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