe shall be made continuous as specified by the following: a) Mortar Lining: The mortar lining at each welded joint shall be made continuous by pointing the joint with mortar of one part Portland cement, one part sand, concrete glue, and water from the inside of the pipe. Contractor shall provide access, a calibrated gas detector, and ventilation for the inspector to check the joints. b) Pipe Welding: Circumferential joints in steel pipe shall be welded by use of electric arc in such a manner as to insure a connection equally or surpassing the strength of adjacent pipe. Care shall be taken to prevent spilling of the mortar lining and coating. All field welding shall be done in accordance with the applicable requirements of AWWA Standard C206, entitled "Field Welding of Steel Water Pipe Joints." All shop and field welding, whether manual or by machine, shall be as specified herein. Welds to fabricate pipe shall be made in accordance with the requirements of the applicable reference specifications under which the pipe is fabricated as amended herein. Welds specified herein, or shown on the drawings, shall conform to the contours shown on these drawings or indicated by standard welding symbols on such drawings. Welds, when tested, shall develop a tensile strength equal to that of adjoining parent metal. Finished weld bead shall be centered in the seam, and the finished joints shall be reasonably smooth and free from depressions, cut edges, burrs, irregularities, and valleys. Each deposited layer of welded material shall be thoroughly wire brushed, and all slag, scale, and other loose material shall be removed before any SP -12 • i additional weld metal is applied. Fillet welds shall have the full penetration into the corner of the fillet, and shall be obtained with a minimum cutting back of the edge of the outside sheet. Fillet welds shall be of the size specified herein or shown on the drawings, and in any case, shall have a thickness of not less than that of the thinnest member to be joined. Welds considered by the Owner to be deficient in quality, or made contrary to any mandatory provisions of these specifications, shall be removed by chipping or cutting and re -made. Weld metals shall be removed throughout its depth to expose clean base metal, but in no case shall the chipping or cutting extend into the base metal beyond the depth of weld penetration. Caulking of welds will not be permitted. Tack welds shall be removed if required by the Owner. Weld test specimens taken from materials fabricated for the work of these specifications shall be taken in accordance with the respective reference specifications under which the particular item is being fabricated (as amended by the Section entitled MATERIAL SAMPLING AND TESTING). Said specimens shall be furnished to the Owner or his inspector to enable the Owner to ascertain that welds of the proper quality are being made. The furnishing of specimens in insufficient time so as to cause delay in the fabrication of materials shall not be cause for a time extension nor extra cost item to the contract. The Owner shall have the right to request and witness the making of weld test specimens by a welder when, in the opinion of the Owner, a satisfactory weld is not being made. The Contractor shall furnish specimens and a weld of the type in question shall be made. The weld specimen shall then be submitted to a test laboratory approved by the owner and subject to the appropriate test to determine the character of the quality in question. The expense of said test shall not be borne by the Contractor. If more than one test is to be performed, the Contractor as required shall furnish additional specimens. The requirements of this provision shall not be cause for a time extension nor extra cost item to the contract. C) Qualifications for Welding Operators: Manual welders shall be certified in accordance with the latest revision of Section IX of the ASME Boiler Construction Code entitled, "Welding Qualifications" SP -13 or under the Standard Qualification Procedure of the American Welding Society. All welding operators shall be qualified under paragraph U -69 of ASME Code for Unfired Pressure Vessels, or Paragraph W.451 of API -ASME Code for Standard Qualification Procedure of the American Welding Society. d) Welding Filler Material: Electrodes for manual welding shall conform to the American Welding Society Standards. All welding electrodes shall be subject to the approval of the Owner. e) Welding Equipment: Contractor's equipment for welding and flame cutting shall be so designed and manufactured to permit qualified welding operators to follow the procedures and obtain the results described in these specifications. 207 -17 PVC PLASTIC PIPE 207 -17.1 General PVC Pipe for Potable Water Lines. PVC pipe provided under this contract will conform to AWWA Standard C905 -97 for Polyvinyl Chloride (PVC) Pressure Pipe and fabricated Fittings, 14 inch through 48 inch for Water Transmission and Distribution. All fittings shall be ductile iron fittings per Section 207 - 9.2.3. SECTION 215 - -- VALVES 215 -1 BUTTERFLY VALVES 215 -1.1 General: All butterfly valves shall be of the tight - closing, rubber -seat type, conforming to the design standards of ANSII AWWA C504 latest revision, except where noted herein. Valves shall be bubble -tight at the rated pressure in either direction and shall be suitable for throttling service and /or operation after long periods of inactivity. Manufacturer shall be ISO 9001 Certified and have manufactured AWWA valves for a period of at least five (5) years. All butterfly valves shall be from the same manufacturer. Valves shall be, K -FLO Wolverine Fig.504/506 (CL. 200)1 Fig. 507 (CL. 250), for valves 3" - 24 ", K -FLO Fig.47 (CL. 250), for valves 30" and larger or approved equal. 215 -1.2 Valve Body: All valve bodies shall be constructed of cast iron ASTM A126, Class B with ANSI B16.1 flange drilling. Mechanical joint ends shall conform to the ANSI /AWWA C111/A21.11 Standard. 215 -1.3 Disc: Discs for valve size 3" - 24" shall be of the concentric design. Valve discs shall be constructed of ductile iron ASTM A536, Grade 65 -45 -12 with a 316 stainless steel edge. Cast iron discs are not acceptable. SP -14 0 • Discs for valve size 30" and larger shall be of the dome design. Valve disc shall be constructed of ductile iron ASTM A536 65- 4.5 -12. 215 -1.4 Shaft: Valves 3" - 24" shall have a one piece through shaft of 18 -8 stainless steel, corresponding to the requirements of AWWA C504. The shafts shall fasten to the SIP 11 OF 15 disc by means of a threaded disc pin providing a positive leak proof connection of the shaft to the disc. Valves 30" and larger shall have stub shafts of 18 -8 stainless steel, corresponding to the design requirements of AWWA C504, latest revision. The shafts shall fasten to the disc by means of pins designed to provide a shake -proof connection without impairing shaft strength. 215 -1.5 Valve Seats: Seats for valves 3" - 24" shall be simultaneously bonded and vulcanized to the body of the valve. All interior surfaces in contact with water, excluding stainless steel and disc, in sizes 3" - 24" shall be rubber lined. Valves with the rubber seat located on the valve disc are not acceptable. Seats for valves 30" and larger shall be field adjustable and replaceable without the use of special tools or factory personnel. Seat adjustment shall be accomplished with a standard wrench. Valve seat designs that use epoxy to retain the seat or fillers to increase seat compression are not considered field replaceable or adjustable and must be field leak witness tested for the City inspector prior to valves being accepted. Valves shall be installed with full seat adjustment downstream. 215 -1.6 Bearings: All shaft bearings shall be of the self - lubricating, corrosion - resistant, sleeve type. Bearings shall be designed for horizontal and /or vertical shaft loading. 215 -1.7 Packing: Shaft packing for valves 3 " -24 "shall be self adjusting and suitable for pressure or vacuum service. Packing for valves 30" and larger shall incorporate an adjustable packing gland and the packing shall be adjustable and /or replaceable without removing the valve actuator. 215 -1.8 Coatings and Linings: For valves 3" - 24 " the flow path shall be fully rubber lined. The valve disc shall be Fusion Bonded Epoxy Coated with an AWWA NSF -61 coating system. The use of liquid epoxy on wetted interior surfaces shall not be acceptable. Valves 30" and larger shall be lined and coated with a minimum of 8 - 10 mils DF T of a two part liquid AWWA approved epoxy in compliance of NSF -61. Ail valves to be painted at the factory by the valve manufacturer. SP -15 s 0 • 215 -1.9 Testing: All valves shall be hydrostatic and leak tested in accordance with ANSI /AWWA C504, with the following modification: All valves shall be tested and rated at 200 PSI to facilitate field system hydro -test. 215 -1.10 Proof of Design: Manufacturer furnishing valves shall present proof of compliance with ANSI /AWWA C504, latest revision. 215 -2 RESILIENT WEDGE GATE VALVES 215 -2.1 General. All valves and gates shall be new and of recent manufacture. The flanges shall be either raised or plain faced and shall be faced and drilled to 125 - pound American Standard dimensions. Each valve body shall be tested to a pressure equal to twice its design water working pressure, except that gate valves shall be tested in accordance with "Standard for Gate Valves for Ordinary Water Works Service" (AWWA C500). All interior parts of valves manufactured of bronze or brass except valve stems shall conform to the requirements of ASTM B62. Gate valve stems shall be of bronze, containing aluminum and having a minimum tensile strength of 60,000 psi, a yield strength of 40,000 psi and elongation of at least 100 percent in two inches, as determined from a test coupon poured from the same ladle from which the valve stems to be furnished are poured. Except as otherwise provided, all ferrous surfaces (excluding non - corrosive surfaces) in the water passages of all valves, 4 -inch and larger, shall be coated with an epoxy coating (5 mils minimum) meeting the requirements of AWWA C550. This does not apply to the control valves of this project. All buried valves shall be provided with an epoxy coating (5 mils minimum) in accordance with AWWA C550. Resilient wedge gate valves shall be manufactured by Valves shall be, American AVK Resilient Seated Gate Valves Series 25, or approved equal. Resilient gate valves shall be designed for a water working pressure of 200 psi. In addition, non- rising stem gate valves shall be equipped with "O" ring seals. Unless otherwise shown, gate valves shall have non - rising stems and shall be furnished with flanged ends. Gate valves shall be new and of current manufacture. Ferrous surfaces in the water passages of valves 4- inches in diameter and larger shall be epoxy coated (5 mils minimum) in accordance with AWWA C550. The coating shall not be applied to stainless steel, brass or bronze surfaces. SP -16 5 PART 3 CONSTRUCTION METHODS SECTION 300 --- EARTHWORK 300 -1 CLEARING AND GRUBBING 300 -1.3 Removal and Disposal of Materials 300 -1.3.1 General. Add to this section, "The work shall be done in accordance with Section 300 -1.3.2 of the Standard Specifications except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stoppers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor will remove any broken concrete, debris or other deleterious material from the job site at the end of each work day." 300 -1.3.2 Requirements. (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 1/2 inch" of the last sentence with the words "two (2) inches." 300 -1.5 Solid Waste Diversion. Non- reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility, which crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer on a form provided by the Engineer. SECTION 302 --- ROADWAY SURFACING 302 -5 ASPHALT CONCRETE PAVEMENT 302 -5.1 General. Add to this section, "The asphalt concrete used shall be 111 -C3AR- 4000." tenth (1110) of a gallon per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed." SP -17 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 302 -6.6 Curing. Add to this section, "The Contractor shall not open street improvements to vehicular use until P.C.C. has attained the minimum compressive strength specified in Section 201 -1.1 -2 of the Standard Specifications. Said strength may be attained more rapidly, to meet the time constraints in Section 6 -7.1 herein, by the use of additional Portland cement or admixtures with prior approval of the Engineer." SECTION 303 - -- CONCRETE AND MASONRY CONSTRUCTION 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303 -5.1 Requirements 303 -5.1.1 General. Add to this section, "Sidewalk and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, and backfill or patchback shall be placed within 72 hours following concrete placement. Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 2,000 psi," 303 -5.4 Joints 303 -5.4.1 General. Add to this section, "The Contractor shall make a sawcut parallel to the centerline of the alley, 2 feet along each side of centerline, over the entire length of the alley. The Contractor may also sawcut the property lines, adjacent to the alley, in lieu of scoring the pavement along the property lines or constructing an edged cold joint. All sawcuts shall be made to a depth of 2 inches." 303 -5.5 Finishing 303 -5.5.1 General. Add to this section, "The Contractor shall patch back A.C. and P.C.C. within private property at locations shown on the plans in a manner that matches the adjoining existing private property in structural section, texture and color." 303 -5.5.2 Curb. Add to this section, "The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" for sewer lateral and a chiseled "V -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. To determine the location of sewer laterals and water services, the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (949) 718- 3402." SP -18 0 0 303 -5.5.4 Gutter. Add to this section, "The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." 303 -6 PRECAST CONCRETE VAULTS 303 -6.1 General. Precast vaults shall be installed as shown on the Drawings and shall be sized as dimensioned on the Drawings Locations and number of pipe penetrations and dimensions of penetrations shall be as shown on the Drawings. The Contractor shall submit detail plans for the vaults and structural calculations stamped and signed by a registered civil or structural engineer licensed in the State of California for review by the City. 303 -6.2 Vaults. Precast concrete vaults shall be furnished in one or more sections with a solid concrete slab bases. Sectional precast concrete structures shall be sealed with polyurethane sealant. Precast concrete vaults shall be steel reinforced where required. Grates shall be installed as shown on the drawings. SECTION 307 - -- STEET LIGHTING AND TRAFFIC SIGNALS 307 -4 TRAFFIC SIGNAL CONSTRUCTION 307 -4.9.3 Inductive Loops. Amend this Section to include, "Traffic signal loop detectors shall be replaced per Caltrans Standard Plans ES -5A and ES -513 and shall be Type A or Type E. The new loop detectors shall be included within the AC pavement finish course. All installed loop detectors shall be completely finctional to the satisfaction of the Engineer within five (5) consecutive working days of AC pavement finish course placement. All installed loop detectors must be functioning properly on non - working days." SECTION 310 - -- PAINTING 310 -5 PAINTING VARIOUS SURFACES 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310 -5.6.7 Layout, Alignment, and Spotting. Add to this section, "The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." SP -19 r 310 -5.6.8 Application of Paint. Add to this section, "Painted traffic striping and markings shall be applied in two coats. The first coat of paint shall be dry before the second coat is applied. At least one application of paint shall be applied to all striping and markings within 24 hours after the finish course has been placed. Paint for traffic striping and pavement markings shall be white Formula Number 2572 -A9 and yellow Formula Number 2573 -A9 as manufactured by J.E. Bauer Company. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re- install "NO PARKING, TOW- AWAY" signs and renotify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes /covers /damages any existing striping and /or raised pavement markers outside of the work area, he shall re- stripe /replace such work items at no cost to the City. The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is more than one lane in any one direction, for more than three consecutive calendar days. Dependent upon construction phasing, the Engineer may require the Contractor to apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City." SECTION 312 - -- PAVEMENT MARKER PLACEMENT AND REMOVAL 312 -1 PLACEMENT. Add to this section, "The location and type of reflective fire hydrant pavement markers shall conform to City of Newport Beach STD - 902 -L. The Contractor shall clean and protect (except as indicated per striping plans) or replace within 24 hours all reflective and non - reflective pavement markers covered, damaged, or removed as a result his operations." F: \Users \PBW\Shared \Contracts \FY 00- 01SAYSIDE DRIVE - MARINE AVENUE PRV RELOCATION C- 3418 \SPECS C- 3418.doc SP -20 • - . - APPROVED TO: Mayor and Members of the City Council FROM: Public Works Department . C- Al, P ) June 26, 2001 CITY COUNCIL AGENDA ITEM NO. 16 SUBJECT: BAYSIDE DRIVE /MARINE AVENUE PRESSURE RELIEF VALVE (PRV) RELOCATION - AWARD OF CONTRACT NO. 3418 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3418 to GCI Construction for the Total Bid Price of $313,060.00, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $31,000.00 to cover the cost of unforeseen work. DISCUSSION: At 2:15 P.M. on June, 13, 2001, the City Clerk opened and read the following bids for this project: TOTAL BID AMOUNT $313,060.00 $344,015.00 $348,145.00 $410,113.00 $439,460.00 $474,959.50 $475,075.00 The low total bid amount is 4 percent above the Engineer's Estimate of $300,000.00. The low bidder, GCI Construction, possesses a Class "A" contractor's license as required by the project specifications. GCI has satisfactorily completed similar projects for the City in the past, including the recently completed Central Balboa Water, Sewer, and Alley Improvements, and the Dunes Storm Water Diversion project. GCI is also currently working on the Beacon Bay Sewer Replacement and Underground Utilities Assessment District project. BIDDER Low GCI Construction 2 Paulus Engineering 3 AD General Engineering 4 Valverde Construction 5 Atlas Allied 6 Doty Brothers 7 John T. Malloy TOTAL BID AMOUNT $313,060.00 $344,015.00 $348,145.00 $410,113.00 $439,460.00 $474,959.50 $475,075.00 The low total bid amount is 4 percent above the Engineer's Estimate of $300,000.00. The low bidder, GCI Construction, possesses a Class "A" contractor's license as required by the project specifications. GCI has satisfactorily completed similar projects for the City in the past, including the recently completed Central Balboa Water, Sewer, and Alley Improvements, and the Dunes Storm Water Diversion project. GCI is also currently working on the Beacon Bay Sewer Replacement and Underground Utilities Assessment District project. subject: Sayside Drive/Marine Avenue Pressure Relief Valve (PRV) Relocation =Award of Contract No. 3418 June 26, 2001 Page: 2 PROJECT DESCRIPTION The operational characteristics of the City's water system were reviewed during the preparation of the City's Water Master Plan and it was determined that several of the City's major pressure reducing stations (PRS) serving the Peninsula and the low -lying islands are in need of replacement. The replacement of the PRS at Bayside Drive and Marine Avenue was identified by the Master Plan. The original structure for this facility was constructed in 1957. Access to the facility requires blocking traffic lanes on Bayside Drive or Marine Avenue. In addition, the piping to the structure is approximately 15 -feet deep. If a water main break occurs in this area there would be major impacts to the traffic on and off Balboa Island. The project involves relocating the PRS to the northwest corner of the intersection and installing the piping at normal depths. A new vault would be installed in the sidewalk adjacent to the corner landscaping at the entrance to the Pavilions shopping center providing better access for monthly maintenance and minimizing impacts to the public during construction of the PRS (see attached exhibit). The new piping would improve water supply to Balboa Island and the Balboa Peninsula through the Washington Street Bay crossing. FUNDING AND PROJECT SCHEDULE There are sufficient funds available in the Water Enterprise Fund under Capital Project Account No. 7503- C5500089 for award of Contract No. 3418. The project construction start date would not be until after September 10, 2001, to avoid impacts with the summer traffic. The Contractor is also required to coordinate with the Balboa Island Bridge Beautification project scheduled to be constructed at the same time. Both projects should be completed before Thanksgiving. Respectfully su /bmitted, PUBLIC WORKS DEPARTMENT Don Webb, Director By. /� .1 �4 tiu ,_ Mich el J. Sinacori, P.E. Utilities Engineer Attachment: Project Location Map Bid Summary V) J l ZW > Y CL 0 z 000 W Z ZN W = h J cr y` •f tr; ,��b t lj J 3 W /f / x 60 a r ; J l r m r r: C r� t r�� r� _ I z Z LNLj W W Z Z Q.' OJ = U w NN LLJ Z O Q J 12 LL) L) 0� 3U� CL N(0M ww �3 w 00LQ \UU W1 UJ OJ w >mN O Lu ° � I WN �� W I\ Z V) CD z i� W ua 00 W =" j w W Z Z UU S J � 0 ) �. 0w a �+ \' aw i . o = w M', O J J OO �lj a= a cn 3y W� W `O a Li 1 = f� 6S Q. m y LLI W3 { r: C r� t r�� r� _ I z Z LNLj W W Z Z Q.' OJ = U w NN LLJ Z O Q J 12 LL) L) 0� 3U� CL N(0M ww �3 w 00LQ \UU W1 UJ OJ w >mN O Lu ° � I WN �� W I\ Z V) CD z > mU UU II Z O 0w � 6 \' aw i n O J J OO S WN W� r: C r� t r�� r� _ I z Z LNLj W W Z Z Q.' OJ = U w NN LLJ Z O Q J 12 LL) L) 0� 3U� CL N(0M ww �3 w 00LQ \UU W1 UJ OJ w >mN O Lu ° � I WN �� W p, tl uar z ' U II Z O Ao� i n O J J OO ! o W Li 1 = f� m y LLI W3 { 0� t Q \WM CL abo� OZ av) b £ti �� o=- Z wM I aH I a S wN p, tl uar sr 6 U lz n d U uj W O a 3 W Z LL O M U r W p� by W x ®C U J m D IL E w . Q Na O N lil 2 U w O 0 � O y Y M WW .y U C U n V U O a m m W n O a 2 U O W C 1 a W 2 W Q W O } m u m c G V1 o 1; o v A O _v w E w Q w C7 W Z f wW W Z ^ Z � w a rn 6 O C f f H 0 m a °o N C 0 °v N a v 3 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 o 0 0 c 0 o 0 o 0 0 0 0 0 0 0 0 0 p C F O O O M O vi N 0 0 0 O O O V1 O o O Z X 0 0 0 lD W M tD N O W m 0 0 0 0 0 0 0 0 0 0 O O O O O O C 0 0 0 0 0 0 0 0 0 0 O O O O O O v (,� z o 0 0 o 0 vi o N o O vi o 0 0 0 0 0 0 O 0 O 0^ O 0 O 0 O p Q Z O C O O m M M M m M Q D O M W OO tp �D M 1� M 0 0 0 0 0 0 0 0 0 0 O O O O O O 0 0 0 0 0 0 0 0 0 0 O O O O O O F O O D V' N N I� b O O O Q C C O p Z O V1 O N M �O V1 vt I O O O OJ Vf T O 7 V1 Il) N C - O Ilf .�i O .y IA Q T N M N .1 M tD D` IO W N 111 W d � � =a m W 0 0 0 0 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O llI O O N 1� N ^ tD N to O O O O T O 1 Z O N Q M N N N aD V1 V IA � Q\ W O Z 0 0 0 0 0 0 0 0 0 0 O O O O 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O G O O G O 0 0 0 O O O O O C) O Z O O c O O O N (D W O N N N O N O ut O O O O O O O lh N 0 O 0 O p N V Ill - V O I!1 M OJ tD O Q N^ M 100 N ti p Y F M a 0 U 0 0 0 0 0 0 0 0 0 0 o in o 0 0 0 0 0 0 0 0 0 0 0 o O o 0 Gi Cl 0 vt 0 0 0 0 0 0 O O O O O O � 41 N p M J 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0000000000 o a o0 00 0000�0000a o 0 0� 000 y jO v v Q u M M C ^ N N O ^ E a N M m w ¢ ^ N N v v 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 c 0000000000 0 0 o In o0 c o O 0 O 0 O o O vi N c .-� o N 0 O 0 O o O c O o O o O m o O 0 O w W .-I Vt O w ^//�� N J J J J J J J W W W { J (I=/� J IN4� J VI ! J r r" 0 Z M CY G! - v> C b O CI d C � U o 3 > m c � o a� v v o m m tea' a o 3 3> c c c c va u a v U N W d Di U >> J b ti N N Y N yl != o a a a a a_' _ E m m u u u u 10 'O 19 m v '-" a c v o c E 'o E m.b. N, _ o� �v n c � vU ii ii ii .N. ii �a m m m m E m c u �U ai m v N U L D m Z D L L L p L 3 O L 9 7a L C a+ a W c c N N o N m 6 o m w o 0 E F F'- U V U V LL LL LL LL d Q U d 3 Q U m r rn 6 O C f f H 0 m a °o N C 0 °v N a v 3 S U a W m O a 3 W Z LL O U r Z W E a W 0 m Y O 3 U J m 7 CL E w ci Q N f S V W tl � 0 Y .Mr W Ul � � u u^ O Q O OJ m m 77 W n 0 a. CL �Z.I aF U O J W 1' a W Z W a W Y (Q W F u A oC_ l7 N O n O N N M U W E w Q F � w W Z lA < W W Z_ W u O w a a a f O T O m 0 0 m 0 i a r a n a i 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 � 00 00 vi00 0 0 0 00 0 op Z O O O O O O N O 0 0 O O O IA O O O O CO O vl O W M �D O vl O O O Ut Vl O O Ill ^O .0 R I� .�i M .^i I� to n N O N N to N rl F c 0 0 0 0 0 0 0 0 0 0 0 O ^ p p L 0 0 0 0 0 0 0 0 0 0 O 0 O O 0 0 0 0 0 o L'i o 0 0 0 0 0 N Z O m 0 V1 Q M M 0 v1 ul O O N rl O T M I� N M L, O ry rl 0 0 0 0 0 0 0 0 0 0 O O O O O O 0 0 0 0 0 0 0 0 0 0 O O O O O Vf N O 0 O O O O N I� O O O .i O m N O O ti O 0 O Il� Z O O V1 R 01 m V v N N N N M cl T N n N N O N N 1� N M O 01 o Ilf O� .-i Ol M.y W CO V ry OD lD R c .. h ..rn O � M 0 0 0 0 0 0 0 0 0 0 O IA O O 0 0 0 0 0 0 0 0 0 0 O ry p p M O � N 06 q� CO Il� w 0 0 0 0 0 0 0 0 0 o O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0000000000 0 0 00 00° Ill 00lo I(1 ll1 01 lc M n IO o t0 00 O M 0 O 0 O 0 I!1 v M 000 V1 IO Q n n b V lO ul N O W Na vl m M N .N-� ti� IF- rl a o 0 0° O O o 0 0 O O O 01 w 0 0 M.� O O 1 <1 O O O O tll = t7 p o 0 0 0 0 0 0 0 0 0 0 0 0 0 O 00000��0 p Z O y Il O v P M N O� a 1l I(t Q ¢ 0 V > j Z O N M M N N M tD $ Ol M V1 O M N N N M N M > > j t9 E 'E m °E M m �p U L L L G U w a m J 3 3 i u_ c c E c m m E w IpLLLL i V p c ._ ._ ._ ._ c C C c W 9 O E 6 Li o _7 m u U0 VI Y 'd G Y, N N M E N O C u N v O C Si Gl N L U J— Ol ilam�! V VI VI YI VI C d y 10 L Q ry 10 0 0 0 E E E E f H H U U U U IL IL IL IL 6 Q u 2 3 u N C a a f O T O m 0 0 m 0 i a r a n a i CITY OF NEWPORT" BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 July 25, 2001 John T. Malloy, Inc. 3032 Bandini Boulevard Los Angeles, CA 90023 Gentlemen: Thank you for your courtesy in submitting a bid for the Bayside Drive /Marine Avenue PRV Relocation Project (Contract No. 3418) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 9 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 July 25, 2001 Doty Bros. Equipment Co. 11232 E. Firestone Boulevard Norwalk, CA 90650 Gentlemen: Thank you for your courtesy in submitting a bid for the Bayside Drive /Marine Avenue PRV Relocation Project (Contract No. 3418) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 July 25, 2001 Atlas- Allied, Inc. 1210 N. Las Brisas Anaheim. CA 92806 Gentlemen: Thank you for your courtesy in submitting a bid for the Bayside Drive /Marine Avenue PRV Relocation Project (Contract No. 3418) 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, dM. I�Vladj LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 9 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 July 25, 2001 Valverde Construction, Inc. 10936 Shoemaker Avenue Santa Fe Springs, CA 90670 Gentlemen: Thank you for your courtesy in submitting a bid for the Bayside Drive /Marine Avenue PRV Relocation Project (Contract No. 3418) 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, oeUe-� /)) . wa-x LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach i • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 July 25, 2001 A.D. General Engineering Construction Inc. 2829 N. Glenoaks Boulevard, Suite 106 -101 Burbank, CA 91504 -2660 Gentlemen: Thank you for your courtesy in submitting a bid for the Bayside Drive /Marine Avenue PRV Relocation Project (Contract No. 3418) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITY OF NEWPORT BTACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 July 25, 2001 Paulus Engineering, Inc. 2841 E. Coronado Street Anaheim, CA 92806 Gentlemen: Thank you for your courtesy in submitting a bid for the Bayside Drive /Marine Avenue PRV Relocation Project (Contract No. 3418) 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, 'e�2V�n�na- LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach