Loading...
HomeMy WebLinkAboutC-2380 - Storm Drain Improvement Program 1983-84aEW �Rr cg4voaN•P 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 Mayor Evelyn R. Hart _ Mayor Pro Tem April 6, 1984 Philip R. Maurer Council Members Bill Agee John C. Cox Jr. Gillespie Construction, Inc. Jackie Heather 3004 Deodar, Suite D Ruthelyn Plummer Costa Mesa, CA 92626 Donald A. Strauss Subject: Surety: Firemans Fund Insurance Co. Bonds No.: 7124300 Project: Storm Drain Emprovement Program 1983 -84 Contract No.: -C=2380 On February 27, 1984, the City Council accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice has been recorded. The Notice was recorded by the Orange County Recorder on March 6, 1984, Reference No. 84- 093515. Please notify your surety company that the bonds may be released 35 days after this recording date. Sincerely, l.�% '�2 Wanda E. Andersen CITY CLERK WEA:lr cc: Public Works City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 0 Plus return to: City Clerk City of Newport Beach 3300 Newport Blvd. P.O. Box 1768 Newport Beach, CA 92663.3684 NO COMMON EXEMPT C2 NOTICE OF COMPLETION PUBLIC WORKS 84- 093515 Rlcmit) III OFFICIAL RECORDS QF ORANE COURIY. CALiFORMA .gso FAR MAR $'84 LEE A. BRANCH, UU !E!!#E 1 o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on February 27, 1984 the Public Works project consisting Of Storm Drain Improvement Program 1983 -84 C -2380 on which Gillespie Construction, Inc., 3004 Deodar, Ste D, Costa Mesa, CA 92626 was the cone d Fireman's Fund Insurance Co., P.O. Box 1975, Santa Ana, CA 92702 was the s 4Tt feted. /'u NEWFr 111 �0 :iH H % CIT OWP�(�����BEAGH Ca ( /(J/I G '// AF .,; . R �,¢ 1984` Public Works Director CfTrCell VERIFICATION N I, the u signed, say: I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on March 2, 1984 at New ort Beach, California. % �2a , �Pu is Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on February 27, 1984 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on March 2, 1984 at Newport Beach, California. City Clerk 0 • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK 17141640-2251 March 2, 1984 Lee A. Branch County Recorder P.O. Box 238 Santa Ana, CA 92702 Dear Mr. Branch: Attached for recordation are 4 Notices of Completion of Public Works projects consisting of: 1. Oasis Park Grading & 5th Avenue St. Improvement between Jasmine & Narcissus Ave. (C- 2316), on which Gillespie Construction was the contractor and Fireman's Fund Insurance Co., was the surety. 2. Installation of Traffic Signals & Safety Lighting at the intersection of Hospital Road & Placentia Ave. (C- 2376), on which Paul Gardner Corp. was the contractor and United Pacific Insurance Co. was the surety. 3. Storm Drain Improvement Program for 1983 -')� on which Gillespie Construction was the contractor and Fireman's Fund Insurance Co., was the surety. 4. Desilting Basin at Big Canyon Reservoir (C- 2384), on which Capistrano Construction Co. was the contractor and The Ohio Casualty Insurance Co. was the surety. Please record and return to us. Sincerely, f� 4e4r,� C� Wanda E. Andersen City Clerk WEA:lr Attachments (4) City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 BY THE CITY COUNCIL (3S) CITY OF NEWPORT BEACH February 27, 1984 FEB 2 71984 ITEM COUNCIL AGENDA TO: CITY COUNCIL APPROVED FROM: Public Works Department SUBJECT: ACCEPTANCE ;OV'T983-84 STM- ORA'IN':114PROVEMENT`PROGRAM'(C =2380) .. RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. 1110111.`0111,11 The contract for the construction of the 1983 -84 storm drain improvement program has been completed to the satisfaction of the Public Works Department. The bid price was $218,237.00 Amount of unit price items constructed 238,803.75 Amount of change orders 3,440.00 Total contract cost 242,243.75 One change order in the amount of $13,147.00 was issued. This provided for construction of an additional inlet and connector pipe at First and Carnation Avenues and replacement of a 15 -inch drain at Rue Villars and Big Canyon Drive. Portions of both projects were paid for under the proposal items of the contract. The balance is shown separately above. Funds were budgeted in the General Fund. The design engineering was performed by the Public Works Department. The contractor is Gillespie Construction of Costa Mesa. The contract date of completion was January 31, 1984. The work was completed oonJanuary 26, 1984. 200— Z Benjamin B. Nolan Public Works Director GPD:do 0 CITY OF NEWPORT BEACH P.U. BOX 1768, NE \VPORT BEACH, CA 92663 -3884 OFFICE OF THE CITY CLERK (714) 640 -2251 TO: FINANCE DIRECTOR PUBLIC WORKS FROM: CITY CLERK DATE: November 4, 1983 SUBJECT: Contract No. C -2380 Description of Contract 1983 -1984 Storm Drain Improvement Program Effective date of Contract November. 2, 1983 Authorized by Minute Action, approved on October 24, 1983 Contract with Gillespie Construction, Inc. Address 3004 Deodar, Suite D Costa Mesa, CA 92626 Amount of Contract $218,237.00 Wanda E. Andersen City Clerk WEA:lr attach. 3300 Newport Boulevard, Newport Beach N W 23 1 'a co W 1 O 3 CI X. H 'd 0 2ri m 3 m z b O G1 Y� G7 r r m ro m Q z c C-) 2 z o hz = 4,8 m w r+'CS C d 4 11 -h ryry fi+ 43A• C � £ N fD •-+ Ahi h � FOa ro Q' N ry � ro fi 0 + C 1 V f+ J. C ^J' 0 N SD N C CL (D � h a w h 001 0 CS d O m 1n W ro h V o a J. rowa � a -n 6 J c+ J. a roti ro r h -n a o g to Y d3 0 k x m ro N ' 0 0 1 November 1, 1983 TO: CITY CLERK FROM: Public Works Department SUBJECT: 1983 -84 Storm Drain Improvement Program, C -2380 Attached are four copies of the subject contract documents. Please have executed on behalf of the City, retain your copy and the insurance certificates, and return the remaining copies to this department. ' Gilberng�� Project Engineer GW:em Att: ., . . . 0 BY THE CITY COUNCIL CITY OF NEWPORT BEACH TO: CITY COUNCIL FROM: Public Works Department OCT 24 1983 I �Wo�1 October 24, 1983 CITY COUN�IL AGENDA ITEM NO. RECOMMENDATION: Award Contract No. 2380 to Gillespie Construction for the total price bid of $218,237, and authorize the Mayor and City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on October 13, 1983, the City Clerk opened and read one bid, $218,237 by Gillespie Construction. The bid is 0.8% below the engineer's estimate of $220,000. Funds for the project will be provided from the following accounts: Description Storm Drain Impr. Prog. Cherry Lake S. D. Outlet Street & Alley Maint. Prog. *5th Avenue Storm Drain Account No. Amount 02- 3483 -053 $ 96,237 02- 3497 -293 50,000 02- 3383 -015 20,000 02- 3497 -273 52,000 *Due to the favorable bids received on this recently awarded contract, a transfer of funds is proposed. A budget amendment making the transfer has been prepared for Council consideration. Gillespie Construction, the low bidder, is a well - qualified general contractor who has successfully completed previous contract work for the City. This project provides for the replacement and upgrading of existing inadequate and deteriorating storm drain facilities at certain locations throughout the City. The proposed improvements consist of replacement of existing deteriorated and undersized pipes, catch basin inlets, and junction structures. In addition, street improvements such as pavement, curb and gutters will help relieve some of the flooding experienced during 1983 storms. Specifically, the storm drain improvements are proposed as follows (refer to the attached exhibit): Page 2 Subj: 1983 -84 Storm Drain Improvement Program (C-2 80) October 24, 1983 1. Irvine Avenue at 23rd Street -- Replace 87 linear feet of collapsed metal arch with 60- inch - diameter reinforced concrete pipe, and reconstruct 55 linear feet of curb and gutter, plus adjacent pavement, leading into a catch basin south of 23rd Street. 2. Mariners Drive east of Galaxy Drive -- Replace 75 linear feet of collapsed metal pipe with 24 -inch- diameter reinforced concrete pipe. 3. Riverside Drive 100 feet north of Pacific Coast Highway - -Add 21- foot -long catch basin and 115 linear feet of 18- inch - diameter connector pipe. 4. Via Lido Nord and Via Antibes -- Replace inadequate capacity catch basin and outfall pipe with 52- foot -long catch basin and 118 linear feet of 15- inch - diameter reinforced concrete pipe. 5. Avocado Avenue at Waterfront Drive -- Replace inadequate capacity catch basins and connector pipe with 15- foot -, 21 -foot- and 26- foot -long catch basins and 18 -inch- diameter connector pipes, and regrade the intersection to improve flow to catch basins. 6. Acacia Avenue between First and Second Avenues -- Reconstruct 101 linear feet of curb and gutter and regrade 180 linear feet of street to improve storm flow to catch basin; reconstruct the Second Avenue intersection to redirect storm flows to existing catch basin with adequate capacity. 7. Begonia Avenue between First and Third Avenues -- Reconstruct the three intersections to redirect storm flows to existing catch basins with adequate capacity. 8. Bayside Drive 140 feet west of Carnation Avenue -- Reconstruct 59 linear feet of curb and gutter, plus adjacent pavement, leading into the large catch basin across from County Road, and regrade 90 linear feet of street to.improve storm flow to catch basins. 9. Ocean Boulevard at Orchid Avenue -- Replace 130 linear feet of collapsed metal pipe with 15 -inch- diameter connector pipe. 10. Carnation Avenue north of Bayside Drive -- Reconstruct 15 linear feet of curb and gutter and regrade 87 linear feet of street to improve storm flow to catch basins. The plans and specifications were prepared by the Public Works De artment. The estimated date of completion is January 31, 1984. - Benjamin B. Nolan Public Works Director LRO:do Att. d 1 4 ml �Vy -� F �r •,a � PI •N/ A l,\ CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1983 -84 STORM DRAIW 3 IMPROVEMENT PROGRAM :rte. 1. 1XVIME AVE. A 23rd ST. Z. MARINfiRS DR, 57t E/O G,AL&V M. 3. InvaStDE AVE, 100 N /O P. C. H• 4 VIA IADO NOW AT VIA ANTIBES "I AVOCADO AVE, AT WATERFRONT DR. 6. gcACIAW dve. BTwN. FIRST secoNO p i. B6C4ONIA WE, Mv)w. FIUT4 THaD Ali' 8. 0XYSI0 IE PR. 140 *W'0 CA¢NATIom 9, OCEAN BLVD. AT ORCWID AVg, i10• CAILNATtotJ o AVE d 1 4 ml �Vy -� F �r •,a � PI •N/ A l,\ CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1983 -84 STORM DRAIW 3 IMPROVEMENT PROGRAM :rte. ff z 6 \11f� Ak All o7 < • *" i r It .. \ I'Ni' f f-- DRAWN A La DATE SEQ. 2l APPROVED PUBLIC WORKS DIRECTOR R E. N0. DRAWING NO. E X H I B IT � � l 0 NOTICE INVITING BIDS CITY CLERK Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 11:00 A.M. on the 13th day of October , 1983, at which time such bids shall be opened and read— 1983 -84 STORM DRAIN IMPROVEMENT PROGRAM (C -2380) e 2380 Contract No. $220,000 Engineer's Estimate �^�' ��� FO RN% Approved by the City Council this 26th day of September, 1983 Wanda E. Andersen City Clerk RECI NEU ;OCT: 2 5.1983 Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663. For further information, call Gilbert Wong at 640 -2281. Project Engineer • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1983 -84 STORM DRAIN IMPROVEMENT PROGRAM CONTRACT NO. 2380 PROPOSAI To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, California 92663 -3884 Gentlemen: PR 1 of 6 The undersigned declares that he has carefully examined the location of the work, has read the Instruction to Bidders, has examined the Plans and Special Provisions, and hereby pro- poses to furnish all materials and do all the work required to complete this Contract in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION _TNIT 7TAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 12,500 Reconstruct existing pavement with base Sq. Ft. course of 3" A.C. /4 A.B. or 5" A.C. (storm drain trench restoration not in- cluded) @ Two Dollars and Twenty Five Cents $ 2.25 $ 2R, 125 nn Per Square Foot 2. Lump Sum Clearing and grubbing Forty One Thousand Seven @ Hundred Fifty Seven Dollars and No Cents $-41,757.00 Per Lump Sum 3. 74 Reconstruct existing P.C.C. curb and Lin. Ft. gutter (B" C.F. with 18" gutter) @ Fifteen Dollars and Cents $1; 10 _On $ 1,110_no Per .1 PR2of6 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. Lump Sum Reconstruct portion of existing local depressions and curb (3 locations: Acacia Avenue, Carnation Avenue, and Irvine Avenue) @ One Thousand Two Hundred Dollars and No Cents $ 1,200.00 Per Lump Sum 5. Lump Sum Reconstruct portion of 2 junction structures and connect 60" R.C.P. storm drain (Irvine Avenue) @ Five Thousand Dollars and Nn Cents $_ 5_on_ Don Do Per Lump Sum 6. 87 Remove existing 44" x 72" arch C.M.P. Lin, Ft. and replace with 60" R.C.P. (60" R.C.P. furnished FOB job site by City), in- cludes trench restoration @ Two Hundred Fifty Dollars and No Cents $ 250.00 $ 21.750.00 Per Lineal Foot 7. 4 Construct P.C.C. pipe collar Each @ Four Hundred Twenty Five Dollars and No Cents $ 425"00 $ 1,7n0-no Per Each 8. 1 Construct P.C.C. pipe anchor Each @ Five Hundred Dollars and No Cents $ 500.00 $ 500.00 Per Each 9. 132 Remove and replace existing 15" dia- Lin. Ft. meter storm drain pipe @ Eighty Dollars and No Cents $ 80.00 $ 10,560.00 Per Lineal Foot • • . PR3of6 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 2 Remove and replace existing P.C.C. Each pipe collar @ Four Hundred Fifty Dollars and No Cents $ 4,r,0_nn $_ gno 0o Per Each 11, 75 Remove and replace existing 24 "- Lin. Ft. diameter storm drain pipe @ Seventy Dollars and No Cents $ 7n DD $ 5 25D 00 _ Per Lineal Foot 12. 118 Remove existing 12 "- diameter storm Lin. Ft. drain pipe and replace with 15 "- diameter storm drain pipe @ Sixty Dollars and No Cents $ rn_Qe $ 7,080.00 Per Lineal Foot 13. Lump Sum Reconstruct existing catch basin inlet and P.C.C. local depression (L = 5.5') @ One Thousand Five Hundred Dollars and No Cents $1,500.00 Per Lump Sum 14. 55 Remove existing and construct P.C.C. cross Cu. Yd. gutter (includes curb, curb and gutter transition, and aggregate base) @ Two Hundred Fifty Dollars and No Cents $ 250.00 $13,750.00 Per Cubic Yard 15. 8 Construct P.C.C. wheelchair ramp Each (includes sidewalk) @ Three Hundred Dollars and No Cents $_3o0.00 $2,4no_nn Per Each • • PR4of6 ITEM QUANTITY ITEM DESCRIPTION UNIT MAU- NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. Lump Sum Reconstruct existing catch basin inlet and P.C.C. local depression (L = 15', at Avocado Avenue) @ Three Thojigand Three Hundred Dollars and No Cents $ .3o0.00 $_ 3.3nn_on Per Lump Sum 17. 2 Construct Type OL catch basin inlet Each with P.C.C. local depression (L = 211, at Avocado Avenue) @ Three Thousand Five Hundred Dollars and No Cents $ 3,500.00 $ 7,000.00 Per Each 18. Lump Sum Construct Type OL catch basin inlet with P.C.C. local depression (L = 26', at Avocado Avenue) @ Four Thousand Dollars and No Cents $ 4,0no_On Per Lump Sum 19. Lump Sum Construct Type I junction structure @ One Thousand Five Hundred Dollars and No Cents $ 1,500.00 Per Lump Sum 20. 210 Construct 18 "- diameter storm drain Lin. Ft. connector pipe @ Seventy Five Dollars and No Cents $_ 75.00 $15,750-00 Per Lineal Foot 21. 190 Construct finish course 1" /variable Tons thickness A.C. overlay @ Seventy Dollars and No Cents $_ 70.On $13 3— Per Ton NO 22 23 24 25. 0 li7 PR5of6 QUANTITY ITEM DESCRIPTION UNIT TOTAL AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 2 Adjust manhole frames and covers to Each finished grade @ Four Hundred Dollars and No Cents $ 400.00 $ 800.00 Per Each Lump Sum Remove existing junction chamber and replace with as- needed 18 "- diameter storm drain connector pipe @ One Thousand Five Hundred Dollars and No Cents $ 1.5o0_0o Per Lump Sum 69 Reconstruct existing P.C.C. curb and Lin. Ft. gutter (6" C.F. with 24" gutter) @ Twenty Dollars and Cents $ 20.00 $ 1.380.00 Per Linea foot 55 Reconstruct existing P.C.C. curb and Lin. Ft. gutter (8" C.F. with 24" gutter) @ Twenty Five Dollars and No Cents $ 25.00 $ 1,375.00 Per Lineal Foot 2 Adjust water valve frames and covers Each to finished grade @ Four Hundred Dollars and No Cents $ 400.00 $ 800.00 Per Each Lump Sum Traffic striping and pavement mark- ings @ Fourteen Thousand Dollars and No Cents $ 14,000.00 Per Lump Sum I PR6of6 NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 28. Lump Sum Reconstruct local depression and curb (L = 21', @ Bayside Drive) @ Five Hundred Dollars and No Cents $ 500.00 Per Lump Sum 29. Lump Sum Excavation safety: shoring, etc., @ Five Thousand Dollars and No Cents $_5 onn on Per Lump Sum 30. 34 Reconstruct existing P.C.C. curb and Lin. Ft. gutter (variable C.F. with 24" gutter) @ Twenty Five Dollars and No Cents $25.00 $ R50 nn Per Lineal Foot 31. Lump Sum Construct Type OL -A catch basin inlet with P.C.C. local depression (L = 21', at Riverside Avenue) @ Three Thousand Six Hundred Dollars and No Cents $_-116_ Per Lump Sum 32. Lump Sum Reconstruct portion of junction struc- ture and catch basin and connect 15 "- diameter storm drain pipe (Ocean Boule- vard at Orchid Avenue) @One Thousand Dollars and No Cents $ 1.000.00 Per Lump Sum TOTAL PRICE WRITTEN IN WORDS: Two Hundred Eighteen Thousand Two Hundred Thirty Seven Dollars and No Cents $ 218.237.00 Contractor's License No. A447025 714 957 -0233 Bidder's Telephone Number GILLESPIE CONSTRUCTION INC. Bidder Hutnorizea aignature /iitie October 11, 1983 Date 3004 Deodar.,:te D, Costa Mesa 92626 Bidder's Addtos • Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. 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 dis- crepancy 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 or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 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 con- tract. 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 in- clusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. Contr's Lic. No. & Classification „• •' r M. - GILLESPIE CONSTRUCTION, INC. Bid �,. S/S even M.�Murowr; V. P Authorized Signature/Ti.tIe Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer and as provided by State law. Item of Work Subcontractor Address 1. Asphalt All- American Asphalt Corona, CA 2. Concrete John Jezowski Orange, CA 3. Structures John Jezowski Orange, CA 4. Detour /Stripe Orange County Striping & Sign- Orange, CA 5 i i 6. 7. j B. 9 10. 11. 12. GILLESPIE CONSTRUCTION. INC. jBiAdder S Steven M.nMurow�V P - Authorized Signature /Title For inal See City Clerk's File Co� Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, GILLESPIE CONSTRUCTION, INC. , as bidder, and FIREMAN'S FUND INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of Amount Bid Dollars ($ 10% ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of 1983 -84 STORM DRAIN IMPROVEMENT PROGRAM 2380 Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 12th day of October , 19_u. (Attach acknowledgement of Attorney -in -Fact) S /Jelaire Pearson Notary Public GILLESPIE CONSTRUCTION, INC. BAStev n� , ,'' J AnM. uro Lw ,, Authorized Signature /Title FIREMAN'S FUND INSURANCE COMPANY Commission expires 3/27/87 Surety By S /William R. Friis Title Attorney -in -Fact M Page 5 NON- COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 13th day of Octohar 19183. My commission expires: June 21, 1987 GILLESPIE CONSTRUCTION, INC. Bidder JSSteven Authorized Signature /Title S /Linda I. Adams Notary Public ORIGINAL SEE CITY CLERK'S FILWY Page 6 i STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. On file with City Clerk GILLESPIE CONSTRUCTION. INC. Bidder 1Mii�6�(i S/ even ..Murow V. P. Authorized Signature /Tit e Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 1983 City of San Juan Capistrano Smokey Lohnes 493 -1711 1983 Knotts Berry Farm Mike Butte 827 -1776 1983 AVCO Rick Hauser 830 -5050 GILLESPIE CONSTRUCTION CO. S/tB�{ "er �/ evervmi liuroW -j -Y�V f AuthorrzEd Signature /Title `� j II � • � , c',:' ;i � r � �'� sv>�i2c.ccttoi t I IC, t.p l31aJ1 _ General Engineering Contractor 1055 El Camino Drive • Suite F , Costa Nlesa, California 92626 • P'ione (714) 957 0233 & 739 4 City of,Anaheim 714- 999 -5126 200 S. Anaheim Blvd. Anaheim, CA Lakeview- LaPalma Storm Drain 5 11,500. 1 Walnut Creek Storm Drain & 52,000. Sewer Los Alisos Water District 714 - 830 -0530 P. 0. Box 699 1 El Toro, CA Grading and Site Improvements 95,000. L.A. County Road Department 213 -226 -8111 1540 Alcazar St Los Angeles, CA 90033 Rambla Pacifico Storm Drain 36,555. California Department of Transportation 714 - 997 -5071 District 7 . 758 N. ,Batavia St Orange, CA 92668 Del Mar Drainage Improvements 32,000. Drainage Improvements in Rt 60 20,00. City of San Juan Capistrano 714 - 493 -1171 - -- 32400 Paseo Adelanto San Juan Capistrano, CA 92675 Sunhollow Improvements 163,263. Page 8 NOTICE The following are samples of contract documents which shall be completed and executed by the successful bidder after he receives a letter of award from the City of Newport Beach: PAYMENT BOND (pages 9 & 10) FAITHFUL PERFORMANCE BOND (pages 11 & 12) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13, 14, 15) CONTRACT (pages 16 & 17) Since 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 sub- mission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be assigned Policyholders' Rating B (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Ratin Guide: Property - Casualty. Coverages shall be provided for a YPES OF INSURANCE checked on the CERTIFICATE OF INSURANCE. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard S ecifications for Public Works Construction.(latest edi- tion adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. ri EXECUTED IN THREE COUNTERPARTS BOND NO. 7124300 0 PREWNIL— Page 9 PAYMENT BOND KNOW A'_L MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted October 21. 1983 has awarded to 6ILLESPIE CONSTRKTION, INC. hereinafter designated as the "Principal ", a contract for IMPROVDW PROGRAM (C -ZM) 1883-8E $TOR!! OWN in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach.; WHEPEAS, said Principal has e:,ecuted or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provision! °_., prcv -rider, or other supplies or tears used in, upon, for, or about tra pn-r- for7znce of t ".e work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NCW, THEREFORE, We GILLESPIE CONSTRUCTION, INC. as Principal, and FIREMAN'S FUND INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of ONE HUNDRED NINE THOUSAND, ONE HUNDRED EIGHTEEN AND 50/ 100-------------- --------- ------ ------ - - - - -- Dollars ($ 109,118.50 said sum being one -half 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 presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted to e done, or for any other work or. labor thereon of any kind or for due under the Une ployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed '. the Court as required by the provisions of Section 32,J of the Cib i I Co_e of Ule `_' -,ate of Cal lfornl a.. This 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 - EXECUTED IN THREE CO TERPARTS BOND NO. 7124300 PREMI*$2,619.00 Page 11 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted MAW 24, 1Ne3 has awarded to 41L"11 emsyRUmant UL hereinafter designated as the "Principal ", a contract for 198344 STONN OWN DWROVEWX w4sw9c m) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, GILLESPIE CONSTRUCTION, INC. as Principal, and FIREMAN'S FUND INSURANCE COMPANY as TWO HUNDRED EIGHTEENiTH10USiAND, u�+ t �i DOf Newport Beach, in the Sum Of THIRTY —SEVEN AND NO /100 --- -^--------- -- ---- -- -- -- Dollars ($218,237.00 said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, 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 presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, con- ditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said 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 to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice r' Page 10 Payment Bond (Continued) this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And said 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 Principal and Surety above named, on the 24TH day of OCTOBER 1983 Approved as to form:�� . --Zg City Attor ey GILLESPIE CONSTRUCTION N .(Seal) Name of Contractor Principar'- -- BY• Authorized Signature and Tit Authorized Signature and Title FIREMAN'S FUND INSURANCE COMPANteal) Name of Surety P.O. BOX 1975, SANTA ANA, ,%'A 92702 Address rety BY: [a` Signature and Title of Authorized Agent, WILLIAM R. FRIIS, ATTORNEY -IN -FACT Address of Agent P.O. BOX 20086, RIVERSIDE, CA 92516 714 - 787 -8730 Telephone No. of Agent :` .� ��� " - }: _ O.7 _� __ _"S' i � � r i \\j )z C: r § 7 { /} /i' > § }E Ln 2t2@ 2 \"00 a1 2 / «— l R{ e @g2 \/ \ \jm 0 / �(J [;§; 0:3 6 } /a� x Er (p 0 sz k22 / 2 ) » 2 &i$ C') ems. °``7} - �E§ ® °\ \ Q $\ M 6 Faithful Performance Bond (Continued) Page 12 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 Principal and Surety above named, on the 24TH day of OCTOBER , 19 83 Approved as to fo Ci y xrttcyrn,ey, LLESPIE CONSTRUCTION, INC - :- "j Seal:) ne of Contr for (Principal)-'---. ' orized Signature and Title Authorized Signature and Title FIREMAN'S FUND INSURANCE COMPANY (Seal) Name of Surety P.O. BOX 1975, SANTA ANA, CA 92702 BY: and Tltle Ot Authorized Agent R. FRIIS, ATTORNEY -IN -FACT Address of Agent P.O. BOX 20086, RIVERSIDE, CA 92516 714 - 787 -8730 Telephone No. of Agent a� 0 0 I A \k At \% w6 % \ %# & «A�� k \ \\ * % \0 -e§� ;op � «z \ &o % %, ` % VDI +ate% \ƒ %0 %��s 0 � t � % \ \ k � f \�� \ $� 3% \ cl,« ® \\ ; � {\ 'GENER AI. 'ADT MaNEY OEMAN'S FUND INSURANCE C*ANV V.%OS1 ALL MEN 65 THESE PRESFNTS That FIREMAN S FIND INSURANCE COMPANY. a Corporation dull organized and existing under the laws of the Stare of California, and has mp its pnnc real office in the Csq and County of San Francesco. in nd State. hat made constituted and appointed, and does by them presents make, consntuic and appoint WILLIAM R. FRIIS, DAVID L. CULBERTSON and CAROL E. MUNARETTO jointly or severally as true and lawful Atrorney(syin -Fact. with full power and authority hereby conferred in its name. Pis-cc and stead. to execute. seat. acknowledge and deliver any and all bonds, undertakings, recognlzances or other written obligations in the nature thereof -------- »----------- - - - - -- and to bird the Corporation thereby as fully and to the same extent as if such bonds were signed by the Resident. sealed with the corporate seal of the Corporation and duty attested by its Secretary, hereby ratifying and confirming all that the said Attorneyfs m -Fact may do in the premises. This power of attorney is panted Pursuant to Article Vlll. Section 30 and 31 of By -laws of FIREMAN's FUND INSURANCE COMPANY now in full force and egg". "Anick V lll, Appointment and Awhoriq Assinanr secretaries, and Arroraey -in -Fart and Agents to ao vii; Lrp! Pr0,Vss and AfaIr .Appre ran r,. Section 30, Appointment. The Chairman or the Board of Directors, the Prtsident. any Vice - President or any other person authorized by the Board of Directors, the Chairman of the Board of Directors, the President or any Vice-president. may. from time. to time, appoint Residrm Assisunr Secrrurirs and Attorneys -in -Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf or the Corporation. Section 31. Authority. The Authority of such Resident Assistant Secrriaries. A;tornq -in -Fact, and 4grnts shall be 4% prrstribed in the in.+rume+n e,idencing :heir appointment, and an} such spromirnent and all auihori!y r *anted therrb) may be tr +il,rd at am time by the Board of Dnrnnn of M any person. empewtrrd w mace such appNn :mint." This pewee of atternev is siggned and sealed under and b) the authority of the following Resolution adopted by the Board of Directors of FIREMAN S FUND INSURANCE COMPANY at a meeting dull called and held on the 15th day of July. 1966. and said Resolution hat not been amended or repeated. , RESOL4'ED. tha+ the vigna!ure of ars Fier- Prit6dem..Ass;oant Secretary. and Resident Assiaan! Secretary of this Corporation and the sea! of they Corporation !nay be afr.sed m printed or. an> powt7 cf an, rrey. on any revocaiton of am power of attorney. or on any crnifica;r rrla; tag !herein by faceim;lc and any pcwr of a!tprncy an, -esocaam of any power of atorney. or cenificatt bearing such facsimile signature of facs;mlt seal shall he valid and hmdng upon the Corporation.` IN W ITN ESS'A' H E R EOF. FIREMAN S FUND iNSURANCE COMPANY has caused theca presents to he signed by da Vice- President. and m cotpwate sea; to be herrunto affixed this 21St day of December , 19 81 U-1 STATE OF CALIFORNIA, l ` ss. CITS ANDCOUNT4 OFSA% FRANCISCO FIREMAN FUND INSURANCE COMPANI' Bs k�s onihis 21st day of December , 19 81 , before merrrvonall, same Richard Williams to me known, who, being b) me duly sworn, did deposr and say. that he i. VicePtr,idem of FIREMAN'S EL ND 1-,SL RA \L E CDhiPANY. th. ( nr poration desaihed in and which rstcuttd the above instrument that he knows the seal of .aid Corporation: that the seal affistd ro the s,d m,fwnicni is such corporate seals that it was so allned M order of the Board of Dawors of said Corporation and that he signed hi, name theiato by like order. IN WITNESS WHEREOF. I haw hereunto Art m) hand and a((iscd m) official veal, the day and year herein tint aho +e w riven. WNIIWiNYMNaaaNaaIINMNNIaIIiriNNMtaWer/ / OFFICIAL SEAL SUiiE K. 411BERT �^-4 flax" py�• NOTUY KX1K • EWFOiNIA •..t• , w t„ on a cotwer of SAN AaRCISCO At, Cow- e+o-E.p rev No. 17 raga C'ERTIFIC ATE twalN�eatari STATE OF C4LIFOR`v1 A. i[. CITY AND COESTN OF SA\ FRANCISCO 1 1, the undc�vgnrd. Rrs.dent .aws ant Src!r:an nr F RE s1 AN '5 F ND I \SL'R A \CE((NIPANI', a C AL IF OR N I A( olpa!a!,on. DO HE R 81 CERTIFY Na . the fcrej rag an: ar,ac lied PON ER OF ATTOR \E1 rrnna,n• m fu!: lor,r and ha- not heen n oked; and .'w;hr.m,vC :hr Ar: li 11)1. Section, 30 and 31 of the B) ;a », of the Corpo- a;�on, antl the Rnnlut,nn of the Board of Duraors. Art forth in the PnarT of AnoTn,'. are now In fmre. Signed and scaled at the Co., and C, umy of San Frann+co Damd the 24TH day of W7'11-FF d.at OCTOBER ly 83 City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED CERTIFICATE OF INSURANCFISSUED IN . T1[REE CPPAIt1 . ; � age 13 INSURANCE COMPANIES - AFFORDING COVERAGES -- �- - - - - -- Company A I Letter GREAT AME:.R_ICAN INSURANCE Comb )d ny B Letter AETNA CASl11+LTY & SURETY_ Company .0 Letter AMERTr,AN EXCESS TNSUR8N� Company D A Letter L93381 11-10-f '.' E r This is to certify that policies of insurance listed below have been issued to the insured named above and are in forte at this time, including attached endorsement(s). NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport. Beach Endorsements. CANCELLATION: Should any of the above described policie�. be cancelled or coverage reduced before the expiration date thereof, the A nsurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. ✓�'�,.— -PRIIS & COMPANY, INC. By: _ �U -� (�2 - »✓ J ;�%•icr L' Agency: Autnurtzed Representative WILLIAM R. FRIIS ce i B l ` Dte Issue Description of operations /location:. /vehicles: All operations performed for the City of Newport Reach by or on behalf of the named in,�unrd in caxurection with the following de-Agnated contract: 1983 -1984 STORM DRATN 1 M1'PC)VRMht1'P PROCI::AM (C -2380) CON'VRACT NO. 2380 (Project Title and C0ntrart Numbe, NOTICE: This certificate or VCrIl'TCctt.7017 of irisurame i nnul an insurance P6-1-icy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of ,rny contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conaitions of such policies, including attached endorsements. N. Policy IMIT F L ABILITY iN THOUS7tNUS 0011 COMPANY LETTER TYPES OF INSURANCE COVERAGE REQUIRED Policy No. Exp. Date g. ru u; Each Complete Occurrence 0 eeratio; V A GENERAL LIABILITY x Comprehensive Form BP2 L93381 11-10-f 3Bodily Injury $ $ x Premises - Operations Property Damage $ $ x Explosion 6 Collapse Hazard x Underground Hazard x Products /Completed Operation., Bodily Injury Hazard and Property x Contractual Insurance Damage Combined $ 500,00 b 500,0' x Broad Form Property Damage x Independent Contractor, x Personal Injury -- Marine Aviation Personal Injury $ 500,0- AUTOMOTIVE LIABILITY A Q Comprehensive Form 11A3 GBO71 11-10-E 3Bodily Injury (Each Person $ Owned $ !(lo r y n ury Mach Occurrence Hired ru ertt ma e u 1 y Injury an Property Damage ['x Non -owned Combined 100,000. EXCESS LIABILITY C Umbrella Form ULPS Q Other than Umbrella Form 1,8321 11 -10- 3Bodily Injury and Property Damage Combined $ $1, 000, 0 ,000,OD. 11. WORKERS' COMPENSATION atutory B and BGC'95702` EMPLOYER'S LIABILITY � 1 -8. F 000 000 `' ac Accident1 NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport. Beach Endorsements. CANCELLATION: Should any of the above described policie�. be cancelled or coverage reduced before the expiration date thereof, the A nsurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. ✓�'�,.— -PRIIS & COMPANY, INC. By: _ �U -� (�2 - »✓ J ;�%•icr L' Agency: Autnurtzed Representative WILLIAM R. FRIIS ce i B l ` Dte Issue Description of operations /location:. /vehicles: All operations performed for the City of Newport Reach by or on behalf of the named in,�unrd in caxurection with the following de-Agnated contract: 1983 -1984 STORM DRATN 1 M1'PC)VRMht1'P PROCI::AM (C -2380) CON'VRACT NO. 2380 (Project Title and C0ntrart Numbe, NOTICE: This certificate or VCrIl'TCctt.7017 of irisurame i nnul an insurance P6-1-icy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of ,rny contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conaitions of such policies, including attached endorsements. N. > Page 14 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Bodily Injury and Property Damage Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded the additional named insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this endorsement shall be the limits indicated below for either Multi- ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability $ Property Damage Liability (X ) Single Limit Bodily Injury Liability and Property Damage Liability Combined ij occurrence each occurrence $ 500,000. each occurrence The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company for all damages as the result of any one accident or occurrence in excess of the limits of Liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. CONTRACT 2380 5. Designated Contract: 1983 -1984 STORM DRAIN IMPROVEMENT PROGRAM C -2380 Project Title and Contract No. . This endorsement is effective 10 -24 -83 at 12:01 A.M. and forms a part of Policy No.BP 2193381 Named Insured GILLESPIE CONSTRUCTION Endorsement No. 1 FRIIS & COMPANY, INC. Name of Insurance COmpanyGREAT AMERICAN IN5. CO. By Authorized Representative WILLIAM R. FRIIS CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 15 1. With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability arising out of operations performed by or on behalf the named insured in connection with the contract designated below or acts and omissions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision con- tained in the written contract, designated below, between the named insured and the City of Newport Beach. - 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU "hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured named in paragraph I of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability ( A Single Limit $ each occurrence each occurrence Bodily Injury Liability $ 500.000, each occurrence and Property Damage Liability Combined The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department CONTRACT NO. 2380 7. Designated Contract: 1983 -1984 STORM DRAIN IMPROVEMENT PROGRV1 (C -2380) � Project Title and Contract No. This endorsement is effective 10 -24 -83 at 12:01 A.M. and forms a part of Policy No. BP2193381 Named Insured GILLESPIE CONSTRUCTION Endorsement No. 1 FRIIS & COMPANY, INC. Name of Insurance Company GREAT AMERICAN INS. C05Y - Authorized Representative WILLIAM R. FRIIS Page 16 CONTRACT THIS AGREEMENT, entered into this axo6ay of GGL - - , 19 �1, by and between the CITY OF NEWPORT BEACH, hereinafter "City," nd (;TIIFSPTC CONSTRUCTION,_ INC. _ , hereinafter "Contrac or, "is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: 1983 -84 e 2380 Contract No. (b) Contractor has been determined by City to be the lowest responsi- ble bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: 1 2380 Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of Two Hundred Eighteen Thousand Two Hundred Thirty Seven Dollars ($ 218.237.00 )• 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 obstruc- tions 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. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and endorsement(s) Page 17 (f) Plans and Special Provisions for iitie of Protect Contract No. (g) This Contract. 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximiately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. ATTEST: APPROVED AS TO FORM: 'U id City Attorney CITY OF NEWPORT BEACH MA OF GILLESPIE CONSTRUCTION, INC.'_- Contractor By Its By Its CITY CONTRACTOR 0 0 f CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR 1983 -84 STORM DRAIN IMPROVEMENT PROGRAM CONTRACT NO. C -2380 SCOPE OF WORK SP 1 of 5 The work to be done under this contract consists of the construction of storm drains, cross gutters, junction structures, catch basins, and appurtenant structures, as shown on the plans. All work necessary for completion of the im rovements shall be done in accordance with (1) these Special Provisions; the Plans (Drawing Nos.T- 5310 -S,R- 5483 -S, R- 5485 -S, D- 5147 -S, D- 5149 -S, D- 5150 -S, D- 5151- S);(3) the City's Standard S Fecial Provisions and Standard Drawin s for Public Works Construction 1982 Edition); and 4 the Standard Specifications for Public Works Construction (1982 Edition), including g ,i8 supplements. Copies of the City's Standard Special Provisions and Standard Drawings may b e purchased at the Public Works Department for Five Dollars ($5). II. TIME OF COMPLETION AND ORDER OF WORK The Contractor's construction schedule must be approved by the Engineer prior to start of any work and shall incorporate the following requirements: All work under the contract shall be completed by February 29, 1984 or within seventy -five (75) consecutive calendar days after the start of construction, whichever comes first. Irvine Avenue storm drain at 23rd Street shall be constructed first. The Contractor shall complete work on Irvine Avenue storm drain within twenty (20) consecutive calendar days after beginning work. The term "work" as used herein shall include removals, junction reconstruction, installation of storm drain pipe, and trench restoration. Also included within the specified period is curing time for P.C.C. street improvements. The Contractor may work weekends on Irvine Avenue storm drain. III. PAYMENT The unit price or lump sum bid for each item of work shown in the proposal shall be full compensation for labor, equipment, materials and all other things necessary to complete the work. The substitution of securities for any payment withheld in accordance with Section 9 -3.2 of the Standard Specifications is permitted pursuant to Govern- ment Code Sections 4590 and 14402.5. • SP2of5 IV. TRAFFIC CONTROL, ACCESS AND NOTICES TO RESIDENTS The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications except as modified herein, and with the standards contained in the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. The Contractor is advised that Bayside Drive and Irvine Avenue carry approxi- mately 6,000 and 28,000 vehicles per day, respectively through the project area Traffic controls specified in plan T- 5310 -S, shall be provided as a minimum for Irvine Avenue at 23rd Street. A. Traffic Control Plan The Contractor's traffic control plans for the remaining construction sites must be approved by the Engineer prior to start of any work and shall incorporate the following: 1. The location and wording of all signs, barricades, delineators, lights, warning devices, temporary parking restrictions, and any other details required to assure that all traffic will be handled in a safe and efficient manner with a minimum of inconvenience to the motorist. 2. A complete and separate plan for each stage of construction proposed by the Contractor showing all items listed under 1 above. 3. Traffic obstructions shall not be permitted on Bayside Drive before 9:00 A.M. and after 3:00 P.M. Where any restrictions herein mentioned necessitate temporary prohibition of parking during construction, 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 40 hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsi- bility to notify the City's Police Department, Traffic Division, at (714) 644 -3742, for verification of posting at least 40 hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12 inches wide and 18 inches high; and (3) be similar in design and color to sign number R -38 on the Caltrans Uniform Sign Chart. The Contractor shall print the hours, day and date of closure in 2 -inch- high letters and numbers. A sample of the completed sign shall be approved by the Engineer prior to posting. B. Access Vehicular and pedestrian access shall be maintained at all times to businesses and residences adjacent to the project area; however, where conditions preclude such access for reasonable periods of time (as determined by the Engineer), access shall be restored at the end of each work day. C. Notices to Residents 0 SP 3 of 5 Between 48 and 55 hours before closing a section of street or alley or restricting vehicular access to garages or parking spaces, the Contractor shall distribute to each affected address a written notice stating when construction operations will start and approximately when vehicular access- ibility will be restored. Twenty -four (24) hours before shutting off water service to any residence, the Contractor shall distribute a separate . written notice stating the date and time the water will be shut off and approximate time the water will be turned back on. The written notices will be prepared by the Engineer. The Contractor shall insert the appli- cable dates at the time he distributes the notice. Errors in distribu- tion, false starts, acts of God, strikes or other alterations of the schedule will require Contractor renotification using an explanatory letter furnished by the Engineer. V. CONSTRUCTION SURVEY STAKING Field surveys for control of construction shall be provided by City. Pik *.IOU The Contractor shall make his own provisions for obtaining and applying water necessary to perform his work. If the Contractor desires to use available City water, it shall be his responsibility to make arrangements for delivery by contacting Mr. Gil Gomez at (714) 640 -2221. Water for such use is provided by the City free of charge. VII. SURFACE AND GROUNDWATER Groundwater will be encountered at various times and locations during the work herein contemplated. The Contractor, by submitting a bid, acknowledges that he has investigated the risks arising from groundwater and has prepared his bid accordingly. Groundwater or 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 mi- grating into the bay. VIII. MATERIALS A. Storm Drain Pi The Contractor shall select either asbestos cement pipe or reinforced con- crete pipe material, except as specified otherwise on the Plans. 1. Asbestos Cement Pipe (A.C.P.) Storm drain pipe and fitting shall be in accordance with Section 207 -6 of the Standard Specifications. ►. • � SP4of5 a. Pipe Cutting Power driven saws with abrasive discs shall not be used for dry cutting or beveling asbestos cement pipe. Asbestos cement chips and cuttings from the field operations shall be disposed of in a manner that will not contribute airborne asbestos dust to the atmosphere. Loose material shall never be dry swept. Water or other dust sup- pressants shall be applied in those circumstances where sweeping is unavoidable. b. Structure Connections Junction and catch basin structure connections shall be watertight. A.C.P. shall be cement - grouted 4 inches minimum into existing structures. 2. Reinforced Concrete Pipe (R.C.P.) Storm drain pipe and fitting shall be in accordance with Section 207 -2 of the Standard Specifications. a. Structure Connections Junction and catch basin structure connections shall be watertight. R.C.P. shall be cement- grouted 4 inches minimum into existing struc- tures. b. 60- Inch - Diameter R.C.P. for Irvine Avenue at 23rd Street: 60- Inch - diameter RCP has been ordered and will be furnished by City, F.O.B. job site. Contractor shall schedule delivery to job site by telephoning U.S. Pipe and Foundry Company, Concrete Pipe Division, at (213) 337 -1211. (Also see Section II.2 herein) B. Asphalt Concrete The work shall be in accordance with Section 302 -5 and 400 -4 of the Standard Specifications except as modified and supplemented below: 1. Base Course - -The variable thickness base course shall be used as a leveling course for street pavement and temporary trench resurfacing. The base course shall be Type III -B2 with 5.4 percent AR 4000 paving asphalt. 2. Finish Course - -A finish course of Type III -C3 with 5.8 percent AR 4000 paving asphalt shall be used over existing roadway surface and base courses. The Contractor shall feather j oin to meet existing improve- ment for proper drainage. In addition, the Contractor shall fill and level all depressions, swales, and any other pavement distortions to form a smooth riding surface and to drain surface water to gutters and catch basins. SP5of5 Temporary Resurfacing -- Paragraph 4, Section 306 -1.5.1 "Temporary Re- surfacing" of the Standard Specifications shall be deleted and the following added: The cost of furnishing, placing, maintaining, removing and disposing of temporary resurfacing shall be included in the unit costs to install the storm drain with trench resurfacing. All temporary resurfacing shall be 2 inches in thickness. Traffic Striping and Pavement Markings This item of work shall be done in accordance with Section 210 -1.6 "Paint for Traffic Striping, Pavement Marking and Curb Marking" and Section 310 -5.6 "Painting Traffic Striping, Pavement Markings, and Curb Markings" of the Standard Specifications, except as supplemented or modified below: Paint for traffic striping and pavement markings shall be white Formula Number 42A9 and yellow Formula Number 1040A9 as manu- factured by J. E. Bauer Company or approved equal. Delete paragraph 1 of Subsection 310 -5.6.7 "Layout, Alignment, and Spotting" of the Standard Specifications for Public Works Construction and add the following: The Contractor shall perform all layout, alignment and spotting. The Contractor shall be responsible for the completeness and ac- curacy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown in the plans. The Contractor shall mark or otherwise de- lineate the new traffic lanes and pavement markings within 24 hours after the removal of the existing striping and markings. No street shall be without the proper striping over a weekend. Raised pavement buttons and markers shall be done in accordance with Section 85 "Pavement Markers" of the CalTrans Standard Specifications. Payment - -All work, materials, labor, etc., relating to traffic stripes, pavement markings, and pavement markers for removal, painting, and re- painting as shown on the plans, shall be included in the "Lump Sum" bid. R s .a trench ----1 4 Ba Typ- #t 4 Bars - - -- - - - -- -- .Icrote A pour against undisturbed earth :3 Clearance- 6" orless Clearance- 60 -1B" Condition i Condition 2 SECTION A -A NOTES: +sa I. Sanitary sewer shat I be constructed WITH LAST ILMkl PIPE WRM SEWER 14 NEW. �_ 2. Concrete for encasements shall be CLA55 4211 -C-Z= 3. The concrete encasement shalt extend across the full width of the storm drain trench plus an >; additional 12" into undisturbed earth on each side of the storm drain trench, 4. IAC.F.CD. ST05 SHALL APPLY FOR LASES uar SHOWN HEREM. COSTA IVIESA SANITARY DISTRICT Approved, Storm Uratn Crosbin District Encainaer -r g Drawing N$: S - j . 6P CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT • 1983 -84 STORM DRAIN IMPROVEMENT PROGRAM CONTRACT NO. 2380 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, California 92663 -3884 Gentlemen: PR 1 of 6 The undersigned declares that he has carefully examined the location of the work, has read the Instruction to Bidders, has examined the Plans and Special Provisions, and hereby pro- poses to furnish all materials and do all the work required to complete this Contract in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT AL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 12,500 Reconstruct existing pavement with base Sq. Ft. course of 3" A.C. /4 A.B. or 5" A.C. (storm drain trench restoration not in- cluded) T @ Fvjorr Dollars �wtvV�c� and Rylt Cents $ Z-7-S' $ 28, lZs- Per Square Foot 2. Lump Sum Clearing and grubbing / @�OJ1� a�cia,��Se�nhl�7�/ 11 re o L and Cents $ 7✓ �� Per Lump Sum 3. 74 Reconstruct existing P.C.C. curb and Lin. Ft. gutter (8" C.F. with 18" gutter) @ F jj+te4A Dollars and h0 Cents $ 15 00 $ �,d Per Lineal Foot i 4 E • PR2of6 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4• Lump Sum Reconstruct portion of existing local depressions and curb (3 locations: Acacia Avenue, Carnation Avenue, and Irvine Avenue) @ ©&t 44,00SaM-GQ -WO YWAd(eG( Dollars and Cents Per Lump Sum 5. Lump Sum Reconstruct portion of 2 junction structures and connect 60" R.C.P. storm r �pdrain (Irvine Avenue) Fd @ t `t w-,A 4 Dollars and Cents Per Lump Sum 6. 87 Remove existing 44" x 72" arch C.M.P. Lin. Ft. and replace with 60" R.C.P. (60" R.C.P. furnished FOB job site by City), in- cludes trench restoration @ -wo ti��.dr�d X17 [`� Dollars and Cents Per Lineal Foot $ IZ-00- S-i 000 — $ 25-0.00 $ 2-I,15-0 - 7. 4 Construct P.C.C. pipe collar Each @ FVyr kwv" -f►�_ L_, "A, - "_"' Q'4"e Dollars J and v Cents $ 4ZS.DO $ l�i0d� Per Each � 8. 1 Construct P.C.C. pipe anchor Each �.p @ fl K, Dollars and 5-00,00 Cents $ $ S- .- Per Each 9. 132 Remove and replace existing 15" dia- Lin. Ft. meter storm drain pipe @ et0� 6h Dollars I VV0 and v Cents $ g0 D $ 1O, Sfax Per Lineal Foot PR 3of6 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 2 Remove and replace existing P.C.C. Each pipe collar @ fl;ay h Dollars and o Cents $ ig-00 $ '{o Per Each 11. 75 Remove and replace existing 24 "- Lin. Ft. diameter storm drain pipe @ Dollars ND Cents $ -70,06 $ Per Lineal Foot 12. 118 Remove existing 12 "- diameter storm Lin. Ft. drain pipe and replace with 15 "- diameter storm drain pipe @ Dollars and Cents $ % O Q Per Lineal Foot 13. Lump Sum Reconstruct existing catch basin inlet and P.C.C. local depression (L = 5.5') @ VYtiT+C�1NG Dollars andSp�� Cents $ Per Lump Sum 14. 55 Remove existing and construct P.C.C. cross Cu. Yd. gutter (includes curb, curb and gutter transition, and aggregate base) @T,00 Dollars Cents $ -oO $ Per Cubic Yard 15. 8 Construct P.C.C. wheelchair ramp Each (includes sidewalk) n @ �IV1r 'd Dollars and YW Cents $ 3ooAa $ 2A 00 Per Each 0 WE' o . ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. Lump Sum Reconstruct existing catch basin inlet and P.C.C. local depression (L = 15', at Avocado Avenue) j @ �r�Vt1e_,4" it1lD (W kk Dollars and �6Q Cents $ ?J ?�' $_ .5,300- - Per Lump Sum T 17. 2 Construct Type OL catch basin inlet Each with P.C.C. local depression (L = 211, at Avocado Avenue) / n 4"" �O2- kWJ @ �VtA*- -61 4l ollars and Cents $ 3--� -- $ 7000 r Per Each 18. Lump Sum Construct Type OL catch basin inlet with P.C.C. local depression (L = 26', at Avocado Avenue) % @ 15)1 SAn�N Dollars and Cents $ Per Lump Sum 19. Lump Sum Construct Type I junction structure Olvr " `31 @ : Y1�VA14ol1 ars and KA4 ( SOO Cents $ Per Lump Sum 20. 210 Construct 18 "- diameter storm drain Lin. Ft. connector pipe @_ �j It Dollars and Cents $ -7 00 $ (S/7SV , Per Lineal Foot 21, 190 Construct finish course 1" /variable Tons thickness A.C. overlay Dollars and Cents $ -70. 60 $ ( )300 Per Ton • • PR5of6 ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 22. 2 Adjust manhole frames and covers to Each finished grade F8 kyhcle /J @ f Dollars ✓W and Cents $ "0.0O $ 800 — Per Each 23. Lump Sum Remove existing junction chamber and replace with as- needed 18 "- diameter storm drain connector pipe e @ u4- ` �1���J��/ GA Dollars and Cents — $ r Per Lump Sum 24. 69 Reconstruct existing P.C.C. curb and Lin. Ft. gutter (6" C.F. with 24" gutter) @ W Dollars w0 and Cents $ x100 $ �� u Per Lineal Foot 25. 55 Reconstruct existing P.C.C. curb and Lin. Ft. gutter (8" C.F. with 24" gutter) @ 7r,(/L1� iii -f/`I� Dollars ►^A and Cents $ vo $ Per Lineal Foot 26, 2 Adjust water valve frames and covers Each to finished grade @ �9,/✓ Y�M/YLt Dol l a rs and KO Cents $ �D.ov $ �00 Per Each 27. Lump Sum Traffic striping and pavement mark- ings @ 6Vt6A 4 ,I Dollars and VW Cents $ 4r oaf Per Lump Sum PR6of6 NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 28. Lump Sum Reconstruct local depression and curb (L = 21', @ Bayside Drive) Dollars and Spa r WO Cents $ Per Lump Sum 29. Lump Sum Excavation safety: shoring, etc., Q @ p1Vt 7 ft U Dollars and WO Cents $ 0000� Per Lump Sum 30. 34 Reconstruct existing P.C.C. curb and Lin. Ft. gutter (variable C.F. with 24" gutter) @ �iNGWwI Q� Yet Dollars and VW Cents $ 2S,a0 $ 95-D- Per Lineal Foot 31. Lump Sum Construct Type OL -A catch basin inlet with P.C.C. local depression (L = 21', at Riverside Avenue) @ U`N Pie '' ckJ SAX �L'44olIars and D Cents $ �j�la 00 U Per Lump Sum 32. Lump Sum Reconstruct portion of junction struc- ture and catch basin and connect 15 "- diameter storm drain pipe (Ocean Boule- vard at Orchid Avenue) @ otyt �'V+ S Dollars �1 and V-� Cents $ 10000 Per Lump Sum TOTAL PRICE WRITTEN IN 1 ORDS: /f l a �o s and VU Cents Contractor's License No. A441 OZS- Gt -1 l q RS-i ot; i Bidder's Telephone Number 0 C It L l�!b,6 Date le Cote ST "C-t --(QN, INC MVP. Authorized :Sigti,xturk /Title 360q 6 i.wftp_ J, U. clo I; � µ Bidder's Address • • Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. 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 dis- crepancy 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 or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 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 con- tract. 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 in- clusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. {k tZ ot-S G;lleq, e Contr's Lic. No. & Classification Bidder Date Authorized Signature /Title r • • Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer.and as provided by State law. Item of Work Subcontractor Address I . /�SPtfA[ -T M(- Pry 4,vikah �,nh i C.o'ray-" f Cg , 2. CONCR -6-TE obv, c� 0ra -t'j CC, , 3. 572 ��7U2�5 4. tl MI/ F7 $T P— ! PC, OL"I 5. r 6. 7. 8. 9. 10. 11. 12. Bidder Aaw VP 'Authorized Signature Title • • Page 5 NON - COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 13 day of October , 19 83. My commission expires: June 21, 1987 W*At sm 1 too t AM /] NataN N* • WORK 0100161muff My (amm wan Ergkn im 21. 1967 Bidder Authorized Signature /Title �/ �_) a 0T �— Notary Public • . Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. G: /lesQe� (4vt4 �a T —Bidder Authorized Signature /Title 0 Page 7 i TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. MILL ��—y1PrR —� VI,ST" 6.�" �c 19i V P Authorized Signature /Title l A ® FIREMAN'S FUND INSURANCE COMPANY ❑ THE AMERICAN INSURANCE COMPANY ❑ NATIONAL SURETY CORPORATION FMEMMS ❑ ASSOCIATED INDEMNITY CORPORATION $ ❑ AMERICAN AUTOMOBILE INSURANCE COMPANY SNOW ALL A4EN BY THESE PRESENTS: That We, GILLESPIE CONSTRUCTION, INC. 0 B@ OR PROPOSAL BOND BOND NO. 7124277 PREMIUM —NIL— (hereinafter called the principal), as principal, and FIREMAN' S FUND INSURANCE COMPANY , a corporation organ- ized and doing business under and by virtue of the laws of the State of CALIFORNIA , and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State ofCALIFORNIA as Surety, are held and firmly bound unto CITY OF NEWPORT BEACH (hereinafter called the Obligee) in the just and full sum of TEN PERCENT OF THE AMOUNT BID Dollars ($ 10% ) lawful money of the United States of America, for the payment of which, well and truly to be made, we hereby bind ourselves and our and each of our successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden principal as aforesaid, is about to hand in and submit to the obligee a bid or proposal for the 1983 -84 STORM DRAIN IMPROVEMENT PROGRAM CONTRACT NUMBER C -2380 in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefor. NOW, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required by law, then this obligation to be null and void, otherwise to be and remain in full force and effect. j,, IN WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and sealed this 12TH ''A day of OCTOBER 360277--4-61 1983 FIREMAN'S FUND INSURANCE COMPANY By Attorney -in -Fact WILLIAM R. FRIIS z • • 0 z tij M x 'T7 6 0 �a 0 0 tdy t R n❑ - ° o i o 7 � z "o n z 0 n z a ` x i A t , . � E � - \\ \/\ § 7 2n U) > % }� 2(E» -E MTO } \�0 0cn0 �Ee m eb @ng§ > g55[ gd��{0V3z0 —n � � »E . (0 / 0 a/ k2 r 136 a § ;\k U) > k =4 eo §�kl� E E o . « _. ew $ \ [j�2 ■ 1 E �a� ■ t & k I §ma R / L 0 f . § �;|. . i$ ,a� GCrVER AL ATTORNEY OEMAN'S FUND INSURANCE COOANY KNOV1' ALL ME\ BY THESE PRESENTS: That FIREMAN'S FOND INSURANCE COMPANY. a Corporation duly organized and existing under the Laws of the Stale of California. and having its principal office in the City and County of San Francisco. in said State. fins made, constituted and appointed, WW does by these Presents make. constitute and appoint WILLIAM R. FRIIS, DAVID L. CULBERTSON and CAROL E. MUNARETTO Jointly or severally its true and lawful Anotmeyls}in•Fact, with full power and authority bereby conferred in its name. place and stead, to execute. seal. acknowledge and deliver any and all bonds. undertakings, recogninnsees or other written obligations in the nature thereof --------------------- - - - - -- and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Corporation and duly attested by its Secretary. hereby ratifying and confirming all that the said Attorrsey(sI-in -Fact my do in the premises. This power of attorney is granted pursuant to Article Vlll. Section 30 and 31 of By -laws of FIREMAN'S FUND INSURANCE COMPANY now in full force and effect. "Article V I I L Appointment and Authority Assistant secretaries. and Anornry -in -Fin and Agents to accept Legal Process and 3faAe Appearances. Section 30. Appointment. The Chairman of the Board of Directors, the President. any Vice - President or any other person authorized bs the Board of Directors, the Chairman of the Board of Directors, the President or an) ' Vice- Presidenr. may. from time to time, appoint Resident Assistant Secretaries and Attorneys -in -Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and male appearance, for and on behalf of the Corporation. Section 3i, Auihorin. The Amhorrts of such Resident Assistant Secretaries. A%tm sae, ir. -Faci. and Agents shat? be a: pen: yh d in the in,!remrn+ oidencing their appointment. and any such appoimmrm and all adlhorat granted thereby may be ret fled at ant time by the Board of Directors or by any person tmpowered to malt such appointment." This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of FIREM,A \'S FUND INSURANCE COMPANY at a meeting duly called and field on the 15th day of Jul). 1966. and said Resolution has not been amended or repealed 'RESOLVED. that the signature of any Vice-president. Assistant Secretary. and Resident Assistant Secretan of this Corporation. and the seal of Ihts Corporation may he affixed or printed on am powct of attorney. on any relocation of any powet of attorney. or on any certificate tetaiing thereto, by facsimile, and any power of attorney. any rrsocaiion of any poker of attorney. or certificate hearing such facsimile signature or facsimile seal shall he valid and binding upon the Corporation, ' IN %ITNESS WHEREOF. FIREMAN'S FUND INSURANCE COMPANY has caused these presents to he signed by m Vice President. and its corporaicsea! to be hereunto affixed this 21St day of December , 19 81 . - , U. STATE OF CALIFORNIA. CITY AND COUNT! OF SAN FRANCISCO `1FI,REEM,A�Ny'S, FL ND INSURANCE COMP.ANN' x,w Pe.Mrm on his 21st day of December , 19 81 , before mepa.onailycamc Richard Williams to me mown, ehc, being by me duly sworn, did denese and say: that he is ViCC- President of FIREtAN'S FL ND INSL RA\(. L (OtIPANN. the C or potation described in and which executed :he above {nsi,umem: that he mows the seal of ,aid Corporat)on: that the scal affixed to the ,aril m,l,.mem h such corporate seal; that it was so afflsed by order of the Board of Dnetmrs of said Corporation and that he .iened ht, name thereto by life order. IN WITNESS N' HEREOF, I base hereunto set my hand and affixed my official seal, the day and year herein first ahssc'• %r i;,ers NINBIYnINN NNNNMfMNNMN111 //NBIYNNrI ■ OFFICIAL SEAL y� SUSIE K. 61lBERT ��•es' --G NOTARY KOOK • f�1l1FORNIA s,•t•r ^t (M Is (011171 OF sag tiaa(15(O My Commuter Expires Nos 17 Igga CERTIFICATE INnlnrlalaN STATE OF CALIFORNI A. ss. CITY' AND COL \T1 OF SAN FRANCISCO 1, the undrrsigned. Resident Assistant Scours of FiREVA \'S FL ND INSL R A \CE COMPANY, a C At IF ORNI A(' orrotat,on. DO Hi REBI CERTIFY that the foregoing and avtached PON ER OF ATTORNEY rcmam• In full (tine and ha- not been resoled'. and Ihnt Articic s III. Seolons 30 and 31 of the Bylaws of the Corporation. and the Resolution of the Board of Directors, six forth in the Power of Anorne?, arc nos, in force. Signed and sealed at the Ciq and County of Sap., Francisco, Dated the 12TH day of OCTOBER ly 83 4 C 3, .c ' Resident A••i.um Sc:rnan 3110Tt t -0F SBt 1 Authorized to Publish Advertisements of all including public notices by Decree of the Superior Court of Orange County, California, Number A -6214, dated 29 September, 1961, and A- 24631. dated 11 June, 1963. STATE OF CALIFORNIA County of Orange Puam Note Advemalna ca+e.ed tty this anldevit is set in 7 pOlnt s ilh 1a ptae columm v idth I am a Citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the below entitled matter. I am a principal clerk of the Orange Coast DAILY PILOT, with which is combined the NEWS - PRESS, a newspaper of general circulation, printed and published in the City of Costa Mesa, County of Orange, State of California, and that a Notice of Inviting bids CTTY OP NEWPORT BEACH of which copy attached hereto is a true and complete copy, was printed and published in the Costa Mesa, Newport Beach, Huntington Beach, Fountain Valley, Irvine, the South Coast communities and Laguna Beach issues of said newspaper for one WIjf"1dmWoollQlx't[:t ixissueQG) of September 28 3 __ , 198 —_ 198— , 198_ 198— 198_ I declare, under penalty of perjury, that the foregoing is true and correct. Executed On September 28 3 '198— at Costa M pa California._ Signature 0 PUBLIC NOTICE -- I' ".0 Will E_. - _ u t tW A:M. o this of October. a such bidsshall* ;611 and for .1983 -84 STORM DRAIN PROVEMENT PROGRAM.(C.2 2380, $220:660. At :.vi&A .0 L 28, PROOF OF PUBLICATION matlon, call Glib,", 91. le Coast Dally Pilot; a36r -6a ►:�iiiiii i polo, • TO: CITY COUNCIL FROM: Public Works Department 0 C -a3o (3R) September 26, 1983 CITY COUNCIL AGENDA ITEM NO. F -11 BY THE CITY COUNCIL CITY OF NEWPORT BEACH SUBJECT: 1983 -84 STORM DRAIli.IMPROVEMENT,PROGRAM (C-2380) #s S EP 2 61983 RECOMMENDATIONS: 1,-,D I w CL 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened October 13, 1983, at 11:00 A.M. DISCUSSION: This project provides for the replacement and upgrading of exist- ing inadequate and deteriorating storm drain facilities at certain locations throughout the City. The proposed improvements consist of replacement of existing deteriorated and undersized pipes, catch basin inlets, and junction structures. In addition, street improvements such as pavement, curb and gutters will help relieve some of the flooding experienced during 1983 storms. Specifically, the storm drain improvements are proposed as follows (refer to the attached exhibit): 1. Irvine Avenue at 23rd Street -- Replace 187 linear feet of col- lapsed metal arch with 60- inch - diameter reinforced concrete pipe, and reconstruct 55 linear feet of curb and gutter, plus adjacent pavement, leading into a catch basin south of 23rd Street. 2. Mariners Drive east of Galaxy Drive -- Replace 75 linear feet of collapsed metal pipe with 24 -inch- diameter reinforced concrete pipe. 3. Riverside Drive 100 feet north of Pacific Coast Highway - -Add 21- foot -long catch basin and 115 linear feet of 15- inch - diameter connector pipe. 4. Via Lido Nord and Via Antibes -- Replace inadequate capacity catch basin and outfall pipe with 5z- foot -long catch basin and 118 linear feet of 15 -inch- diameter reinforced concrete pipe. 5. Avocado Avenue at Waterfront Drive -- Replace inadequate capacity catch basins and connector pipe with 15- foot -, 21 -foot- and 26- foot -long catch basins and 15- inch - diameter connector pipes, and regrade the intersection to improve flow to catch basins. September 26, 1983 Subject: 1983 -84 Storm Drain Improvement Program (C -2380) Page 2 6. Acacia Avenue between First and Second Avenues -- Reconstruct 101 linear feet of curb and gutter and regrade 180 linear feet of street to improve storm flow to catch basin; reconstruct the Second Avenue intersection to redirect storm.flows to existing catch basin with adequate capacity. 7. Begonia Avenue between First and Third Avenues -- Reconstruct the three intersections to redirect storm flows to existing catch basins with adequate capacity. 8. Bayside Drive 140 feet west of Carnation Avenue -- Reconstruct 59 linear feet of curb and gutter, plus adjacent pavement, leading into the large catch basin across from County Road, and regrade 90 linear feet of street to improve storm flow to catch basins. 9. Ocean Boulevard at Orchid Avenue -- Replace 130 linear feet of collapsed metal pipe with 15- inch - diameter connector pipe. 10. Carnation Avenue north of Bayside Drive -- Reconstruct 15 linear feet of curb and gutter and regrade 87 linear feet of street to improve storm flow to catch basins. The Engineer's estimate is $220,000. Adequate funds have been bud- geted in various storm drain accounts to award this amount. The plans and specifications were prepared by the Public Works Department. The estimated date of completion is January 31, 1984. I , Benjamin B. Nolan Public Works Director 6W:jd Att. LEGEND • ,4; f I. IRVINE AVG.T 23rd +Z. MARfNERS DA. 571 E/O rsALAXY viL. #, 3. RIVEKSICE AVE. 100 M /o R C. N. j VIA I-IDO WORD At VIA ANTIBES / — �• AVOCADO AVE, AT WATERFRONT DR. `~ ! 6. ACACIA. Ave. BSwtN• FIRST SECOND A 7 166r4ON10• Aw6. 6HTwIN IS.rl1(,•.,.,. I� 'r.a . FIRST � TMIRD 8• BA 5 DE PIL ' l„ '�-• .: }: aF Ii ut1 ;, � 1 l� W l.. L' 1t� ARtrAT N nry , 9. OCEAN ALVD. AT ORCHID AVG. s911¢I «� t 10- CARNATIO►J Avg t' \lt a � � \�`��j ° �„ illfilitf {u -- i i 1t i \ ` CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1983 -84 STORM DRAIN 3 IMPROVEMENT PROGRAM \, r�v�� `j ,i I DRAWN AZ1Z DATE APPROVED Q I a a ��1 r I u 2 u PUBLIC WORKS DIRECTOR R.E. NO. _ DRAWING NO, E X H I B IT II PATCH T