Loading...
HomeMy WebLinkAboutC-7010-1 - Water Main Master Plan Replacement - Goldenrod Avenue at Coast HighwayAugust 9, 2017 GCI Construction, Inca Attn: Terry D. Gillespie 1031 Calle Recodo, Suite D San Clemente, CA 92673 CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1949-644-3039 Fax Subject: Water Main Master Plan Replacement — Goldenrod Avenue at Coast Highway — C-7010-1 Dear Mr. Gillespie: newportbeachca.gov On August 9, 2016, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 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 August 10, 2016 Reference No. 2016000377065. The Surety for the contract is International Fidelity Insurance Company and the bond number is 0608926. Enclosed is the Faithful Performance Bond. Sincer rly, r r l Leilani 1. Brown, MMC City Clerk Enclosure EXECUTED IN DUPLICATE EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 0608926 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 3,527.00 , being at the rate of $ 13.86 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of Califomia, has awarded to GCI CONSTRUCTION, INC. hereinafter designated as the "Principal," a contract including, but not limited to distributing notices to affected residents; traffic control; locating and potholing existing utilities; removing interfering portions and abandoning in place existing water and related facilities; furnishing and installing new water mains (open - cut), water services, fire hydrants, valves, fittings, and other appurtenances; restoring of all affected surface improvements; and other incidental items of work to complete the project, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and INTERNATIONAL FIDELITY INSURANCE COMPANY , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of TWO HUNDRED FIFTY-SEVEN * Dollars and /100 ( $257,850.00 ) 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. *THOUSAND EIGHT HUNDRED FIFTY AND N01100 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. 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 City, only in the Page B-1 event 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 terns of the Contract or to the Work to be performed thereunder 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 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 Principal and Surety above named, on the 9th day of, GQ Gmstnxtion, Inc. Name of Contractor (Principal) INTERNATIONAL FIDELITY INSURANCE COMPANY Name of Surety 2400 E. EATELLA AVE. STE 250 ANAHEIM, CA 92806 Address of Surety (714) 602-9170 Telephone APPROVED AS TO FORM: CITY ATTORNErS OFFICE Date: �,/ih By-�_1_i " I%VL,-- Aaron C. Harp tn"` 0AJoJuU City Attorney duly exec&ed by the Signature/Title Terry D. Gillespie -President A Ionized Agent Mbature f v MICHAEL D. STONG, ATTORNEY-IN-FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Page B-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of _ OVV3 U } ss. r On [Y -M alt , R 201(r', before me, •' = 16� `> t C-, Notary Public, personally appeared ) L S ' i who proved to me on the basis of satisfactory evidence to be the rson(s) whose name(o is/are subscribed to the within instrument and acknowledged to me that he/sh~y executed the same in his/ber/their authorized capaci4ow), and that by his4aedtheirsignatures(o on the instrument the persons ,, or the entity upon behalf of which the person(syacted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct JANET GILLESPIE WITNESS my hand and official seal. Commission # 2049968 Notary Public -California i i •i� .�•I t1 z Orange County a My Comm. Expires Dec 21, 2017 S na Ire (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) 33. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hisiher/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) Page B-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of f� Riverside ) On �� 4 before me, R Naooi "Notary Public" Date Here Insert Name and Title of the Officer personally appeared MICHAEL D STONG Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(,) whose name(s) is/aM subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/Iroer/their signature(,) on the instrument the person(N), or the entity upon behalf of which the person(x) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph R. HAPPI is true and correct. COMM. #1917782 WITNESS my hand and official seal. NOTARY RIBl1C •+GMJFORMN - MyCaMaEgptAm 7,2016 Signature / Signatu o otary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Individual ❑ Attomey in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Trustee ❑ Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: Econo Fence. Inc. 02014 National Notary Association • www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 Tel (973).624-7200 "WER OF ATTORNE" INTERNATIONAL FIDELITY INSURANCE COMPANY ALLEGHENY CASUALTY COMPANY ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organizedand existing under I of the State of New Jersey, and ALLEGHENY CASUALTY COMPANY a corporation organized and exisfing under the laws of the State of sylvania, having their principal office in the City of Newark, New Jersey, do hereby constitute and appoint MICHAEL D. STONG, JEREMY PENDERGAST Riverside, CA. their true and lawful atmmey(s) in -fact to execute, seat and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writinggs obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute rule, regulation, contract or othenvise and the exec on of such insbumentfs) in pursuance of these presents, shall be as binding upon the said INtERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attomey is executed, and may be revoked, pursuant to and by authority of the B -Laws of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY and is granted under and by authork of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 20th day of July, 2010 and by the Board ofDirectors of ALLEGHENY CASUALTY COMPANY at a meeting duty held on the 15th day of August 2000: or hen I upon (1)the President Vice President, or Secretary of the Corporation shall have thewen to appoint, and or agents with power and authorlty as defined or limited in their respective powers of�itomev. and to exact as on IN WITNESS. WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY have each executed and attested these presents on this 12th day of March, 2012. STATE OF NEW JERSEY County of Essex ROBERT W. MINSTER Executive Vice President/ChiefOCCerating Officer m - (Inteational Fidelity InsuranceCompany) and President (Allegheny Casualty Company) On this 12th day of March 2012, before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly swom, said he is the therein described and authorized officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. IN TESTIMONY WHEREOF, 1 have hereunto set m r hand affixed my Official Seal, �............. at the City of Newark, New Jersey the day and year first above written. ¢ANY VA.,,, ........... N �p. �,• A NOTARY PUBLIC OF NEW JERSEY My Commission Expires Mar. 27, 2014 ^"�••""'- CERTIFICATION I, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the By -Laws of said Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Powe of Atromey has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto set my hand this "tday of Ar, MARIA BRANCO, Assistant Secretary October 14, 2016 GCI Construction, Inc. Attn: Terry D. Gillespie 1031 Calle( Recodo, Suite D San Clemente, CA 92673 CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1949-644-3039FAx newportbeachca.gov Subject: Water Main Master Plan Replacement - Goldenrod Avenue at Coast Highway C-7010-1 Dear Mr. Gillespie: On August 9, 2016 the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 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 August 10, 2016, Reference No. 2016000377065. The Surety for the bond is International Fidelity Insurance Company and the bond number is 0608926. Enclosed is the Labor & Materials Payment Bond. Sincerel , .. (NVw �c�i11 Leilani I. Brown, MMC City Clerk Enclosure EXECUTED IN DUPLICATE EXHIBIT A PREMIUM INCLUDED IN PERFORMANCE BOND CITY OF NEWPORT BEACH BOND NO. 0608926 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to GCI CONSTRUCTION, INC- hereinafter designated as the "Principal," a contract including, but not limited to distributing notices to affected residents; traffic control; locating and potholing existing utilities; removing interfering portions and abandoning in place existing water and related facilities; furnishing and installing new water mains (open - cut), water services, fire hydrants, valves, fittings and other appurtenances; restoring of all affected surface improvements; and other incidental items of work to complete the project, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is Incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract 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, INTERNATIONAL FIDELITY INSURANCE COMPANY duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety') are held and firmly bound unto the City of Newport Beach, in the sum of TWO HUNDRED FIFTY-SEVEN * Dollars and J100 ($257,850.00 ) 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. 8THOUSAND EIGHT HUNDRED FIFTY AND N01100 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 attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. Page A-1 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 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 9500 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 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 9th day of MARCH 4., 2016 . GCI Construction, Inc. Name of Contractor (Principal) INTERNATIONAL FIDELITY INSURANCE Name of Surety 2400 E. KATELLA AVE., STE 350 ANAHEIM, CA 92806 Address of Surety (714) 602-9170 Telephone APPROVED AS TO FORM: CITY AITQRNErS OFFICE City Attorney ucM CU1001ty Terry D. Gillespie - ftsident C Om P AN YA*e'd4gi n:t� "ture) MICHAEL D. STONG, ATTORNEY—IN—FACT Print Name and Title NOTARYACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Page A-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of _ CrdCl�c' } ss. On fYl Y �A . 2010 before me, — ( � 1P� Notary Public, personally appeared _ ,� r Vti �. f sT� 1 who proved to me on the basis of satisfactory evidence to be the rson(s) whose name(ey is/ar6 subscribed to the within instrument and acknowledged to me that he/sheAhey executed the same in hisftwMheir authorized capacity0es), and that by his/her/thenr signatures(o on the instrument the person*, or the entity upon behalf of which the person(oacted, executed the Instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. JANET GILLESPIE WITNESS my hand and official seal. Commission 2049968 i :?�_ Notary Pablic . California z Z County r n mmOrange M Co. Ez ires Dec 21. 2017 SI re (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) sS, On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) M subscribed to the within instrument and acknowledged to me that he/sh same in his/her/their authorized capacity(ies), and that by his/her/their instrument the person(s), or the entity upon behalf of which the person(s) instrument. e/they executed the signatures(s) on the acted, executed the I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) Page A-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT a\t.s M_M<. PNc\S. c\ .c\ c\S!G\J..�P/q'.q �. TY.t/TNr.. <t af. .:T X3.:2 '�✓r� r�✓. A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Riverside ) On _0/ j l (e before me, R. Naooi "Notary Public" Date Here Insert Name and Title of the Officer personally appeared MICHAEL D. STONG Names) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/acre subscribed to the within instrument and acknowledged to me that he/sWthey executed the same in his/her/tbeir authorized capacity(ias), and that by his/her/their signature(s) on the instrument the personw, or the entity upon behalf of which the person(x) acted, executed the instrument. 1 22 P. NADP) COMM. $1977782 anF11 C� My CMAL a*" am r, "to I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signatu Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signers) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Econo Fence, Inc. Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Tet(973),624-720(3 r1WER 0F INTERNATIONAL FIDELI7 All i Fr1141l ces KNOW ALL ryORNFv INSURANCE COMPANY ►LTY COMPANY ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporal late of New Jersey, and ALLEGHENY CASUALTY COMPANY a corporation organized and existii wing their. principal office in the City of Newark, New Jersey, do hereby constitute and. appoint MICHAEL D. STONG, JEREMY PENDERGAST Riverside, CA. their true and lawful attomav(s}in-fact to execute, seal and deliver and other writinggs obligatory In the nature ��thereof, which are or irk COMPANY annd ALLEGHENY CASUAL14JOMPANY, as fully acknowledged by their regularly elected officers at Meir principal of This Power of Attorney. is executed, and may be revoked, pure a i organized and existing under under the laws of the State of n its behalf as surety, any and all bonds and undertakings, contracts of Indemnity Ned, required or permitted' by law, statute, rule, reeggulation contract or otherwise shall be as binding upon the said INTERNATIONAL FIDELITY INSURANCL ply, to all intents and purposes, as if the same had been duly executed and and by authority of the Byy-�Laws of INTERNATIONAL FIDELITY INSURANCE r and by authordY of the fol nw( resolution adopted by the Board of Directors e held on the 20th day of July. 2010 and by the Board of Directors of ALLEGHENY 000:. IN WITNESS WHEREOF, INTERNATIONAL FIDELITY. INSURANCE COMPANY and. ALLEGHENY CASUALTY COMPANY have each executed and attested these presents on this 12th day of March, 2012. - STATE OF NEW JERSEY County of Essex - ROBERT W. MINSTER Executive Vice President/ChiefO erating Officer (International Fidelity Insurance Company) and President {Allegheny Casualty Company) On this 12th day of March 2012, before me came the Individual who executed the preceding instrument, to me personally known, and, being by me duly swum, said he is the therein described and authorized officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies; that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. IN TESTIMONY WHEREOF I have hereunto set my hand affixed my Official Seal, _,,,,•.,,,,,w__ at the City of Newark, New Jersey the day and year list above written. P.... YAZQG,, Ci --*OTA &4n_� Z4941 A NOTARY PUBLIC OF NEW JERSEY My Commission Expires Mar. 27, 2014 CERTIFICATION I, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit. and the copy of the Sections of the By -Laws of said Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect IN TESTIMONY WHEREOF, I have hereunto set my hand this Cday of �w" W I � � L `0' MARIA BRANCO, Assistant Secretary Document -1672161 -Page -1 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Page 1 of 1 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder Illlllllllhlllllllllllllllllllllllll11111lfI'll I'll 1111111111!111 I NO FEE +$ R 0 0 0 e 5 9 5 3 4 0$+ 2016000377065 2:26 pm 08110/16 63 406 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and GCI Construction, Inc., San Clemente, as Contractor, entered into a Contract on March 22, 2016. Said Contract set forth certain improvements, as follows: Water Main Replacement — Goldenrod Avenue at Coast Highway C-7010-1 Work on said Contract was completed, and was found to be acceptable on August 9, 2016 by the City Council. True to said property is vested in the Owner and the Surety for said Contract is International Fidelity Insurance Company. BY i _ Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Exec L -P1 at Newport Beach, California. about:blank 08/10/2016 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and GCI Construction, Inc., San Clemente, as Contractor, entered into a Contract on March 22, 2016. Said Contract set forth certain improvements, as follows: Water Main Replacement — Goldenrod Avenue at Coast Highway C-7010-1 Work on said Contract was completed, and was found to be acceptable on August 9, 2016 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is International Fidelity Insurance Company. BY Public Works irector City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Exec 300 , at Newport Beach, California. Please take notice that Case Land Surveying, Inc., 614 N. Eckhoff Street, Orange, CA 92868, Phone: (714) 628.8948, Fax: (714) 628.89D5 has furnished or has agreed to furnish the following kind of equipment, labor, materials or services: See Exhibit C. Relationship to the parties of the one giving this notice (subcontractor, supplier, describe if otherwise): Subcontractor The person to or for whom the same was done or furnished is: GCI Construction Inc., 1031 Calle Recodo, Ste. D, San Clemente, CA 92673, which was performed in connection with the Water Main Master Plan Replacement atGlenrod & PCH, -Newport Beach, CA in the County of Orange County. The public entity for the above described work of improvement is City of Newport Beach, 100 Civic Center Drive, Newport Beach, CA 92660 The estimated value of all labor, services, equipment and materials to be furnished by Claimant is $2,400.00. The equipment, labor, materials or services was provided or will be provided beginning on PROOF OF SERVICE DECLARATION (CALFORNIA CIVIL CODE § § 8100-8118) I, Colleen Simmons, declare that I served copies of the above CALIFORNIA PRELIMINARY NOTICE - PUBLIC WORKS, (check appropriate box): ❑ By personally delivering copies to (names(s) and titles) of person served) at (address), on (date), at (time). By Registered or Certified Mail, Express Mail or Overnight Delivery by an express service carer, addressed to each of the parties at the address shown above on April 11, 2016. ❑By leaving the notice and mailing a copy in the manner provided in § 415.20 of the California Code of Civil Procedure for service of Summons and Complaint in a Civil Action. I cs�"nd alty qury that the foregoing is true and correct. Signed at Orange, CA on April 11, 2016, Simmons, Billing Clerk CITY OF NEWPORT BEACH RECEIVED BY -- .�„ File No: 20171 CA I PUBLICS GENERAL Customer: Inc. APR 1.5 2016 Project Water Main Master Plan Repl ce entlatGlen odl&nPCH \ Notice Requested by and Return To: p Case Land Surveying, Inc. 614 N. Eckholf Street PO #466 OFFICE OFTHE Rec. ID: LLOV03RH h Orange, CA 92868 Job No: 16 -GCI -962 CITYATTORNEY Cert. No.: 70150640000117868619 Return Receipt Requested VCALIFORNIA PRELIMINARY NOTICE - PUBLIC WORKS (THIS NOTICE IS GIVEN PURSUANT TO CALIFORNIA CIVIL CODE % 8034(b), 8102, 9300 et seq.) TO: DIRECT CONTRACTOR TO: PUBLIC ENTITY (see California Civil Code § 8018) (see California Civil Code §§ 8036, 9302) GCI Construction Inc. City of Newport Beach 1031 Calle Recodo, Ste. D 100 Civic Center Drive San Clemente, CA 92673 Newport Beach, CA 92660 Contract #466 7 TO: CUSTOMER GCI Construction Inc. t 1031 Calle Recodo, Ste. D f _ San Clemente, CA 92673 �• PO #466 7 Please take notice that Case Land Surveying, Inc., 614 N. Eckhoff Street, Orange, CA 92868, Phone: (714) 628.8948, Fax: (714) 628.89D5 has furnished or has agreed to furnish the following kind of equipment, labor, materials or services: See Exhibit C. Relationship to the parties of the one giving this notice (subcontractor, supplier, describe if otherwise): Subcontractor The person to or for whom the same was done or furnished is: GCI Construction Inc., 1031 Calle Recodo, Ste. D, San Clemente, CA 92673, which was performed in connection with the Water Main Master Plan Replacement atGlenrod & PCH, -Newport Beach, CA in the County of Orange County. The public entity for the above described work of improvement is City of Newport Beach, 100 Civic Center Drive, Newport Beach, CA 92660 The estimated value of all labor, services, equipment and materials to be furnished by Claimant is $2,400.00. The equipment, labor, materials or services was provided or will be provided beginning on PROOF OF SERVICE DECLARATION (CALFORNIA CIVIL CODE § § 8100-8118) I, Colleen Simmons, declare that I served copies of the above CALIFORNIA PRELIMINARY NOTICE - PUBLIC WORKS, (check appropriate box): ❑ By personally delivering copies to (names(s) and titles) of person served) at (address), on (date), at (time). By Registered or Certified Mail, Express Mail or Overnight Delivery by an express service carer, addressed to each of the parties at the address shown above on April 11, 2016. ❑By leaving the notice and mailing a copy in the manner provided in § 415.20 of the California Code of Civil Procedure for service of Summons and Complaint in a Civil Action. I cs�"nd alty qury that the foregoing is true and correct. Signed at Orange, CA on April 11, 2016, Simmons, Billing Clerk Exhibit C - Complete Description Of Materials Or Labor Supplied Owner: City of Newport Beach, 100 Civic Center Drive, Newport Beach, CA 92660 Project: Water Main Master Plan Replacement atGlenrod & PCH, Newport Beach, CA in the County of Orange County The following is a complete list, to the best of our knowledge, of all Materials or Labor, which by agreement, were supplied or will be supplied by: Case Land Surveying, Inc., 614 N. Eckhoff Street, Orange, CA 92868, Phone: (714) 628.8948,Fax: (714)628.8905. Construction Surveying and Staking Case Land Surveying Ref. No. 16 -GCI -962 CITY CLERK CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 until 10;00 a.m, on the 1st day of March, 2016, at which time such bids shall be opened and read for Contract No. 7010-1 $ 210,000.00 Engineer's Estimate Approved by oG 4— Mirk Vukojevic City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Drawings at the City of Newport Beach Public Works Department 100 Civic Center Drive, Newport Beach CA 92660 There will be a Mandatory Pre -Bid Meeting at 10:30am on Monday, February 22, 2016, in the Crystal Cove Conference Room in Bay "D" of Newport Beach Civic Center located at 100 Civic Center Dr., Newport Beach, CA Contractor License Classification(s) required for this project. "A" For further information, call Patrick Arciniega, Proiect Manager at (949) 644-3347 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE; htto://newportbeachca gov/government/open-transparent/online- servi ces/bids-rfps-vendor-registration City of Newport Beach WATER MAIN MASTER PLAN REPLACEMENT — GOLDENROD AVENUE AT COAST HIGHWAY Contract No. 7010-1 TABLE OF CONTENTS NOTICEINVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS......................................................................................3 BIDDER'S BOND............................................................................................................5 DESIGNATION OF SUBCONTRACTOR(S)...................................................................8 TECHNICAL ABILITY AND EXPERIENCE REFERENCES............................................9 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD....................................................15 ACKNOWLEDGEMENT OF ADDENDA....................................................................... 17 INFORMATION REQUIRED OF BIDDER.....................................................................18 NOTICE TO SUCCESSFUL BIDDER...........................................................................21 CONTRACT.................................................................................................................. 22 LABOR AND MATERIALS PAYMENT BOND ......... ............................................... A-1 FAITHFUL PERFORMANCE BOND ... ........................................................... .......B-1 INSURANCE REQUIREMENTS.......................................................................... C-1 PROPOSAL.............................................................................................................. PR -1 SPECIAL PROVISIONS............................................................................................ SP -1 2 City of Newport Beach WATER MAIN MASTER PLAN REPLACEMENT — GOLDENROD AVENUE AT COAST HIGHWAY Contract No. 7010-1 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 CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract Is executed. 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. 3 B. in accordance with the Califomia Labor Code (Sections 1770 at 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 by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 at seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act", 10. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 11. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 12. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 13. 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. #755356; Class "A" Contractor's License No. & Classification #1000001150; Exp. 06/30/2016 DIR Reference Number & Expiration Date February 29, 2016 Date President 4 City of Newport Beach WATER MAIN MASTER PLAN REPLACEMENT - GOLDENROD AVENUE AT COAST HIGHWAY Contract No. 7010-1 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 AMT. BID Dollars ($ 10% OF BID ) to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of WATER MAIN MASTER PLAN REPLACEMENT — GOLDENROD AVENUE AT COAST HIGHWAY, Contract No. 7010-1 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 execute the Contract Documents in the form(s) prescribed, Including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 17th day of FEI 1gUARY„ /2016. GCI CONSTRUCTION, INC. Name of Contractor (Principal) INTERNATIONAL FIDELITY INSURANCE COMPANY Name of Surety 2400 E. KATELLA AVE., STE 250 ANAHEIM, CA 92806 Address of Surety (714) 602-9170 Telephone Aut,Kofized SignaturefTitle T&-T&D; (Notary acknowledgment of Principal & SuretV must be attached) �IQ.spt' ACKNOWLEDGMENT ..................................................... State of California County of Cir L ) ss. n On tCY7(I � �f /I , , . WO before me, i � Of6) iif -A1c,1 a4 IG ko ary Public, persohall'y appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/arS subscribed to the within Instrument and acknowledged to me that he/she/they executed the same in his/hedtheii• authorized capacity(ies), and that by his/,her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s),acted, executed the instrument. I certify under PENALTY OF PERJURY under foregoing paragraph is true and correct. WIT EnS/Snmy and an official seal. l / Y(ki ig 'ature the laws of the State of California that the JANET GILLESPIE Commission Or 2049968 i V.(,y Notary Public - California i z Orange County M Comm. Ex ires Dec 21, 2017! (seal) ..................................................... OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: _ Personally Known with Paper Identification Paper Identification Credible Witness(es) Thumbprint of Signer ❑ Check here if Capacity of Signer: no thumbprint _ Trustee or fingerprint _ Power of Attorney is available. _ CEO / CFO / COO President / Vice -President / Secretary / Treasurer Other: Other Information: M CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE _ a<s�e_c�i.aNa�tatv„v. _ _ _ scv. ,a _ a<_a<_ e.x..c��. - +�N.• A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Riverside On ORA I I / ty before me, R. Nappi "Notary Public" Date Here Insert Name and Title of the Officer personally appeared MICHAEL D. STONG Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(%) whose name(lq is/acre subscribed to the within instrument and acknowledged to me that he/spteAttey executed the same in his/her/their authorized capacity(iat), and that by his/her/their signature(t) on the instrument the person(*, or the entity upon behalf of which the person(k) acted, executed the instrument. R. NAPPI COMM. #1977782 IV NOTARY PUBLIC • CALIFORNIA j+ RIVElksim cOUN' My Comm, E1q mJune 7,2016 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature /y "/ /)f of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Econo Fence, Inc. Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ��«Un-,�����d�- �.«,.-,-y.v,-� --., -�.-�ti -b<-y -:. -:,ate d ,.: F-y<-,.,.-�<-:,��,•.,ti n � O 1 • • • • •ay •. :11 U � y :11 y1 Tel (973) 624-7200 POWER OF ATTORNEY INTERNATIONAL FIDELITY INSURANCE COMPANY ALLEGHENY CASUALTY COMPANY ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY , a corporation organized and existing under the laws of the State of New Jersey, and ALLEGHENY CASUALTY COMPANY a corporation organized and existing under the laws of the State of Pennnysylvanla, having their principal office in the City of Newark. New Jersey, dohereby constitute and appoint MICHAEL D. STONG, JEREMY PENDERGAST Riverside, CA. surety, any and all bonds and undertakings, contracts of indemnity Dr permitted by law, statute, rule, regulation contract or otherwise, binding upon the said INTERNATIONAL FIDELITY INSURANCE nts and purposes, as if the same had been duly executed and COMPANY and ALLEGHENY CASUALTY COMPArevoked, Y and s pursuant ant d underhand by autthoon"ty of the foollowingsres IuNtio^ adopted bAyL the Bolard INSURANCE CASUALRTYY COMPAFIDELITY Y at almeeting duly hCelld on the 15th day meeting fAugust, held on the 20th day of July, 2010 and by the Board of Directors of ALLEGHENY Vice President, or Secretary of the Corporation shall have the power to appoint, and to revoke the appointments of, Dr and author! as defined or limited in their respective powers of attorney, and to execute on behalf of the Corporation ,to, bonds, undertakings, recognizances, contracts of indemnitty� and other written obliggations in the nature thereof or kers of the Corporation may appoint and revoke the appointmehfs ofjoint-control custodians, agents for acceptance of thority to execute waivers and consents on behalf of the Corporation; and {3) the signature of any such Officer of the Almay be affixed by facsimile to any power of attomey or certification given ftor the execution of any bond, undertaking, x other written obligation in the nature thereof or related thereto, such signature and seals when so used whether adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid the same force and effect as thouch manually affixed " IN WITNESS WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY have each executed and attested these presents on this 12th day of March, 2012. STATE OF NEW JERSEY County of Essex�- ROBERT W. MINSTER. Executive Vice President(ChiefOperating Officer (InternationalFidelityInsurance Company) and President (Allegheny Casualty Company) On this 12th day of March 2012, before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said he Is the therein described and authorized officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies; that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. IN TESTIMONY WHEREOF. I have hereunto set m hand affixed my Official Seal at the City of Newark, New Jersey the day and year fiyrst above written. ,� p•��Y Vp2Q�.. y NEW 3.,,0 A NOTARY PUBLIC OF NEW JERSEY My Commission Expires Mar. 27. 2014 -"1#111101"• CERTIFICATION I, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY do hereby certify than have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the By -Laws of said Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof, and of the whole of the said originals, andthatthe said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto set my hand this (% f h day of 9 MARIA BRANCO, Assistant Secretary ACKNOWLEDGMENT sm CO©DDO�O�L1.O�^J � State of California County of )as. On before me, Public, personally appeared Notary proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ................................ i...C.. M-..... MM... M. OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attorney CEO ICFO ICOO President / Vice -President I Secretary I Treasurer Other: Other 7 Thumbprint of Signer Check here 9 no thumbprint or fingerprint is available. Prior Z - City of Newport Beach WATER MAIN MASTER PLAN REPLACEMENT - GOLDENROD AVENUE AT COAST HIGHWAY Contract No. 7010.1 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 Contractors 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 Wodcs Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance underthe Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made In these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed.) Subcontractor's Information Bid Item Description of Work % of Number Total Bid Name:CZ^rTfkSoO [�i Address: 14330 G • lr-A`t cw� Phone: -J 11t - OKI- 9715"�P State License Number: is Y S'I S DIR Reference: I00066 t t0( 0 Email Address: Name:JT&Fp.tJ Utgt- 67ao , Z TtT,Pf'c'tE. t,r.`. .•,^,'.•�� oo����^^ Address: 2(60-1�IA�A.1� }gnrT \�nTzPot� C� Phone: ] ly - 11447- IP 07 State License Number. DIR Reference: Email Address: Name: Address: Phone: State License Number: DIR Reference: / Email Address GCI Construction, Inc. / Bidder Authorized S g ature/Tdle Terry D. Gillespie -President 8 / City of Newport Beach WATER MAIN MASTER PLAN REPLACEMENT —GOLDENROD AVENUE AT COAST HIGHWAY Contract No, 7010.1 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount In excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed.) Subcontractor's Information Bid Item Description of Work °roof Number Total Bid Name: (Q ACS ?A,3 I Oy 7 `4 Address: 131 Z <✓ • t.JiY2.><. Phone: -1IL�- 14L44 - 11151 State License Number: 'L I ,meq 52' DIRReference: t10000000_7(0 Email Address: Name: OQAI.1f�C.7 • gTe1Ql� WC.s s" 2 S To Qt �(N t ) c5 Address: I �3 !� Pt'µ'-,[ Mc _ 67 Phone:T It— (031— llt5 '0 State License Number: 3�(O Det DIR Reference: 11 000C)O 551n Email Address: Name: 0,,V. C-7 LAt.O &Qvt; fIO o p Address: (pili' to • GC4640 Phone:—V t f - V7-6 8111 `�i State License Number: (_�g4 I I DIR Reference: t0O 000(S7j?j Email Address GCI Construction, Inc. Bidder Authorized S g ature/Title Terry D. Gillespie -President 8 I City of Newport Beach R PLAN REPLACEMENT — Contract No. 7010-1 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this formM Please print or type. Bidder's Name GCI Construction, Inc. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No. 1 Project Name/Number Sewer Main Improvements Riverside Ave., Plaza Serena, Bon View Ave.,Univ. of La Verne Project Description Sewer and Street Improvements Approximate Construction Dates: From June 2015 Tn- October 2015 Agency Name City of Ontario Contact Person Peter Tran, P.E. Telephone (909 395-2677 Original Contract Amount $ 959,066 Final Contract Amount $ 959,066 If final amount is different from original, please explain (change orders, extra work, etc.) NA Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 0 No. 2 Project Name/Number East Avenida Magdalena Water Line Upsize - Project No. 15403 Project Description Water Line Improvements Approximate Construction Dates: From June 2015 To: August 2015 Agency Name City of San Clemente Contact Person Ken Knatz, P.E. Telephone (949) 361-6139 Original Contract Amount $ 209,425 Final Contract Amount $ 236,522 If final amount Is different from original, please explain (change orders, extra work, etc.) Change Orders Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 3 Project Name/Number Orange County Great Park Interim Infrastructure Capitol Improvement Project Project Description Sewer and Water Improvements Approximate Construction Dates: From January 2015 To: March 2015 Agency Name City of Irvine Contact Person Kirk Streets, P.M. Telephone ( 947 724-7554 Original Contract Amount $ 510,669 Final Contract Amount $ 521,378 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No 10 No. 4 Project Name/Number Shadow Rock Detention Basin Urban Water Recovery Project Project Description Water Improvements Approximate Construction Dates: From March 2015 April 2015 Agency Name Trabuco Canyon Water District Contact Person Lorrie Lausten P. E. Telephone (94� 858-0277 Original Contract Amount $ 278,700 Final Contract Amount $ 284,316 If final amount is different from original, please explain (change orders, extra work, etc.) Change order Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No No. 5 Project Name/Number La Paz/Moulton PW System Reconfiguration - CIP Project No. 2012.034 Project Description Potable Water Improvements Approximate Construction Dates: From September 2014 To: January 2015 Agency Name Moulton Niguel Water District Contact Person Ray McDowell, P.E. Telephone (944 425-3527 Original Contract Amount $ 423,997 Final Contract Amount $ 457,878 If final amount is different from original, please explain (change orders, extra work, etc.) Change order Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No 11 No. 6 Project Name/Number Williams Street Storm Drain Project - CIP No. 50037 Project Description _Storm Drain Improvements Approximate Construction Dates: From August 2014 To: November 2014 Agency Name City of Tustin Contact Person Eric Johnson, P.E. Telephone 714 ) 573-3320 Original Contract Amount $ 795,328 Final Contract Amount $ 850,373 If final amount is different from original, please explain (change orders, extra work, etc.) Change order Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the,CoptractQr's current financial conditions. / / /� // GCI Construction, Inc. Bidder Authorifed Sin reITWA Terry D. Gillespie -Pi 12 City of Newport Beach WATER MAIN MASTER PLAN REPLACEMENT — GOLDENROD AVENUE AT COAST HIGHWAY Contract No. 7010-1 NON -COLLUSION AFFIDAVIT State of California ) ss. Countyof Orange ) Terry D. Gillespie being first duly swom, deposes and says that he &W/ is �resi en of GCI Construction, Inc. 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, gr, 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 GCI Construction, Inc. Bidder Subscribed and sworn to (or affirmed) before me on is tine and correct. of VJ 2016 by proved satisfactory evidence to be the persons) who appeared before me. to me on the basis of I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. / bpi Qa-0 Noo ry Public �— JANET GILLESPIE [SEAL] Commission M 2049968 I {yt ]/ i?1 Q My Commission Expires: ` A' 1 I Z :4�! Notary Public - California z Orange County M Comm. E iroe Dec 21 2017 r 13 City of Newport Beach WATER MAIN MAS"rER PLAN REPLACEMENT — GOLDENROD AVENUE AT COAST HIGHWAY Contract No. 7010-1 DESIGNATION OF SURETIES Bidder's name GCI Construction, Inc. Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): Insurance: Compass Direct Insurance Services, Inc. Bryan Seltzer (714) 665-9800 13681 Newport Avenue, Suite 8, #622 rustin, CA 92780 Bonds: Stong Surety Mike Stong (951) 343-0382 4850 Arlington Avenue, Ste. B Riverside, CA 92504 14 City of Newport. Beach WATER MAIN MASTER PLAN REPLACEMENT — GOLDENROD AVENUE AT COAST HIGHWAY Contract No. 7010-1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name GCI construction, Inc. Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 15 Current Record Record Record Record Record Year of for for for for for Record 2015 2014 2013 2012 2011 Total 2016 No. of contracts 7 24 28 14 12 17 102 Total dollar Amount of Contracts (in 1,096,781 4,330,000 5,299,405 4,370,618 3,962,818 2,732,05 21,791,67 Thousands of $ No, of fatalities 0 0 0 0 0 0 0 No. of lost Workday Cases 0 0 0 0 0 C 0 No. of lost workday cases 0 0 0 0 0 0 0 involving permanent transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 15 Legal Business Name of Bidder GCI Construction, Inc. Business Address: 1031 Calle Recodo, Suite D, San Clemente CA 92673 Business Tel. No.: 714-957-0233 State Contractor's License No. and Classification: #755356; Class "A"; Title General Engineering Contractor The above infonnation was com !led from the records that are available to me at this time and I declare under within the limitati Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title penalty of perjury that the information is true and accurate Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. (NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI 16 CALIFORNIA• • a A notary public or other officer completing this certificate verifies only the Identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange ) On LaYU ��/„��ii before me, Janet Gillespie -Notary Public ate Here Insert Name and Title of the Officer personally appeared Terry D. Gillespie and Charles L. Gillespie Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) .is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/herkheir authorized capacity(ies), and that by.his/herAheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. JANET GIE # 204 Commission 2049968 ` .'.� Notary Public - California Z Orange County M Comm. Ex fres Dec 21, 2011 r Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Q r • • M00v • • • • :ar `\e irr Ver City of Newport Beach WATER MAIN MASTER PLAN REPLACEMENT - GOLDENROD AVENUE AT COAST HIGHWAY Contract No. 7010-1 ACKNOWLEDGEMENT OF ADDENDA Bidder's name GCI Construction, Inc. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: 17 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 WATER MAIN MASTER PLAN REPLACEMENT - GOLDENROD AVENUE AT COAST HIGHWAY CONTRACT NO. 7010-1 DATE: FEBRUARY 22, 2016 BY: ui�' eI , City E gineer TO: ALL PLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the contract documents — all other conditions shall remain the same, 1. Sample Contract C-7010-1: a. The sample contract for this project has been attached. Bidders must sign this Addendum No. 1 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. Bidder's Name (Please Print) -L— ?-1i — I l,o D ate Authorized Si�jnaV Title City of Newport Beach Contract No. 7010-1 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: GCI Construction, Inc. Business Address: 1031 Calle Recodo, Suite D, San Clemente CA 92673 Telephone and Fax Number: 714-957-0233; fax 714-540-1148 California State Contractor's License No. and Class: #755356; Class "A" (REQUIRED AT TIME OF AWARD) Original Date Issued: 10/1998 Expiration Date: 10-31-2016 List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: Terry D. Gillespie - President The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone Terry D. Gillespie President 1031 Calle Recodo, Suite D, San Clemente 92673 714-957-0233 Charles L. Gillespie Vice President " Janet Gillespie Secretary " Corporation organized under the laws of the State of California In The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: NONE All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: GCI Construction, Inc. For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: NONE Provide the names, addresses and telephone numbers of the parties; NA Briefly summarize the parties' claims and defenses; NA Have you ever had a contract terminated by the owner/agency? If so, explain. NO Have you ever failed to complete a project? If so, explain. NO For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)?Yes / No 19 Are any claims or actions unresolved or outstanding? Yes / No If ves to any of the above, explain. (Attach additional sheets, if necessary) PA Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. GCI Construction, Inc. Bidder Terry D. i (Print ne of C�orp�t Authoriz President Tide February 29, 2016 Date Kill Terry D. Gillespie - President On Fit7flllYN1./(y before, me, 1j;41"( tllfJt✓ Notary Public, personally appeared .� who proved to me on the basis of satisfactory evide(ice to be th6 person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/hedtheir authorized capacity(les)', and that by his/her/their signature(s) on the instrument the person(6), or the entity upon behalf of which the person(s)'acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Not&y Public in and for said Sthte My Commission Expires: ALT ` 20 (SEAL) JANET GILLEBPIE Ccm mission k 2049968 i eb Notary Public . California = Drange County D M Comm. Ex fires Dec 21, 2017' CitV of Newport Beach WATER MAIN MASTER PLAN REPLACEMENT — GOLDENROD AVENUE AT COAST HIGHWAY Contract No. 7010-1 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 shown on the "Notification of Award' to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification 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 Ratina 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. 21 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL WATER MAIN MASTER PLAN REPLACEMENT — GOLDENROD AVENUE AT COAST HIGHWAY CONTRACT NO. 7010-1 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 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. 7010-1 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Mobilization/Demobilization & Cleanup @ GLGXi3TrbuSa+JlADollars and ZGy Cents Per Lump Sum 2. Lump Sum Traffic Control Lump Sum @ Ola ' 4'OUS6Y Dollars and rG Cents Per Lump Sum 11 �baC1 $ 9l0.- $ _qow- Trench Excavation Safety Measures @ TE.41`{' 4LOi� Dollars and L^(C Cents $ (U ibwl— $ toiOL , — Per Lump Sum PR2of4 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 9 101 6 EA. Replace Traffic Detector Loops @ SIX Dollars and Cents $ (fCo'— $ 3,�G'C,� Per Each Lump Sum Traffic Striping @ RU✓ `f Lb' -r- - Dollars and Cents $ 4 Coo Per Lump Sum 450 L.F. Remove & Replace Exist. Water Main w/New 12" PVC C-900 (CL -200) Water Main & Fittings Including Trenching, Bedding, Backfill & Resurfacing Tbollarrs and Cents $ 3$S $ 9-1-7D 250 Per Linear Foot 7. 1 EA. Furnish & Install 12" Resilient Wedge Gate Valve [a Q @W�00&�Vd Dollars and 7�-YG Cents Per Each 2 EA. Remove & Dispose Portions of Exist. Water Main & Connect w/New Transition Couplings & Fittings to Exist. 12" Water Main @ �l lJf i �yY3f2C� Dollars and ZlZ�C Cents $ 1,3066 Per Each 1 EA. Abandon in Place Exist. Water Mains @TiG('j AOS ;a Dollars and 7�G Cents Per Each $ OGG. - $-:24600, - PR3of4 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 1 EA. Remove & Dispose of Exist. Valve Vault @7hVU NJ Dollars and 7z1(6 Cents $ 3t C. — $ 3�= Per Each 11. 1 EA. Furnish/Install Fire Hydrant Assembly (Tee, Thrust Blocks, Valve, Lateral, Bury, & F.H.) @�ll�'IL-kl�f�i �LF'.li'IGi✓c�Dollars and (Q Cents $ ct $Per Each 12. 1 EA. Remove Exist. & Install New 2" Air & Vacuum Release Valve Assembly @ cu'uu'kwu'41TDollars and 7�4r0 Cents $ 7 U— — $ 600, Per Each 13. 1 EA. Remove Exist. Water Service & Install New 1" Water Service Per City Std -502-L @6(4u 4br haiYf(dDoliars and Z�'_r0 Cents Per Each 14. Lump Sum Pressure Test, Disinfect & Flush New Water Mains @ Dollars and 7X0 Cents $ OQL1 ' $ Per Lump Sum 15. Lump Sum Provide As -Built Plans @ Two Thousand Dollars and Zero Cents $ 2.000 Per Lump Sum PR4of4 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE TOTAL PRICE IN WRITTEN WORDS I WOEI+ �DfW��� "'1� 2�i Vii. A Ct' fo�1 �U►�DR6�f't F't-y Dollars and ZC-kz Cents February 29, 2016 Date 714-957-0233; fax 714-540-1148 Bidder's Telephone and Fax Numbers #755356; Class "A" Bidder's License No(s). and Classification(s) $ 257, $5 0 - Total Price (Figures) GCI CcAsttuctlofi, Inc. Signature and 1031 Calle Recodo, Suite D, San Clemente CA 92673 Bidder's Address Bidder's email address: tdg@gciconstruction.com; janet@gciconstruction.com; I.\users\pbvAsharec Vo tracts\fyl5-15 currentprojects\000-watetw-701D-1 water main master plan- goldenrod at pch\o-7010-1 proposal.doc CONSTRUCTION,INC. City of Newport Beach Organizational Information: General Engineering Contractor Lic. No. 755356 The team with a combined background of management, leadership, operational, and fiscal experience has perpetuated the success of GCI Construction for over 30 years. Our key personnel are: Terry Gillespie, President; Chuck Gillespie, Vice President; Richard Tirrell, Estimater/Project Management and Janet Gillespie, Corporate Secretary/Project Manager Assistant/Contract Administrator. Terry Gillespie as President is active in day-to-day field operations, business development, and project management as well as estimating. Terry has a professional relationship with over 30 years' experience with the City of Newport Beach and will be the liaison for current and future work with the city. Richard Tirrell retired Vice President shares duties in the day-to-day field operations, estimating as well as equipment procurement/maintenance and is the Safety Officer for the company. Both Terry and Richard take an active role in focusing on schedule adherence, cost and quality control in the field operations. Chuck Gillespie as Vice President current also shares and is active in day-to-day field operations, business development, and project management as well as estimating. Chuck has over 25 years of experience in the industry. Janet Gillespie as Corporate Secretary/Project Manager Assistant/Contract Administration is responsible for bid submission, contracts, insurance, submittal process, ordering of materials, subcontracts, coordinating scheduling with the subcontractors and suppliers, and any day to day operations assisting on all projects for over 17 years with the company. The team has the competency and experience to do each other's job necessary in developing, supervising, and completing on time quality and professional work in the specific field of general engineering. GCI is a prime contractor and will subcontract to specialty licensed contractors as needed for any special work required outside of our expertise. Some of the specialties include; electrical, hazmat abatement, larger paving requirements, masonry etc. 1031 Calle Recodo Ste. D, San Clemente CA 92673 (714) 957-0233 FAX (714) 540-1148 CONSTRUGTION,INC. City of Newport Beach Subject: Experience Resume: General Engineering Contractor Lic. No. 755356 GCI Construction has been contracting for over 33 years as an A license, General Engineering Contractor, previously dba as Gillespie Construction prior to 1998. The company has performed many public works and private grading projects and emergency utilities (including sewer, water and storm drain) and street improvements projects for public works agencies and including Waste Management projects currently in progress. GCI is a well experienced utilities contractor that has gained specialized experience in deep excavation for sewer and storm drain projects as well as grading, excavation and export/import. Also dealing with dewatering, grouted rip -rap, shoring, soil cement (County of Orange and various cities), sewer/water bypass, tide vaults, slope repairs, HDPE fusion welded projects as well as hard to handle materials including hazmat expediting. Various welded water line (cml) repairs by contract and emergency services. Some of the many on-call customers are City of Newport Beach, Costa Mesa Sanitary District, City of Laguna Beach, City of San Clemente, City of Dana Point and several water districts including Irvine Ranch Water District and Costa Mesa Sanitary District. Emergency projects include: Emergency force main sewer, water and storm drain pump station, repair. And many storm drain slope repairs. While many of the public works projects are routine in nature regarding installing utilities, including concrete improvements, grading and paving, some of the unique and challenging projects performed for Waste Management are and ongoing: Install HDPE fusion pipe and emergency water line repairs for landfill operations; onsite grading including slope repair; estimating for material quantities; onsite and off-site import material and knockdown and currently... receive and knockdown greenwaste/mulch at the top deck at the Bradley Landfill, Sun Valley. GCI has demonstrated that we are well qualified to man -up, mobilize and set up traffic control to tackle any infrastructure utility emergency in stat time that may arise. We have an on hand equipment inventory of excavators, backhoes, dump trucks, shoring, pumps etc., including the manpower and resources to expedite as directed. References are attached. 1031 Calle Recodo, Suite D, San Clemente CA 92673 (714) 957-0233 FAX (714) 540-1148 GCI CONSTRUCTION, INC. REFERENCES FOR COMPLETED PROJECTS LIST Customer Contact Information Job #/Description Contract Amt I letion Date CITY OF ONTARIO Job No. 443 $ 959,0.88.00 October 2015 Dennis Me'ie, P.E. Sewer Main Improvements 1425 Soutn Bon View Avenue Riverside Ave., Plaza Serena, Ontario, CA 91761 Bon View Ave., University of h 909-395-2609 La Veins fax 909-395-2608 Contract No. UT 1314-06 IRVINE UNIFIED SCHOOL DISTRICT Job No. 450 $ 108,252.00 1November 2015 Construction & Facilities Irvine High School Classroom 100 Nightmist AddftionSanitary Sewer Service Irvine, CA 92618 Pro 'act #BOON -3-14-861 Constru ion Mana Location: Bernard's Irvine High School Brooke Duncan, P.M. 4321 Walnut Avenue 4321 Walnut Avenue I Irvine, CA 92604 Aftoustlffll, Irvine, CA 92604 CITY OF SAN CLEMENTE Job No. 449 $236,522 Ken Knalz, P.E. Fast Avenida Magdalena 910 Calle Negocio Water Line U ize-Project No. 95403 San Clemente, CA 92673 Location: h 949 361-8139 Eas[Avenitla Magdalena fax 949 361-8316 & AMella Lerre, San Clemente LAGUNA BEACH CO. WATER DISTRICT Job No. 448 # $64,302 June 2015 Dave Rusk, P.E. ,Emergency 2 -Inch PVC Pipeline Repair 306 Third Street—L—Rounsevel Terrace Laguna Beach, CA 92652 Location: h 849-484-1041 Rounsevel Temace fax 949-497-1021 1 ILeguna Beach LAGUNA BEACH CO. WATER DISTRICT Job No. 444 $182,184 i ay 2015 Dave Rusk, P.E. 2014-2015 Valve & Fire Hydrant 306 Thirtl Street Replacement Prolec[fhase II Laguna Beach, CA 92652 Locetion: h 949-094-1041 6 Locations, Ci of La una Beach fax 949-497-1021 TRABUCO CANYON WATER DISTRICT Job No. 434 $284,316 April 2015 Lorne Lausten, P.E. I Shadow Rock Detention Basin Urban 32003 Dove Canyon Drive Water Recovery !DJect Trabuco Canyon, CA 92679 1 ump Station - Project No. 6147•B 949 858-0277, ext 130 Location: fax (9492858-3025 _ Shadow Rock Detention Basin - 206071/2 Shadow Rock Lane, Trebuco Cen n CITY OF IRVINFx Job No. 436 $521,378 March 2015 Kirk Streets, Sen. P.M. Orange Cou Great Park One Civic Center Plaza Interim Infrastructure i Irvine, CA 92623_ Capital Improvement Project -CIP No. 371406 (949) 724-7554 _ Loratmn: kstreets(alci.irvine.ce.us Oran eCountLGrest Park Banana Parkway & Technology Drive , Irvine MOULTON NIGUEL WATER DISTRICT Job No. 428 .$457,8786Ja_201,5 Ra McDowell, P.E. Le Paz/ Mouaon PWS m 26161 Gordon Road Reconfiguration - CIP Proj. No. 201_2_._034 Lawns HNs, CA Location: ph (949) 425-3527 La Paz Road, Moulton Parkway. fax 949 643-2489 & various locations, Laguna Hills CITY F AIJA POINT Job No. 437 $195_,596 Robert French, PE 1 Zarzito Formosa Storm Drain 33282 Golden Lantern Emergency Repair Dena Point, CA 92629 Location: ph (949) 3K-0-52-0-7--Zarzito St. & Formosa Dr. Dana Point CITU OF T STIN Job No. 425 $850,373 December 2014 Enc Johnson, P.E. Williams Street Storm Drain 300 Centennial Way Pro'. CIP No. 5003_7 Tustin, CA 92780 . Location: h (714) 573-3320 [Williams Street, Tustin fax (714)734-8991 I ORANGE COUNTY WATER D_ IS ICT Job No. 431 $ 99,218.00 December 2014 AudreyPerry, PM _ Santiago Pi aline Access Project 18700 Ward Street Contract No. SC -2014-1 Fountain Valley,. CA 92708 Location: ph (714)378-8245 1 CollinsStmet at Tustin Avenue fax 778-3373 Orange COSTA MESA SAITARY DISTRICT Job No_439 $ 68.400.00 December2014 Rob Hamers, P.M. Emergency Sewer Force Main Re rair 628 W. 18th Street President Place, Costa Mesa Costa Mesa, CA 92627 h 949 631-1731 fax(949)548-6516 SADDLEBACK COLLEGE Job No. 433 $ 88,555.00 November 2014 Louis Sessler, Prol. Mgr. Emergency Waterline R air 28000 Marguerite Parkway Saddleback Collage Mission Viejo, CA 92692 h 949 682-4847 MO L7 N tilgWri. W TER DISTRICT Job No. 429 $63,000 Se lember 2014 Ray McDowell, P.E. Via Lomas Pipeline -Slope Repair 26161 Gordon Road Contract No. 13-14.037 La una Hills, CA Location: h 949 425-3527 Via Lomas, Laguna Hills fax 949 643-2489 COSTA MESA SAITARY DISTRICT IJob No. 407 $602,972 S_eptember 2014 Rob Hamers, P.M. Installa0on of Backup Power& 628 W. 18th Street Backup Pum in Ca c' Costa Mesa, CA 92627 Protect No. 196-A ph (949) 631-1731 Location: fax 9)548-6516 Victoria, Mendoza and Mesa Drive Costa Mesa CITY OF LAQUNA NIGUEL Job No. 421 $288,971 Au ust 2014' Nick Renn, P.E. Crown Valley Park Water & Sewe 30111 Crown valley Parkway Im rovements La una Ni uel, CA 9_2877 _ Cash Contract No. 14-05 ph 949-362-4337 Location: fax 949-362-4385 Crown Valley Community Park 29751 Crown Valley Pkwy, Laguna Niguel CITY OF NEWPORT BEACH I Job No. 426 $ iQ650.00 Au ust 2014 100 Civic Center Drive Irrigator Services, Meters & Newport Beach, CA 92660 Backflow - Dover Drive Mike Sinacori Newport Beach ph 949 644-3311 LAGUNA BEACH CO. WATER DISTRICT Job No. 423 $111,694 i :Ju 2014 Dave Rusk, P.E. Emereltl Bey Waterline - 306 Thirtl Street Replacement -1425 Kilkenny Road Laguna Beach, CA 92652 Location: h 949-494-1041 _ 1425 Kilkenny Roatl, Laguna Beach fax 949-497-1021 COSTA MESA SAI7ARY DISTRICT Job No. 424 $90,652 Ju 2074 Rob Hamers, P.M. _ Force Main Replacementst 628 W. 19th Street Costa Mesa, CA 92627 Mendoza Pump Station Pro ect No. 200-A h949 631-1731 Location: fax 949 548-6516 .Mendoza Drive, Costa Mesa CIN OF NEWPORT BEACH Job No. 427 $ 11,477.00Ju 2074 100 Civic Center Ddve Hytlrant Relocation at Nemport Beach, CA 92660 _ Cornwall & Dover Drive Mike Smacorii — _ Naw ort Beach Ph (849)844-337-331 7 -- CITY OF SAN CLEMENTE o. 410 - Sarmenloso Pressure $204,686 Map 2014 Ken Knatr, P.E. ing Station Rehabilitation 970 Calle Na wo ajR t No. 13406 San Clemente, CA 92873 on: h 849 361-6139 ntoso & Riachuelofax 949361-8316 lemente IRVINE RANCH WATER DISTRICT I Job 405 - IniBal Disinfection Facility 15600 Sand Canyon Avenue Chlorine In'eI ction Line Replacement $1,087,178 A 112014 Irvine, CA 92618 T PR 11669 Alex Murphy, P_E. I Location: ph (949) 453-5863 Susan Stest between Warner Ave. fax (949) 496_1244 - & Se _ rstrom Ave., Santa Ana T DANA POINT HEADLAND H A Job 416 -Sewer Pump Station $122,722 ri12014 Pravin Motly Dana Strand 34385 Dana Strand Road Location: Dana Point, CA 92627 34385 Dana Strand Road Consultant: Robin B Harriers & Associates Inc. Dana Point ph (949)5 48-1192 fax (949-548-6516 CITY OF SAN CLEMENTE Job 415-- Avenida Vista Hermosa $134,248 A 012014 Amir Ilkhanipour, P.E. Emergency Water Line Re air 810 Calle Ne ocio Pr act No. 24401 San Clemente, CA 92673 Location: h 949 361-6140 Avenida Vista Hermosa fax 949 361-8316 San Clemente CITY OF SAN CLEMENTE Job 402 - Los MaresNa uero $901,806 December 2013 Amir Ilkhanpour, P.E. rm St Drain Upgratle 910 Calle Ne ocio Project No. 16001 San Clemente, CA 82673 Location: h 949) 361-6140 1 Camino De Los Mares & fax 949 361-8316 1 Avenida Vaquero, San Clemente HARDY & HARPER INC. Job 400 - Saddleback Church Steve Krischner Parking Lot & Site Utilities September 2013 1312 E. Warner Avenue Location: _$519,183 Santa Ana, CA 92705 Saddleback Church ph 714-444-1851 1311 Calle Batido, San Clemente fax 714-444-2801 LAGUNA BEACH_ CO. WATER DISTRICT Job 398 - Maruanita Drive $381.,296 Wate306 MAUgu..st20Li3k,PE. Third Street Location: Laguna Beach, CA 92652 Manzanita Ddve, Laguna Beach ph 949-494-1041 fax 949-497-1021 LAGUNA BEACH CO. WATER DISTRICT Job397-2-Inch PVCWaterline$496,581 . Dave Rusk, P.E. Improvements -Various Locations 306 Third B[reet Location: La una Beach, CA 92652 various locations In the ph 949-484-1041 City of La una_Beach fax 949-497-1021 CITY OF WESTMINSTER Job 392-ResldentialAreat $1,29.4,522 ;Ma 2013 Tuan Pham, P.E. Storm Drain Improvements Project 8200 Westminster Blvd. _..__ Locallon: Westminster, CA 92663 Westminster Avenue, Beach Blvd., h 714 548-3456 Pacific Avenue, 23rd Street, fax 714 895-4499 Westminster CITY OF SAN CLEMENTE 395 -WE neatment Backwash $187,631 Ma 2013 Ken Knatz, P.E. Pipeline and Vaquero Waterline 910 Calle Negocio Re lacement-Pro. No. 24401 San Clemente, CA 92673 Locallon: ph 949 361-6139i Calle Bahia &Ave. Santa Margarita, fax X949 36� 1$318 and Ave. Vaquero, San Clemente CITY OF SAN CLEMENTE 391 - Vista Gayenta Pressure 1 $1_74,401 1 Aril 2013 Ken Knatz, P.E. Reducing Station Rehabilitation 910 Calle Negocio San Clemente, CA 92673 Location: h (9491361-6139 Vista Caventa at Ave. Buena Suer e fax 848 361-8316 San Clemente ITV FWESTMINS7ER 388- Storm Drain and Water $254,700 Februa 2013 Tuan Pham, P.E. Lminwilvemnts for Well No. 4 at 8200 Westminster Blvd. Elden F. Gillespie Park Westminster, CA 92683 Location: h 714 548-3456 McFadden Ave., Westminster fax 714 895-4499 CITY OF SANCE TE 1386 -Alameda Storm Drain $131,648 February 2013 Greg Deist, P.E. Rehabilitation - Pro. No. 10011 910 Calle Neyodo San Clemente, CA 92673 Location: ph 949) 361-6154 Alameda Lane fax 949 361-8316 San Clemente CITY OF LA HABRA 390 - Portola Well Pipeline $543,127 December 2012 Brian Jones, P.M.1 Project - Proj. No. 2-W-12 201 E. La Habra Blvd. La Habra, CA 80633 Location: h 562 905-9792 Walnut St. & Acacia SL, fax (562) 905-9643La Habra IRVINE RANCH WATER DISTRICT 382 - ModJeska Can n Roatl $224,957 Novem1ber2012 15600 Sand Canyon Avenue Domestic Water Pi aline Rebcation -� Irvine, CA 92818 Tom Bonkowski, P.M. Location: ph (( 49 4535692 Mod'eska Canyon Road east of fax (949 496-1244 Santlaw Canyon Road CITY OF AN LEM NTE 1380- San Gabriel Force Main $477,1571 October2012 Gre Deist, P.E. Rehabilitation - Pro'. No. 12203 910 Calle Ne ocio San Clemente, CA 92673 Location: h 949 361-6154I EI Camino Real from Ave. Cabrillo fax 948 361-8316 to Ave. Junipero.San Clemente CITY OF INDUSTRY 371 - Intlustry Hills Lake Loo Road $153,790 Ju 2012 John Ballas .Potable Water System Booster 15625 E. Stafford Street, Ste. 100 - Pump Station Clry of Industry, CA 91744 Location: - ph (626) 333-2211 Handod Road & Temple Ave. fax 626 961-6795 1 City of Industry n in rPr '.M r. CNC En ineertn Gerardo Perez, P.E. 255 N. Hacienda Blvd., Ste. 2.22 City of Industry, CA 91744 ph (628) 333-0336 fax 626 336-7076 COSTA MESA SAITARY DISTRICT 377 - Canyon Force Main $104,540 July 2012 Rob Harders, P.M. 628 W. 19th Street I Location: Costa Mesa, CA 92.627 Wilson St. from Canyon Drive ph (949) 631-1731 to Republic, Costa Mesa fax 949 548-6516 CITY OF LAGUNA BEACH 357 -Circle Way Stomr Drain & $1,050,702 Feb. 2012 Lisa Penna, P.E. Stairs Re air-CIP 364 505 Forest Avenue Location: Laguna Beach _GA 92651 Circle W a , Duna Beach ph (949)497-0792 fax 949 497-0771 COSTA MESA SAITARY DIS RICT 369 -Irvine Force Main_R_ ehabilitation $283,500 .June 2012 Rob Harders, P.M. - -- 528 W. 19th Street Location: Costa Mesa, CA 92.627 Mesa Drive in Costa Mase ph (849)6.31-1731 fax (848)548-8518 SOUTH COAST WATER DISTRICT 365-4A Potable Water $166,156 June 2012 Joe Sinacod, P.E. I Reservoir Site Improvements 31592 West Street Location: Laguna Beach, CA 92607 Baltic Sea Drive, Dana Point h(949)499-4555 fax 949 499-4256 IRVINE RANCH WATER DISTRICT 368-Meter& Valve Vault Lid $128,578 Ju 2012 15800 Sand -Canyon Avenue Replacement-PRI 1358 & 31358 - Irvine, CA 92618 Tom Sonkowskl, P-M. I Location: ph (949) 453-5692 Various hcations in Irvine, fax 949 496-1244 1 Newport Beach, COUNTY OF ORANGE/OC PUBLIC WORKS 374-Daniger Road Drainage $83,251 1 June 2012 John R. Kort, RE Improvements 2301 N. Glassell Street " Orange, CA 92865 Location: h (714) 955-0231 DanWer Road $ CoraNrood Dr. tax 714 667-7551 Cowan Heights COUNTY OF GRAN E/OC PUBLIC WORKS 376-Relocation of Water $9,838 June 2012 John R. Kort, P.E. Laterals & Fire Hydrant Valve 2301 N. Glassell Street for Daniger Road Drainage Orange, CA 92865 Location: ph (714) 955-0231 1 Daniger Road & ComMrocd Dr. fax 714 667-7551 Cowan Heights FEDE% GROUND 353-FedEx Ground Rialto Hub $921,031 Aril 2012 1000 Fedex Drive . and Local City Expansion Ph. 5 Moon Townshp, PA 15108 Ganerel Contr ctor Location: Questar Conn ction 330 Resource Drive Greg Manary _ Bloominn, CA 20062 SW Birch Street, Ste. 300 Newport Beach, CA 926_60 h 849 250-0060 fax 949250-0070 .._j -- SOUTH COAST WATER DISTRICT .364- Valve Replacements $347,327 March 2012 Joe Smacod, P E P I Contract No. 11-01-0055 31592 W_ est Street I Location: Luna Beach, CA 92807 h 949 499-0555 116 Locations in the cities of Laguna Beach, Dana Point, fax (949) 499-4256 Ban Clemente COUNTY OF ORANGE - Skyline Drive Storm Drain$115,940. March_2012 Hiram T. Do unard _370 Phase III 1152 Fruit Street - Santa Ana, CA 82701 Location: ph (714) 587-7812 Skyline Dr. a Raquel Hill (71467-7813 fax ) 5 _ Santa Ana___ General Contractor - Bitech construction Co., Inc. Ben'amin Kim, P.M. 5241 Lincoln Avenue, Ste. #A-6 Gy—pr ss, CA 90630-7 h 714)229-1477 fax 714 229-1489 I CITY OFINO SlRY rs 367 - Chestnut & VIr it WateWay. $104,378 Jen. 2_012. John SetWa Dr_ainag_e 15625 E. Stafford Street, Ste. 100 City of Industry, CA 91744 ,Location: ph (626 333-2211 ! IChestnut & Virgil Watem Way. fax (626) 961.6795 -Cud Court, CI of Industry mneedProi. Mar. En ineeri g Dale 255 N. Hacienda Blvd., Ste. 222 City of Industry, CA 91744 ph (626) 3334336 fax 626 336-7076 CIN OF SAN CLEMENTE 355-Reservoir No. 4 Pipeline $276,080 Nov. 2011 Greg Deist, P.E. Re lacement_Project 910 Calle Ne Opio San Clemente, CA 92673 Location: ph(949)361-6i54 I Avenida Columba & Avenida fax (949) 361-8316 1 Salvador, San Clemente CIN OF 7USTIN 354-Mitchell Avenue Storm $791,512 Nov. 2011 Eric Johson, P.E. Drain - CIP No. 50035_ 300 Centennial Way Tustin, CA 92780 Location: ph (714) 573-3320 Mitchell Ave. between Redhill fax 714 734-8991 & Ne rl Ave., Tustin CIN OF SAN CLEMENTE 359-San Gabriel Pump Station $81,463 lOct. 2011 Greg Deist, P.E_ Sewer Pipe Replacement 910 Calle Negocio Pro . No. 24200 San Clemente, CA 92673 Location: hJ49Z361-6154 Avenida San Gabriel& fax 949 361.8316 EI Camino Real, San Clemente YORBA LINDA WATER DISTRICT 337-ErnergmctPumpout $342,059 $a t. 2011 Hank Samaria Facllitles/Anaheim Interconnect 4622 Plumose D w Project Yorba Linda, CA 92885-0309 Location: (714) 701-3105 Six various sites in the Cities of fax (714) 777-8304 Yorba Linda & Anaheim O CONSTRUCTION INC. DEL AM_Wlle 352-St. Mar aret's Edison $120.,118 Aug. 2011 Kenna I Line_Excavate & Backfill 23840 Madison Street Torrance, CA 90505 Location: ph 3101_378-6203 St. Margarets School fax (310) 378-4663 _ 31511 La Nevis Avenue San Juan Capistrano IRVINE RANCH WATER DISTRICT 351-Handy Creek Bridge $223,321 Aug- 2011 15600 Sand Canyon Avenue Distribution Main Creasing Irvine, CA 92618 Rand Sundber , P.E. Location: h 949 453.5551 Orange Park Blvd. & f"49 496-1244 Handy Creek, Orme I KIEWIT 349-Re lawment of Bitter i $148,270 1 June 2011 John Re Ids Point Pum S_t_ation Project 10704 Shoemaker Road Santa Fe SpriNs, CA 90670 _ Location, ph 562 946-1816 Bitter Point Pump Station fax 562 946-3823 5810 W. Pacific Coast Hwy. " Newport Beach COUNTY OF ORANGEIOC PUBLIC WORKS 334-Santiago Canyon Read $285,383 ,A n.12011 Tim Nguyen, P.E. I Storm Drain Repair 1152 E Fruit Street i Santa Ana, CA 927024048 :Location: ph 714 567-7829 fax17145) 67-7813 _ Santiago Carryon Road north _ of Gertner Estate Rd., Trebuoo _ THREE ARCH BAY COMMUNITY SERVICES DIST. Drew Harper 1314 Vista De Catalina Storm Drain $723,602 Feb. 2_011 5 Bay Drive _ Improvement Pro act Laguna Beach, CA 92651 Location: h 949 851-1015 Usta De Catalina and Prgiect Mpmt.: I each Gamache Construction Services Randy Gamache 20201 SW Such Street, Ste. 240 N_ ewport Beach, CA 92660 h(94§)599-6515 j_ amache3104 shoo. om CITY OF SAN JUAN CAPISTRANO 329 Equipping of Eastern Wells1 $842,054 Joe Mankawich, P.M. CIP No. 08802 32400 Paseo Adelanto Location: San Juan Capistrano, CA 92675 Celle Armyo, h 949) 493-1171 San Juan Capistrano faz{848 493-1053 CITYOANAHEIM 312 ParkviewPum Station Extension $1,600,744 Michael Fileccia Locetion: SAW 200 S. Anaheim Blvd. 6731 E. Walnut Can n Road Anaheim,CA92805 Anaheim fax (774) 765-4199 CITY OF NEWPORT BEACH331N rt Beach Civic Center $247,880 3300 Newport Boulevard _ _ 8 Park Pro'ed__ Newport Beach, CA 92663 Location: Mike Smacori Avocado Ave. 8 San Mi uel Dr. h 949 644-3317 Newport Beach m'ect r. ----- C. W. Driver I- Rick Shafer, P.E. 15615 on Parkwe ,Suite 150 Leine, CA 92618 ph 9( 49) 2615100 fax 949 261-5167 COAST COMMUNITY COLLEGE DIST I 327 Orange Coast College Stud eM $240,054 Nov. 2010_ Artlith Richey I L I Swing Spam-Bid No. 1974 _ 1370 Adams Avenue Grading/Sits, Udlities/Asphaft Costa Mesa, CA 92626 Location: ph (7142438-0673 2701 Fairview Road fax (714 438-4893 C_ osta Mesa Protect Mar. C. W. Driver Randy Rankin, P.E. 15615 Afton Parkway Suite 150 - Irvine, CA 92618 ph(949)261 100 fax 949 261-5167 - - IRVINE RANCH WATER DISTRICT 321 Recycled Water Service Lateral $250,250 'Nov. 2010 15600 Sand Canyon Avenue & OnSite Recovery Systems _ Irvine, CA 92618 Location: Luminita Popescu _ Newport Coast Dr. & Sae Hill h 949 453-5787 Newport Beach fax (849)478-2654 IRVINE RANCH WATER DIST ICT 330 Relocation of Backflow Devices $224,846 INov, 2010 15600 Sand Canyon Avenue in Irvine Business Complex Irvine, CA 92618 Pro ect No. 11449 Rantly Sundber Location: ph (948) 453-5551 I Murphy Ave_& McGaw Ave.. Irvine fax 949 496-1244 CITY OF LAGUNA 328 EI Toro Road Storm Dmin $323;282 Be .2010 !MDS 24264 EI Toro Road I Improvements Laguna Woods, CA 92637 Location: Dennis Nelson Avenida Sevilla, Laguna Woods ph (949) 639-0500 fax 949 639-0591 EL TORO WATER DISTRICT317 _ Reduced High Zone Hydraulic yd $425,473 Jul 2010 24251 Los Alisos Blvd. Improvements Pro ect Lake Forest, CA 92630 Location: Dennis Caffe 1) Via San Rafael & Via Iasis, Laguna Woods ph (948) 837-7050 12 Tital St. & Horse Trail, Aliso Viso fax 949 837-7092 CALIFORNIA STATE UNIVERSITY 1306 North Deukmejian Way $1,308,551 Dec. 2008 ON LONG BEACH Replace Road & Utilities KelI Location: 1250 Belllower Blvd. 1250 Bellflower Blvd. Long Beach, CA 90840 I'Long Beach ph(562 985-8160 - tax 562 985-7539 CITY OF VILLA PARK (Cannon Street Slough Wall_ $238,679_ Oct. 2009 Joe OT land Slope Upgrade 17855 Santiago Blvd.. Location: Villa Park, CA Cannon S4eat & Serino, h714 988.1500 Villa Park fax 714 998-1508 CITY OF SAN CLEMEN7E _ La Placentia, Calle Campo &_ $273,817 April 2009 Ken Knatz Revuefte Court Pipe Connection 910 Calle Ne ocio _San Clemente, CA 92673 1 Location: h (949 361-6139 La Placentia, Calle Campo, fax 949j 361-8316 Revuelo CL, San Clemente SOUTH COAST WATER DISTRICT 262 Pines Park Pipeline $408,975 Dec._2008 Joe SinaCoin. P.E. 31592 West Street I Location: Laguna Beach, CA 9.2_607 Pines Park on Camino Capistrano h 949 499-4555 &Calle Loma_, Dana Point fax 949 499-4256 CITU F GARDEN GROVE 269 Cardinal Circle Sewer Improvements $536 159. Nov. 2008 Samuel Kim '(Project No.7810) 11222 Acacia Avenue Garden Gmve Sanitary District Garden Grove, CA 92.8_43 Location:__ ph 714 741 _5534 _ Cardinal Cirole &Trask Avenue fax(714) 7415578 Garden Grove IJuly2007 COAST COMMUNITY COLLEGE DISTRICT 1228 Orange Coast College EasMelt $2,402,031 Ardith RicheI I Utility Upgrade Phase 1-Underground Utilities__ 1370 Adams Avenue 1 1 1245 Orange Coast College East/West $1,678,938 Costa Mesa, CA 92626 Utility Upgrade Phase ll-Demo/Earthwork/Grading h (714)4384673 fax (714)438-4893 233 District Administration Building Complex Bid No. 1920-Underground Utilities $739,850 296 Orange Coast College Softball Field $126,419 April 2009 327 OCC Student Center S%ving Space $260,245 August 2010 Bid No. 1974-Grading/Site Witte s/As _hal__ ,Location: Oran a Coast College 1370 Adams Avenue Costa Mesa GKK WORKS 250 Tustin Library $1,016,413 lAugust_2008 Ross Harvey 2355 Main Street, Suite 220 Location: Irvine, CA 92614 345 E. Main Street, Tustin 1 ph(949)250-1500 fax 949 9551662 I CERRITOS COMMUNITY COLLEGE DIST 277 Cerritos College - Ph 111 $458,784 August 2008 Attn: Bovis 11110 E. Alondrs Blvd. Location: Nory I Studebaker Rd. south of RU562) 860_245 'Alondra Blvd., Norwalk Mmako America Corp. (General Contractor Moses Khalil[ 310 516$100, fax (310) 516-7404 BOMEL CONSTRUCTION COMPANY, INC. 2_34 Irvine Station Parki $971,685 Dec. 2007 Eddie Kim Structure 8195 E. Kaiser Blvd. Anaheim Hills, CA 9280_8 Location: h �L79--3232_ Barranca Pkwy. & Ada, Irvine fax 714 921-4135 I i IRVINE RANCH WA R DISTRICT 243 Domestic Water Interconnection $734,808 Dec. 2007 Bib Stewart IRWD Zone 41LAWD Zone 1) 15600 Sand Canyon Avenue Irvine, CA 92618 Location: 848 453-5610 Bake Pk . & Toledo Way fax 949 453.5354 Irvine LAGUNA BEACH COUNTY WATER DISTRICT 236 2006-2007 C_a i[al Int rovements $ 647,805.00 Nov. 2007 Jim Nester Pro ects 306 Thirtl Street Laguna Beach, CA 9265.2 Location: 8441041 Various locations in the _ fax 949 497-1021 City of Laguna Beach COUNTY OF ORANGE RDMD 240 Brenn Way Dralnage Improvements $524,681 Oct. 2007 Hiram Downard, Rick Allen & Pavement Overla 1152 E. Fruit Street Santa Ana, CA 92702-4048 Location: 714J 567 F812 Brew Way at Auburn Ave. fax (714) 567-7813 Tustin B A C I NC._ 244 Second Harvest Food Bank $435,744Oct. 2007 John Cum! 101Shipyard Way, Butte A Location: N ort Beach, CA 92663 7040 Tmbuco Rd.,MCAD Bldg 319 949 723-0147 Irvine fax (94� 723-0126 TRABUCO CANYON WATER DISTRICT 235 D Season Water Recove Pro'ect $738,414 Oct. 2007 Hector Ruiz, P . Dove Creek & Tick Creek Urban Water 32003 Dove Canyon Drive Pump Stations Trabuco Can CA 92679 Location: _ (949) 858-0277 End of Bameburg @Sycamore C PyRn Df. fax_(_f4� 858-3025 ;offaccess road, Trebuco Cen n YORBA LINDA WATER DISTRICT 239 24 -Inch & 30 -Inch Storm Drain $443,610 August 2007 Hank Samaripa Miraloma Ave. & Ven Buren SL 4622 Plumose Drive Yorbs Linda, CA 92885-0309 Location: 714 701-3105 Miraloma Ave. from Van Buren St. to fax (714) 777-6304 —.__.. 1 Las Brisas, Van Buren Sl..from MiM]Dma Ave.to Sierra Vista Ave. Placentia CITY OF LAGUNA BEACH 223 Urban Runoff Diversions $1,019,323 April 2007 Fretl Shahidi Water Quality Depart ant Location: 505 Forest Avenue 1 5 various locations in Laguna Beach, CA 92651 Laguna Beech 949 497-0345 fax 949 4941864 CITY OF CHINO HILLS 218 "New' Chino Hills Community Park --$3—,013,1 32 Feb. 2007 Douglas E. Bamrt, Inc. Construction Mgr.) & Eucalyptus Avenue Extension Charles Brown - B!d Pkg. #2 Site UBlkies 2001 Grand Avenue Location: Chino HiIIs,CA 91709 Euce teS Ave_8 Peyton Df. (909) 364-2856 Chin_ o_HIIIs_ _ fax (909) 364-2695 CITY OF LAGUNA BEACH 221 Can n_Acres Storm Drain $2,745,588 Jan. 2007 Steve may _Drive 505 Forest Avenue i Location: Laguna Beach, CA 92651 Canyon Acres Dr. & Laguna Can on Road 949 497-3311 La una Beach fax (949 497-0771 CITY OF ORANGE 216 Oran a -Olive Road 8 Heim Avenue $679,145.00 Nov. 2008 Rand Nguyen, P.E. I Street. Sewer, and Storm_ 300 E. Chapman Avenue _Drain Improvements Orange, CA 92866 Location: 714 7445531 Orange -Olive Rd. & Heim Ave. fax 714 7445573 Orange i IRVINE UNIFIED SCHOOL DISTRICT ood 222 Wbu School Elementary $892,244 Dec. 2006 Llo Linton 14600 Sand Canyon Avenue Location: Irvine, CA 92618 Revival & Great Lawn, Irvine 949 936-5305 C. W _DriveLConstnrtion Mgr.) Jason Tarulli 949 261-5100, fax 949 261-5167 CITY OF HAWAIIAN GARDENS 212 226th Street Extension and_Stonn Drain $1,418,373 Sept. 2006 Jacki Niemi� 21815 Pioneer Blvd, I Location: Hawaiian Gardens, CA 90716 226th Street Extension from Arline Ave.to 562 420-2641 Devlin Ave.1226th St. Storm Drain from fax 562 496-3708 Arlin Ave. to Artesla-Norwalk Channel Hawaiian Gardens DEPARTMENT OF TRANSPORTATI N- 202 Rem Widening at Red HIM Avenue $987,980 Jul 20D6 CALTRANS Off -Ramp, Tustin Jose Berdos - Caltrans Resident Engineer 3251-1/4 University Drive Location: Irvine, CA 92612 _ _.__ Red Hill Ave. NS Off-Ram_p (949) 5095023 1 _ 5 Freeway, Tustin fax 949 509-5027 -...1_— CITY OF NEWPORT BEACH 181 Mariners, China Cove and 62nd StreeT $1,7.13,298 Dec: 2005 Mike Sinacori I Wastewater Pum Station Rehabilitation - 3300 Newport Boulevard Including Fe leaf Avenue Street Ira mvements Newport Beach, CA 92663_ Contract No. 3585 949 844-3311 Location: fax 949 6443318 China Cove & Femleaf 62ntl St., N ort Beach IRVINE LINIFIED SCHOOL!?I§IPJGT 191 Turtle Rid K-B(Vista Verde School $888;382 1Se t. 2005 Llo tl Linton - 14600 Sand CanyonAvenue Location: Irvine, CA 92610 4 Federation Wa ,Irvine_ (949)936-5305 C. W. Driver (Construction Mgr. Mark Kenna 949 261-5100, fax 949 261-5167 I WATER MAIN MASTER PLAN REPLACEMENT — GOLDENROD AVENUE AT COAST HIGHWAY CONTRACT NO. 7010-1 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 22nd day of March, 2016 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and GCI CONSTRUCTION, INC., a California corporation ("Contractor"), whose address is 1031 Calle Recodo, Suite D, San Clemente, California 92673, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: The work necessary for the completion of this contract consists of but is not limited to distributing notices to affected residents; traffic control; locating and potholing existing utilities; removing interfering portions and abandoning in place existing water and related facilities; furnishing and installing new water mains (open -cut); water services, fire hydrants, valves, fittings, and other appurtenances; restoration of all affected surface improvements; and other incidental items of work to complete the project ("Project" or "Work"). C. 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, it is mutually agreed by and between the undersigned parties as follows: 1. 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, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A), Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 7010-1, Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. 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 t.be CNB Public V10Fks MAR 3 0 2016 Received made in writing, and signed by both parties in the manner specified in the Contract Documents. 2. 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. 3. COMPENSATION 3.1 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 Two Hundred Fifty Seven Thousand Eight Hundred Fifty Dollars and 001100 ($257,850.00). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 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, including tsunamis, and which loss or expense occurs prior to acceptance of the Work by City. 4. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Contract. Contractor has designated Terry D. Gillespie to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. GCI Construction, Inc. Page 2 4 6. 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. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first- class mail, addressed as hereinafter provided. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Public Works Director City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Terry D. Gillespie GCI Construction, Inc. 1031 Calle Recodo, Suite D San Clemente, CA 92673 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the GCI Construction, Inc. Page 3 Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. 9. BONDING 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100°/x) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment 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, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a 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. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority' of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 10. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Consultant on the Project. 11. PROGRESS Consultant is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the GCI Construction, Inc. Page 4 Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Consultant. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES 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 by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or GCI Construction, Inc. Page 5 death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 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 Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractors presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 16.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 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. GCI Construction, Inc. Page 6 16.7 Nothing in this Section or 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 above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days prior written notice to Contractor. In the event of termination under this GCI Construction, Inc. Page 7 Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Contract and any other attachments attached hereto, the terms of this Contract shall govern. 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, GCI Construction, Inc. Page 8 ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 20.10 No Attorney's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. 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. 22. 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. 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] GCI Construction, Inc. Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATT, Y'S OFFICE Date: n By Aaron C. Harp cl�M a;lwlltq City Attorney CITY OF NEWPORT BEACH, a California municipal corporation Date: C_ i' By: _ tl�'J ",L) Diane 9 Nxon Mayor ATTEST: CONTRACTOR: GCI Construction, Inc., a Date: `F• 224California corporation Date: :3 f Cc a By: aif By: (/%1/% k- Leilanj I. rown Terry D. Gjlespie City Clerk President Date: --3 - 2C1- I & Janet/Gillespie S'ecr`etary [END OF SIGNATURES] Attachments: Exhibit A Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements GCI Construction, Inc. Page 10 EXECUTED IN DUPLICATE EXHIBIT A PREMIUM INCLUDED IN PERFORMANCE BOND CITY OF NEWPORT BEACH BOND NO. 0608926 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to GCI CONSTRUCTION, INC. hereinafter designated as the "Principal," a contract including, but not limited to distributing notices to affected residents; traffic control; locating and potholing existing utilities; removing interfering portions and abandoning in place existing water and related facilities; furnishing and installing new water mains (open - cut), water services, fire hydrants, valves, fittings and other appurtenances; restoring of all affected surface improvements; and other incidental items of work to complete the project, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract 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, INTERNATIONAL FIDELITY INSURANCE COMPANY duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety') are held and firmly bound unto the City of Newport Beach, in the sum of TWO HUNDRED FIFTY-SEVEN * Dollars and _/100 ($257,850.00 ) 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. 8THOUSAND EIGHT HUNDRED FIFTY AND NO/100 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 attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. Page A-1 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 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 9500 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 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 9th day of MARCH , , 2016 GQ Construction, Inc. Name of Contractor (Principal) Authorizec/Signaturelritle Terry D. Gillespie - Resident INTERNATIONAL FIDELITY INSURANCE Name of Surety 2400 E. KATELLA AVE., STE 350 ANAHEIM, CA 92806 Address of Surety 714) 602-9170 Telephone APPROVED AS TO FORM: CITY ATTORNEYS OFFICE Date: U I I I By: VII Aaron C. Harp W-aulo0(ca City Attorney COMPANY—'— OMPANY �t AuTtio�zed Agent S'g�nature MICHAEL D. STONG, ATTORNEY—IN—FACT Print Name and Title NOTARYACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Page A-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of C')CANJ ) ) ss. On n'1�NVc_W, ,:7)A 20 11L' before me, Notary Public, personally appeared � f U� �, � I I,✓= ✓� ICJ who proved to me on the basis of satisfactory evidence to be the pdrson(s) whose name(sr is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s)-acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. r ma t&o�u� Signature ` JANET GILLESPIE Commission # 2049968 i1: Notary Public - California i Orange County s My Comm. Expires Dec 21, 2017 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. (seal) State of California County of ) ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) Page A-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of �s J Riverside ) On 319 l ( before me, R. Nappi "Notary Public" Date Here Insert Name and Title of the Officer personally appeared MICHAEL D. STONG Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(O whose name(l j is/axe subscribed to the within instrument and acknowledged to me that he/ske/they executed the same in his/her/their authorized capacity(ie6), and that by his/har/their signature(s) on the instrument the person(*, or the entity upon behalf of which the person(s) acted, executed the instrument. R. NAPPI COMM. #1977782 NOTARY PUBWWERSM COUIntl My comm. EYOU Jun./, rote Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signatu Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Econo Fence, Inc. Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02014 National Notary Association - www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 Tel (973),.624-7200 POWER OF ATTORNEY INTERNATIONAL FIDELITY INSURANCE COMPANY ALLEGHENY CASUALTY COMPANY ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing under the laws of the State of New Jersey, and ALLEGHENY CASUALTY COMPANY a corporation organized and existing under the laws of the State of Pennnysylvania, having their principal office in the City of Newark, New Jersey, do hereby constitute and appoint MICHAEL D. STONG, JEREMY PENDERGAST Riverside, CA. their true and lawful attomey(s}In-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of Indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute rule, regulation contract or otherwise and the execution of such instrument(sl inyursuance of these presents, shall be as binding upon the said INTERNATIONALI IDELITYINSURANCL COMPANY and ALLEGHENY CASUALTY COMPANY, as fully and amply, to all intents and purposes, as If the same had been duly executed and acknowledged by theirregularly elected officers at their principal offices. ry y COMPANY and ALdLEGHENY CAfSUALIY COMPArevoked, Y and Is granted underr and dnd by authority of the followings resoINTERNATIONAL ution adopt) d byLthe FIDELITY TMrd olfSDireo INSURANCE of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting du iy held on the 20th day of July, 2010 and by the Board of Directors of ALLEGHENY CASUALTY COMPANY at a meeting duly held on the 15th day of August 2000: the President, Vice or or herr 7 upon as Corporation shall have theower to in their respective powers of attomev, on and to revoke the appointments of, (ecute on behalf of the Corporation obliggations in the nature thereof or istodians, agents for acceptance of >ignature of any such Officer of the :xecution of any bond, undertaking, and seals when so used whether seal of the Corporation, to be valid IN WITNESS WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY have each executed and attested these presents on this 12th day of March, 2012. STATE OF NEW JERSEY County of Essex ROBERT W. MINSTER Executive Vice President/ChiefOperating Officer (International Fidelity Insurance Company) and President (Allegheny Casualty Company) On this 12th day of March 2012, before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said he is the therein described and authorized officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies; that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. *°aY vgt'qN4G, C OSAn�(o ` (n�, ,..ot �p'ret' �� D.. NEW.00. IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, New Jersey the day and year list above written. A NOTARY PUBLIC OF NEW JERSEY My Commission Expires Mar. 27, 2014 CERTIFICATION 1, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the By -Laws of said Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto set my hand this Citk day of 0 MARIA BRANCO, Assistant Secretary EXECUTED IN DUPLICATE EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 0608926 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 3,527.00 , being at the rate of $ 13.86 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to GCI CONSTRUCTION, INC. hereinafter designated as the "Principal," a contract including, but not limited to distributing notices to affected residents; traffic control; locating and potholing existing utilities; removing interfering portions and abandoning in place existing water and related facilities; furnishing and installing new water mains (open - cut), water services, fire hydrants, valves, fittings, and other appurtenances; restoring of all affected surface improvements; and other incidental items of work to complete the project, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and INTERNATIONAL FIDELITY INSURANCE COMPANY , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of TWO HUNDRED FIFTY-SEVEN * Dollars and _/100 ( $257,850.00 ) 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. *THOUSAND EIGHT HUNDRED FIFTY AND N0/100 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. 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 City, only in the Page B-1 event 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 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 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 execfed by the Principal and Surety above named, on the 9th day of .ilrARCH /� ,2016 . GQ Construction, Inc. Name of Contractor (Principal) INTERNATIONAL FIDELITY INSURANCE COMPANY Name of Surety 2400 E. KATELLA AVE. STE 250 ANAHEIM, CA 92806 Address of Surety (714) 602-9170 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Dater By: a)1'L'-- Aaron C. Harp vtM ulilokllu City Attorney Terry D. Gillespie -President 1 AI A"uthOrized Agent Signature MICHAEL D. STONG, ATTORNEY—IN—FACT Print Name and Title NOTARYACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Page B-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of 00.i1W 1 ss. On M(I Yl I i , 20 I (G' before me, Notary Public, personally appeared T a rU D.C` Ti IIP S'0 C> who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s} is/are subscribed to the within instrument and acknowledged to me that he/she/they, executed the same in his/her/their authorized capacity(ies), and that by his/.her/their-signatures(s) on the instrument the person(s); or the entity upon behalf of which the persort(s)-acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. JANET GILLESPIE WITNESS my hand and official seal. aMg Commission a 2049968 /n��/ iNotary Pablic - California z����^'I`�2 Orange County Comm. Expires Dec 21, 2017' SigrirT_a�ture (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) Page B-3 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Riverside On _3�1q 1�) ,1q Me before me, R. Napoi "Notary Public" Date Here Insert Name and Title of the Officer personally appeared MICHAEL D. STONG Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(15) is/ave subscribed to the within instrument and acknowledged to me that he/ske/they executed the same in his/her/their authorized capacity(ioe), and that by his/har/their signatures) on the instrument the person(g), or the entity upon behalf of which the person(s) acted, executed the instrument. R. NAPPI COMM. *1977782 z `�'- NOTARY R pUBMECL60RYN sOL�M.M1, 1e16 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature i Signatur of otary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Econo Fence, Inc. Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: _ � i"✓ "v 'e�G'Y 'Y _ _ `v4�Y '.vG"V 'e -✓6'•✓ "Yi�</' "Y4'Y `Y Tel(973)624-7200 POWER OF ATTORNEY INTERNATIONAL FIDELITY INSURANCE COMPANY ALLEGHENY CASUALTY COMPANY ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporal the laws of the State of New Jersey, and ALLEGHENY CASUALTY COMPANY a corporation organized and exisO Pennnysylvania, having their principal office in the City of Newark, New Jersey, do hereby constitute and appoint MICHAEL D. STONG, JEREMY PENDERGAST Riverside, CA. i organized and existing under under the laws of the State of their true and lawful attomey(s}in-fact to execute, seal and deliver for and on Its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(sl in pursuance of these presents, shall be as binding upon the said INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attome is executed and may be revoked, pursuant to and byy authority of the 8y -Laws of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY and is granted under and by author of the followingg resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting du iy held on the 20th day of July, 20% and by the Board of Directors of ALLEGHENY CASUALTY COMPANY at a meeting duly held on the 15th day of August, 2000: =D that (1) the President, Vice President, or Secretary of the Corporation shall have the power to appoint, and to revoke the appointments of, n -fact or agents with power end authority as defined or limited in their respective powers of attomey, and to execute on behalf of the Corporation ie Corporations seal thereto, bonds, undertakings, recognizances, contracts of indemnity and other written obligations in the nature thereof or :reto; and (2) any such Officers of the Corporation may appoint and revoke the app0 ntman of j0 nt-control custodians, agents for acceptance of nd Attorneys -in -fact with authority to execute waivers and consents on behalf of the Corpporation; and f3) the signature ofany such Officer of the n and the orporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution ofany bond, undertaking, ice contract of indemnity w other written obligation in the nature thereof or related thereto, such signature and seals when so used whether or (tereafter being hereby adopted by the Corporation as the original signewra of such officer and the original seal of tha Corporation, to be valid I upon tha 6oMorabon with the same force and effect as though manually affixed." IN WITNESS WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY have each executed and attested these presents on this 12th day of March, 2012. STATE OF NEW JERSEY County of Essex ROBERT W. MINSTER Executive Vice PresidenttChiefOperating Officer (International Fidelity Insurance Company) and President (Allegheny Casualty Company) On this 12th day of March 2012, before me came the Individual who executed the preceding instrument to me personally known, and, being by me duly swom, said he is the therein described and authorized officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies; that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, New Jersey the day and year fYrst above written. A NOTARY PUBLIC OF NEW JERSEY My Commission Expires Mar. 27, 2014 -'nw,u""' CERTIFICATION I, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the By -Laws of said Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Powsr of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto set my hand this _ -f" day of MaAA , ao t MARIA BRANCO, Assistant Secretary EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its elected or appointed officers, agents, officials, employees and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two million dollars ($2,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an GCI Construction, Inc. Page C-1 insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials employees and volunteers shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees and volunteers. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed GCI Construction, Inc. Page C-2 documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, sub- contractors shall provide additional insured coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self - insure its obligations to City. If Contractor's existing coverage includes a GCI Construction, Inc. Page C-3 self-insured retention, the self-insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self-insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. GCI Construction, Inc. Page C-4 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 3/16/16 Dept./Contact Received From: Raymund Date Completed: 3/16/16 Sent to: Raymund By: Alicia Company/Person required to have certificate: GCI Construction, Inc. Type of contract: All Other I. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 4/1/16-4/1/17 A. INSURANCE COMPANY: Great American Assurance Co. B. AM BEST RATING (A-: VII or greater): A+; XIV C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1 M or greater): What is limit provided? $1,000,000 / $2,000,000 E. ADDITIONAL INSURED ENDORSEMENT— please attach ® Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does N/A F. not apply to Waste Haulers or Recreation) ® Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND ® N/A ❑ Yes ❑ No G. COMPLETED OPERATIONS ENDORSEMENT (completed ❑ N/A ❑ Yes ® No H. Operations status does not apply to Waste Haulers) ® Yes ❑ No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ® Yes ❑ No I. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? ® Yes ❑ No J. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? ❑ Yes ® No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): ® N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No H. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 4/1/16-4/1/17 A. INSURANCE COMPANY: Wesco Insurance Co. B. AM BEST RATING (A-: VII or greater) A; XIII C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS - If Employees (Must be $1M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? $1,000,000 E. LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste Haulers only): ® N/A ❑ Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A ❑ Yes ® No H. NOTICE OF CANCELLATION: ❑ N/A 0 Yes 0 No III. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 3/17/16-3/17/17 A. INSURANCE COMPANY: Security National Insurance Company B. AM BEST RATING (A-: VII or greater): A; XIII C. ADMITTED Company (Must be California Admitted): D. WORKERS' COMPENSATION LIMIT: Statutory E. EMPLOYERS' LIABILITY LIMIT (Must be $1 M or greater) F. WAIVER OF SUBROGATION (To include): Is it included? G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM H. NOTICE OF CANCELLATION: ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY V POLLUTION LIABILITY V BUILDERS RISK HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? Approved: Agent of Alliant Insurance Services Broker of record for the City of Newport Beach 3/16/16 Date ® Yes ❑ No ® Yes ❑ No $1,000,000 ® Yes ❑ No ® N/A ❑ Yes ❑ No ❑ N/A ® Yes ❑ No ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® Yes ❑ No RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No Reason for Risk Management approval/exception/waiver: Approved: Risk Management * Subject to the terms of the contract. Date PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS WATER MAIN MASTER PLAN REPLACEMENT - GOLDENROD AVENUE AT COAST HIGHWAY CONTRACT NO, 7010-1 PART 1 - GENERAL PROVISIONS 1 SECTION 2 - SCOPE AND CONTROL OF THE WORK 1 2-5 PLANS AND SPECIFICATIONS 1 2-9 SURVEYING 2 2-9.1 Permanent Survey Markers. 2 2-9.2 Survey Services _ 2 SECTION 3 - CHANGES IN WORK 3 3-3 EXTRA WORK 3 3-3.2 Payment 3 3-3.2.3 Markup. Replace this section with the following: 3 SECTION 4 - CONTROL OF MATERIALS 3 4-1 MATERIALS AND WORKMANSHIP 3 4-1.3 Inspection Requirements 3 SECTION 5 - UTILITIES 4 5-1 LOCATION q 5-2 PROTECTION 4 5-7 ADJUSTMENTS TO GRADE q 5-8 SALVAGED MATERIALS q SECTION 6 - PROSECTUION, PROGRESS AND ACCEPTANCE OF THE WORK 5 6-1 CONSTRUCTION SCHEDULE 5 6-7 TIME OF COMPLETION 5 6-9 LIQUIDATED DAMAGES 6 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 6 7-1 THE CONTRACTORS EQUIPMENT AND FACILIMES 6 7-1.2 Temporary Utility Services 6 7-7 COOPERATION AND COLLATERAL WORK 7 7-8 WORK SITE MAINTENANCE 7 7-8.6 Water Pollution Control 7 7-10 PUBLIC CONVENIENCE AND SAFETY 8 7-10.1 Traffic and Acess 8 7-10.3 Street Closures, Detours and Barricades 8 7-10.4 Safety 10 7-10.5 No Parking Signs 10 7-10.7 Street Sweeping Signs 10 7-10.8 Notices to Residents 10 7-15 CONTRACTORS LICENSES 11 7-16 CONTRACTORS RECORDS/AS-BUILT DRAWINGS 11 7-17 TEMPORARY WATER MAIN BY-PASS 11 7-17.1 General 11 7-I8 WATER MAIN PRESSURE TESTING, DISINFECTION AND FLUSHING 11 SECTION 9 - MEASUREMENT AND PAYMENT 12 9-3 PAYMENT 12 9-3.2 Partial and Final Payment. Y5 PART 2 - CONSTRUCTION MATERIALS Y6 SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 16 201-1 PORTLAND CEMENT CONCRETE 16 201-1.1 Requirements 16 201-1.1.2 Concrete Specified by Class and Alternate Class 16 SECTION 207 - PIPE 16 207-9 IRON PIPE AND FITTINGS 16 207-9.2 Ductile Iron Pipe for Water and Other Liquids 16 207-9.2.2 Pipe Joints 16 207-9.2.3 Fittings 17 207-9.3 Resilient Wedge Gate Valves 177 SECTION 214 - PAVEMENT MARKERS 18 214-4 NONREFLECTIVE PAVEMENT MARKERS 18 214-5 REFLECTIVE PAVEMENT MARKERS 18 PART 3 - CONSTRUCTION METHODS 18 SECTION 300 - EARTHWORK 18 300-1 CLEARING AND GRUBBING 18 300-1.3 Removal and Disposal of Materials Y8 300-1.3.1 General 18 300-1.3.2 Requirements 19 300-1.5 Solid Waste Diversion 19 SECTION 302 -ROADWAY SURFACING 19 302-5 ASPHALT CONCRETE PAVEMENT 19 302-5.1 General 19 302-5.2 PAVEMENT RESTORATION 19 302-5.4 Tack Coat 20 SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 20 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 20 303-5.1 Requirements 20 303-5.1.1 General. 20 303-5.410ints 303-5.4.1 General 303-5.5 Finishing 303-5.5.1 General 303-5.5.2 Curb 303-5.5.4 Gutter 306 UNDERGROUND CONDUIT CONSTRUCTION 306-1.1.5 Removal and Replacement of Surface Improvement 306-1.2.1 Bedding SECTION 308 -LANDSCAPE AND IRRIGATION INSTALLATION 308-1 General SECTION 310 -PAINTING 310-5 PAINTING VARIOUS SURFACES 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310-5.6.6 Preparation of Existing Surfaces 310-5.6.7 Layout Alignment and Spotting 310-5.6.8 Application of Point SECTION 312 - PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT 20 20 21 21 21 21 20 21 21 22 22 22 22 22 22 22 22 23 23 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS WATER MAIN MASTER PLAN REPLACEMENT — GOLDENROD AVENUE AT COAST HIGHWAY CONTRACT NO. 7010-1 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. W -5356-S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2009 Edition), including supplements. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications for Public Works Construction may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802,714-517-0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents. Add to this section: "If there is a conflict within any one specific Contract Document, the more stringent requirement as determined by the Engineer shall control." 2-6 WORK TO BE DONE. Add to this section: "The work necessary for the completion of this contract consists of but not limited to distributing notices to affected residents, traffic control, locating and potholing existing utilities, removing interfering portions and abandoning in place existing water and & related facilities, furnishing and installing new water mains (open -cut ), water services, fire hydrants, valves, fittings & other appurtenances, and restoring of all affected surface improvements, and other incidental items of work to complete the project." Page 1 of 23 2-9 SURVEYING 2-9.1 Permanent Survey Markers. Delete this section and replace with the following: "The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with the City Surveyor to walk the project to review the survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Record of Survey or Corner Records with the County of Orange upon monument restoration. Existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and/or monuments damaged by the Work." 2-9 SURVEYING 2-9.1 Permanent Survey Markers. Delete this section and replace with the following: "The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with the City Surveyor to walk the project to review the survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Record of Survey or Corner Records with the County of Orange upon monument restoration. Existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and/or monuments damaged by the Work." 2-9.2 Survey Services. Add to this section: "The Contractor shall be responsible for the survey controls and construction survey staking services that are necessary to construct the improvements. At a minimum, two (2) sets of layout staking at 50' intervals as well as all angle points, pipe junctions, and other pipe appurtenances, and copies of each set shall be provided to City 48 -hours in advance of any work. All final layout of pipelines and appurtenances, including surface improvement removal/replacement limits, and field layout adjustments of pipelines (See also SECTION 5 ---UTILITIES) due to conflict avoidance, shall be approved in advance by the Engineer (prior to commencing saw -cut and trenching operations) and documented by the Contractor on the field "As -Built" drawings. Page 2 of 23 SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup. Replace this section with the following: "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............................................ 15 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, one (1) percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractor's actual cost (prior to any markups) of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor." Page 3 of 23 SECTION 5 - UTILITIES 5-1 LOCATION. Add the following: 'The Contractor is responsible for, and shall at his or her expense, pothole all existing utilities which may be affected by the work, and to verify points of connection and potential conflicts. No segment of work for new pipeline shall begin until the contractor has potholed and verified points of connection and related connection material requirements, and coordinated the final layout of the new pipeline with the City representative, including adjustments due to field conflicts with other utilities or structures above or below ground." Add the following after the 3`d paragraph: "Within seven (7) Calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sand blasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre -construction condition or better." 5-2 PROTECTION. Add the following: "In the event that an existing pull or meter box or cover is damaged by the Work and is not re -useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City." Add Section 5-7 ADJUSTMENT TO GRADE 5-7 ADJUSTMENTS TO GRADE. The Contractor shall adjust or replace to finish grade City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. New or replaced water valves indicated on the plan or otherwise directed by the Engineer shall have the water valve cover set flush with finish surface grade. The Contractor will be required to contact Southern California Edison, The Gas Company, AT&T Telephone, cable television, and any other utility facilities to have their existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities in advance of work to avoid potential delays to the Project Schedule. 5-8 SALVAGED MATERIALS. The Contractor shall salvage all existing sewer/storm drain manhole (including grade rings), meter or valve box covers. The Contractor shall salvage all removed cast iron pipes. All salvaged materials owned by the City of Newport Beach shall be delivered to the City's Utilities Yard at 949 West 16th Street, Newport Beach, CA 92663. The Contractor shall coordinate and make arrangements for the delivery of salvaged materials by contacting the Utilities Division at (949) 644- 3011. Page 4 of 23 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section: The time of completion as specified in Section 6-7, shall commence on the date of the 'Notice to Proceed. 6-1.1 Construction Schedule. Add the following between the first and second paragraphs of this section: No work shall begin until a "Notice to Proceed" has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the original schedule and has demonstrated that the ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. 6-7 TIME OF COMPLETION 6-7.1 General. Add to this section: The Contractor shall complete all work under the Contract within 35 consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6-7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 15t (New Year's Day), the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24th (Christmas Eve), December 25th (Christmas), and December 31St (New Year's Eve). If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday." Add the following Section 6-7.4 Working Hours 6-7.4 Working Hours. Normal working hours are limited to 7:00 a.m. to 4:30 p.m. Monday through Friday excluding weekends and holidays, unless otherwise noted in these Contract Documents. Page 5 of 23 The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Goldenrod Intersection at Coast Highway work will be scheduled for night work between the hours of 7:30 p.m. and 6:00 a.m. Contractor shall minimize noise after 11:00 p.m, during night work operations Work will be required to be complete and paved out prior to May 26, 2016. 6-9 LIQUIDATED DAMAGES. Revise sentence three to read: For each consecutive calendar day after the time specified in Section 6-7-1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $1,000. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that the above liquidated damages per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations." SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services. Add to the end of this section: If the Contractor elects to use City water, he shall arrange for a meter and tender a $1,073.21 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a $100 monthly charge for meter use, a charge for water usage and any repair charges for damage to the meter. Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, irrigation during maintenance period for landscaping, etc. City shall designate to the Contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. City reserves the right to limit the location, times and rates of drawing of such water. Page 6 of 23 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 provide the City advanced notice a minimum of seven calendar days prior to the time he desires the shutdown of water and/or sewer facilities to take place. 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 nighttime 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 Engineer. The City must approve any nighttime work in advance. It is the Contractor's responsibility to notify the affected business and residents of the upcoming water shutdown with a form provided by the Engineer at least 48 hours minimum in advance of the water shut down. The Contractor shall provide and install new water meter and valve boxes. 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 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting the City of Newport Beach Utilities Division at (949) 644-3011. 7-8 WORK SITE MAINTENANCE Add Section 7-8.4.3 Storage of Equipment and Materials in Public Streets 7-8.4.3 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction. The Contractor may close Eastbound Goldenrod Avenue along the trench alignment for use as a storage area for no more than two weeks. Maintain access to underground parking structure for the Starbucks building." 7-8.6 Water Pollution Control. Add to this section: "Surface runoff water, including all water.used during sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at www.newportbeachca.gov/publicworks and clicking on permits, then selecting the link Page 7 of 23 Construction Runoff Guidance Manual. Additional information can be found at www.cleanwaternewport.com." 7-8.6.2 Best Management Practices (BMPs). Add to this section: The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030A23 of the City's Municipal Code. 7-8.7.2 Steel Plates. "Steel plates utilized for trenching shall be the slip resistant type per Caltrans Standards. In addition, steel plates utilized on arterial highways shall be pinned and recessed flush with existing pavement surface." 7-10 PUBLIC CONVENIENCE AND SAFETY 7.10.1 Traffic and Access. Add to this section: "The Contractor shall provide traffic control and access in accordance with Section 7-10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. Such measures shall be shown on the Detailed Traffic Control Plans (see Section 7-10.3)." 7-10.3 Street Closures, Detours and Barricades 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 Page 8 of 23 TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic control and detours shall incorporate the following items: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and/or lighted. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3468 and all affected property owners. 5. Sidewalk closures in non-residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure and SIDEWALK CLOSED USE OTHER SIDE signs on barricades at the closest crosswalk or controlled intersection. 6. The Contractor may close Goldenrod Avenue from East Coast Highway to the alley south of the work area, which will also require closing of the Northbound East Coast Highway left turn pocket. During non -working hours Westbound Goldenrod Avenue is to reopen along with the East Coast Highway Left turn pocket. 7. For work on East Coast Highway, the contractor shall maintain one lane of traffic in each direction. Contractor to complete work on one side of the highway prior to switching over to the other side. The Contractor may close off Goldenrod approaches from both the west and the east to minimize cross traffic during the construction operation on East Coast Highway. 8. Normal working hours on East Coast Highway at Goldenrod Avenue intersection (night work) are limited to 7:30 p.m. to 6:30 a.m. Contractor shall minimize noise after 11:00 p.m. during night work operations. The Contractor may also work on East Coast Highway between 7:00 a.m. and 12:00 Noon, 9. At a minimum, the contractor will be required to set-up 2 changeable message boards alerting traffic of all construction and lane closures on East Coast Highway. Page 9 of 23 7-10.4 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 shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." Add the following Section 7-10.5 "No Parking" Signs 7-10.5 "No Parking" Signs. The Contractor shall install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty-eight hours in advance of the need for enforcement. The signs will be provided by the City at no cost to the Contractor. However, the City reserves the right to charge $2.00 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractors responsibility to notify the City's Police Department at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the need for enforcement. The City of Newport Beach "Temporary Tow -Away, No Parking" signs are available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high non -erase letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. Add the following Section 7-10.7 Street Sweeping Signs and Parking Meters 7-10.7 Street Sweeping Signs and Parking Meters. After posting temporary "NO - PARKING -TOW AWAY" signs, the Contractor shall cover street sweeping signs and parking meters, on those streets adjacent to the construction in a manner approved by the Engineer. The contractor shall also cover all street sweeping signs on the opposite side of the street adjacent to construction, in a manner approved by the Engineer. Immediately after construction is complete and the alley is opened to traffic, the Contractor shall uncover the street sweeping signs. Add the following Section 7-10.8 Notice to Residents 7-10.8 Notices to Residents. Ten working days prior to starting work, the Contractor shall deliver a construction notice to the adjacent residents, within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notice. Page 10 of 23 Forty-eight hours prior to the start of any construction, the Contractor shall distribute to the adjacent residents a second written notice prepared by the City clearly indicating specific dates in the space provided on the notice when construction operations will start for each block or alley, what disruptions may occur, and approximately when construction will be complete. An interruption of work at any location in excess of 14 calendar days shall require re -notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. 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 City. Add the following Section 7-15 Contractor's Licenses 7-15 CONTRACTOR'S LICENSES At the time of the award and until completion of work, the Contractor shall possess a Class "A" (General Engineering) Contractor's License. At the start of work and until completion of work, the Contractor and all Sub -contractors shall possess a valid Business License issued by the City of Newport Beach. Add the following Section 7-16 Contractors Records/As-built Drawings: 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 reviewed by the Engineer at the time each progress bill is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the "As -Built" drawings. The "As -Built" shall be submitted and approved 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 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." Add the following Section: 7.18 WATER MAIN PRESSURE TESTING, DISINFECTION AND FLUSHING 7-18.1 General. As a part of this project, the Contractor will be responsible for pressure testing, disinfection and flushing of the new water mains. Page 11 of 23 The Contractor shall adhere to the following special provisions for pressure testing, disinfection and flushing of new water mains and services and Sections 207-21.7, 207- 21.7.1, 207-21.7.2, 306-1.4.5 (Water pressure test) and 306-1.4.7 (Water main Disinfection) of the Standard Special provisions: 1. Water service shall be maintained to all customers at all times except as necessary to transfer service from the old main to the new main. The Contractor's method of providing such continuous service shall be approved by the City prior to construction. 2. Contractor shall pressure test new main lines including any services prior to disinfection. 3. The Contractor shall make arrangements for disinfection and bacteriological testing and certification of the new main and services from Mr. Chris Auger, at (949) 718-3417. The Contractor shall be responsible for disinfection and flushing the main and services as well as pulling the bacteriological samples and running the incubations tests for coliform bacteria. 4. Upon successful completion of the pressure testing and disinfection, the Contractor shall thoroughly flush all mains and services prior to connection to customers. Flushing of services shall be done at the new angle stop and fittings shall be utilized such that the meter box is not flooded by the flushing operation." SECTION 9 - MEASUREMENT AND PAYMENT 9-3 PAYMENT 9-3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization, Demobilization and Cleanup: Work under this item shall include, but not be limited to, mobilization, preparation, survey controls, staking, pipeline layout, survey monument adjustment, re-establishing of property corners disturbed by the work, all labor, tools, equipment and material costs for providing bonds, insurance and financing, preparing and implementing the BMP Plan, preparing and updating construction schedules as needed, attending construction progress meetings as needed, and all other related work as required by the Contract Documents. This bid item shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA markings and providing any required documentation as noted in these Special Provisions. Page 12 of 23 Item No. 2 Traffic Control: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for delivering all required notifications and temporary parking permits, posting signs, covering conflicting existing signs, and all costs incurred notifying residents. In addition, this item includes preparing traffic control plans prepared and signed by a California licensed traffic engineer, and providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow boards and changeable message signs, K -rail, temporary striping, flagpersons. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, Latest edition, and City of Newport Beach requirements. Item No. 3 Trench Excavation Safety Measures: Work under this item shall include but not be limited to submitting a detailed plan to the engineer prior to excavating any trench greater than five feet in depth per the project specifications and implementation of the required shoring and bracing or equivalent methods for the protection of the life and limb, which shall comply to applicable safety orders including, but not limited to, planning, designing, engineering, furnishing, constructing and removing temporary sheeting, shoring and bracing and any other work necessary to conform to the requirements of any permits, OSHA and the construction safety orders of the State of California, pursuant to the provisions of Section 6707 of the California Labor Code to complete the work in place. Item No. 4 Replace Traffic Detector Loops: Work under this item shall include all labor, tools, equipment and material costs to remove and replace traffic signal detector loops (lead loops shall be per City of Los Angeles Standard S -70.1 1D and presence loops shall be Type E per Caltrans Standard plans ES -5A and ES -513), make electrical connections and wirings to existing pull boxes, test, calibrate the new signal loop detectors, and all work items as required to complete the work in place. Item No. 5 Traffic Striping: Work under this item shall include installing traffic striping, pavement markers, and all other work items as required to complete the work in place. Item No. 6 Remove and Replace Existing Water Main with New 12" PVC C-900 (CL -200) Water Main Including Fittings, Trenching, Bedding, Backfill and Resurfacing: Work under this item shall include, but not be limited to, exposing all existing utilities in advance of the work (including potholing), final field layout and construction of new water main (approximately 450'), sawcutting and removal of surfacing (AC or PCC), excavation, trenching, bedding, backfilling & compaction, furnishing and installation of pipe, fittings (including tees, crosses and reducers), couplings, polyethylene encasement, thrust blocks, temporary patching or plating, dewatering, control of ground or surface water, protection and support of existing utilities, removal and disposal of interfering portions of existing 18" CIP water pipe (approximately 210') and appurtenances, abandoning of existing pipes & appurtenances, removal, salvage and delivery of existing fire hydrants and water valves to the City of Newport Beach Utilities Yard, disposal of excess excavated materials, final trench re -surfacing (per specifications section 302-5.2), replacement of existing Page 13 of 23 curb/gutter, sidewalk or driveway and all other related final surface improvements, and work necessary to construct the water main complete and in place. Item No. 7 Furnish and Install 12" Resilient Wedge Gate Valve: Work under this item shall include installing a 12 -inch Ductile Iron Resilient Wedge Valve including, but not limited to, valve box and cover and valve extension and all other work items as required to complete the work in place. Item No. 8 Remove & Dispose Portion of Existing Water Main & Connect with Transition Couplings & Fittings to Existing 12" Water Main: Work under this item shall include sawcutting and removal of surfacing (AC or PCC), removal and disposal of a segment of the existing water main pipe, thrust blocks, valves and fittings, determination of connection requirements, furnishing and installing fittings, transition couplings, pipe adaptors, making final connections to existing water main, polyethylene encasement, thrust blocks, temporary patching or plating, dewatering, control of ground or surface water, protection and support of existing utilities, removal and disposal of interfering portions of existing water pipe and appurtenances, disposal of excess excavated materials, final trench re -surfacing (per specifications section 302-5.2), replacement of existing curb/gutter, sidewalk or driveway and all other related final surface improvements, and work necessary to construct the water main complete and in place. Item No. 9 Abandon in Place Existing Water Mains: Work under this item shall include furnishing all labor, materials and equipment to abandon in place the existing water main for the limits shown on the plans, including, but not limited to, excavation backfill, slung backfill, compaction, pavement removal and replacement, protection of existing water main and improvements to remain in service, plugging and filling abandoned portion of main with 1 -sack slurry, and all other work items as required to complete the work in place. Item No. 10 Remove and Dispose of Existing Valve Vault: Work under this item shall include, but is not limited to, cutting and removing the existing valve vault, excavation, backfill, compaction, disposal of excess material, removal and replacement of pavement (per specifications section 302-5.2), removing existing piping, valves couplings, fittings, frame and cover, vent piping, slurry fill and all other work items as required to complete the work in place. Item No. 11 Furnish/Install Fire Hydrant Assembly (Tee, Thrust Blocks, Valve, Lateral, Bury and F.H.): Work under this item shall include installing a new fire hydrant assembly in accord with City of Newport Beach STD -500-L, including but not limited to sawcutting and removal of surfacing (AC or PCC), excavation, trenching, bedding, backfilling & compaction, fire hydrant (standard style wet barrel James Jones J -3700R), fire hydrant bury, valve, 6" or 8" lateral pipe (per City Standard), tee, thrust blocks valve box and cast Iron traffic cover, valve extension, removal and replacement of surface improvements (concrete curbs, gutters, & sidewalks), removal or abandoning of existing pipes & appurtenances, and all other work items as required to complete the work in place. Page 14 of 23 Item No. 12 Remove Existing and Install New 2" Air and Vacuum Release Valve Assembly: Work under this item shall include, but is not limited to, removing and disposing of existing assembly and installing a new air and vacuum release valve assembly (20" diameter X 24" Air and Vacuum Housing (Sandstone Finish) by Armorcast Part No. P6002002X24-SND) in accord with City of Newport Beach STD - 515 -L, including but not limited to pavement removal and replacement (per specifications section 302-5.2), replacement of existing curb/gutter, sidewalk or driveway and all other related final surface improvements, and work necessary to construct this item complete and in place. Item No. 13 Remove Existing Water Service and Install New 1" Water Service Per City Std -502-L: Work under this item shall include, but not be limited to, exposing all existing utilities in advance of the work (including potholing), final field layout and coordination of new services, sawcutting and removal of surfacing (AC or PCC), excavation, trenching, bedding, backfilling & compaction, furnishing and installation of piping, fittings, couplings, and tie-ins, adjustments to water services on the private side of the meter as required by the City standards, temporary patching or plating, dewatering, control of ground or surface water, protection and support of existing utilities, removal and disposal of interfering portions of existing water service and appurtenances, permanent re -surfacing over new service runs including concrete curbs, gutters and sidewalks, disposal of excavated materials, final trench re -surfacing and all other related final surface improvements, and all other work necessary to construct the water service main complete and in place. Item No. 14 Pressure Test, Disinfect and Flush New Water Mains: Work under this item shall include successfully pressure testing, disinfecting and flushing the new water mains per the City of Newport Beach Standard Specifications. Item No. 15 Prepare As -Built Plans: Work under this item shall include providing one set of redlined prints reflecting any changes made during construction. Redline Plans shall be kept clean, fully legible, up to date, and provided to the Engineer prior to request for payment for said work. 9-3.2 Partial and Final Payment. Delete the third paragraph and replace with the following: From each progress estimate, five (5) percent will be retained by the Agency, and the remainder less the amount of all previous payments will be paid. 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. Page 15 of 23 PART 2 - CONSTRUCTION MATERIALS SECTION 201 - CONCRETE, MORTAR AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1 Requirements 201-1.1.2 Concrete Specified by Class and Alternate Class Add to this section: Portland Cement concrete for construction shall be Class 560-C- 3250. SECTION 207 - PIPE 207-9 IRON PIPE AND FITTINGS 207-9.2 Ductile Iron Pipe for Water and Other Liquids 207-9.2.2 Pipe Joints Add to this section: All flanged pipe joints shall be joined utilizing type 316 Stainless Steel nuts, washers and hex -head bolts. Gasket shall be full-faced, cloth reinforced Buna-N rubber. Flex and Transition coupling used to join pipe in water main construction shall have all threaded parts and joining hardware fabricated from Type 316 Stainless Steel. Pipe hardness assemblies, valve and fitting restraints and shackle -clamp assemblies shall be joined utilizing Type 316 Stainless Steel all -thread rod, nuts, bolts and washers. Clamps, shackles and other hardware may be carbon steel or ductile iron where appropriate, but must be coated liberally with corrosion protective mastic compound. Bolted connectors fabricated from Stainless Steel shall have threaded parts coated liberally with an approved anti -seize compound. All bolted and threaded fasteners shall be manufactured in the United States of America and shall conform to the minimum requirements for strength, material construction and dimension as established by the ASTM and the ANSI Specifications. All Fasteners shall be accompanied by written certification from the manufacturer stating compliance with the appropriate specification. All mechanical joints shall be restrained joints Page 16 of 23 207-9.2.3 Fittings Add to this section: "Water main fittings shall be manufactured in accord with AWWA C110 (ANSI A21-10) and 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 1316.5 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." 207-9.2.6 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. 207-9.3 Resilient Wedge Gate Valves 207-9.3.1 General. Where specifically shown on project plans approved by the Engineer, resilient wedge gate valves may be used. Gate valves shall be solid, single, resilient wedge type design and shall equal or exceed the requirements established by specifications of AWWA. Valves shall be as manufactured by AVK and shall be per AWWA Specification C-509 for resilient seated gate valves, latest revision. Valve wedge disk and disk nut shall be fully encapsulated in an approved rubber coating. Valves may be furnished with bronze or stainless steel discs. Where cast bronze is approved the bronze shall be comprised of 85 percent copper, 5 percent tin, 5 percent lead, and 5 percent zinc. The stem shall be non -rising, shall be stainless steel Valves shall be furnished with triple O-ring stem seals and stainless steel bonnet bolts. Bonnet bolts shall be recessed into the valve body and shall be sealed from exposure via a hot -melt applied sealing compound. The operating nut shall be a 2 -inch square bronze stem operating nut. Operating nut shall be held in place with a stainless steel cap nut. Valve ends shall be flanged end or mechanical joint end as called for in the construction plans. All end configurations shall conform to the pipe manufacturer's specifications and the project construction plans. Valve body and bonnet shall be fabricated from ductile iron and shall be electrostatically coated inside and out. Electrostatic powder coating shall be applied per SSPC SP -6 or SP -10 surface preparation criteria and shall be applied to a preheated material surface Page 17 of 23 via the fluidized bed process or applied via the electrostatic process and then be cured by the post -heat thermal fusion method. Double disc style gate valves shall not be considered as a substitute or and equivalent to resilient wedge gate valves and shall not be permitted. SECTION 214 - PAVEMENT MARKERS 214-4 NONREFLECTIVE PAVEMENT MARKERS Add to this Section: "All new non -reflective pavement markers types A and AY shall be ceramic." 214-5 REFLECTIVE PAVEMENT MARKERS Add to this Section: "All new reflective pavement markers shall have glass -covered reflective faces or be 3M Series 290." PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials Add to this Section: Removal and disposal of material shall be done by City approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at: htti)://newportbeachca.aov/index.aspx?page=157 and then selecting the link Franchised Haulers List. 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 for Public Works Construction 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 stompers 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 shall remove any broken concrete, debris or other deleterious material from the job site at the end of each workday or as directed by the Engineer. All areas of roadway removal and replacement shall have a minimum trench width of 3 -feet to facilitate Page 18 of 23 maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement. The Contractor shall dispose of all excess or waste material and shall include all fees for such disposal in the appropriate bid items. 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." Replace the words "1 '/2 inch" of the last sentence with the words "two (2) inches". Add the following Section 301.5 Solid Waste Diversion 300-1.5 Solid Waste Diversion Non -reinforced concrete and asphalt wastes generated from the job site shall be . disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer and provide appropriate confirmation documentation from the recycling facility. All material disposal manifests shall be provided to the Engineer prior to release of final retention. SECTION 302 - ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General Add to this section: `The asphalt concrete (A.C.) used for surface caps shall be IIIC3 PG 64-10. The A.C. for base course shall be 111132 PG 64-10. All cracks '/-inch or greater in width shall be cleaned, have weed kill applied and sealed with a hot -applied crack sealant approved by the Engineer. In residential areas no highway rated equipment or trucks are to be used (eg. no super trucks). Use truck and trailers or transfers. Use of heavier rated trucks must be approved by Engineer. The top 1-Y2 inches of asphalt (finish course) shall be placed in a separate lift. Holes, spalls, and cracks greater than 1 -inch in width shall be filled and compacted 95% minimum with an F -AR 4000 asphalt concrete mix. The pavement shall then be cleaned with a power broom." Page 19 of 23 Add the following section 302-5.2 Pavement Restoration 302-5.2 Pavement Restoration. Within 30 days of trench base paving, the Contractor shall complete final grading and capping per the pavement restoration table listed below. All trench base paving shall be placed flush with the existing pavement surface. All paving shall include replacement of traffic detector loops (including any temporary traffic detector loops that may be required), traffic striping, and raised pavement markers. Street Pavement Restoration Full lane width replacement including Goldenrod Avenue @ Coast shoulder on eastbound direction; 5' wide "T" Highway trench across highway. 4" A.C. IIIC3 PG 64- 10 over 6" A.C. IIIB@ PG 64-10 302-5.4 Tack Coat. Add to this section: "Prior to placing the asphalt concrete patches, a tack coat of Type SS -1 h asphaltic emulsion at a rate not to exceed one —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." 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, irrigation systems shall be repaired, 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 3,000 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." Page 20 of 23 303-5.5 Finishing 303-5.5.1 General Add to this section: "The Contractor shall patch back A.C., P.C.C. and brick 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" or "W" for sewer or water lateral and a chiseled "V -X" for water valve locations. 'W shall indicate the number of feet from the curb face to the valve. A two (2) day notice to the Engineer is required for requests to the City to determine the location of sewer laterals and water services." 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." SECTION 306 --- UNDERGROUND CONDUIT CONSTRUCTION 306-1.1.5 Removal and Replacement of Surface Improvement. Add to this section: "The thickness of the existing pavement and base sections will vary. The Contractor shall assume the following existing minimum pavement sections. The type and depth of the existing pavement and base sections shown below were obtained from improvement plans, pothole investigations or geotechnical soil borings and the City does not guarantee the accuracy of this determination. All water main trenching and resurfacing shall be "T" type as per City of Newport Beach Standard Drawing STD -105- L -B. Street/Alley Goldenrod Avenue East Coast Highway Pavement Structural Section 8" - 10" AC over 6" AB Sections vary from 18" AC over 10" PCC & 10" AC over 12" base 306-1.2.1 Bedding. Add to this section: "Bedding material shall be clean, well graded imported sand having a minimum sand equivalent of 30 per ASTM D2419. Imported sand shall be a granular material free from clay balls, organic material and other deleterious substances. The bedding material shall be compacted to a minimum relative compaction of 90% and shall be a minimum thickness of twelve (12) inches." Page 21 of 23 SECTION 310 - PAINTING 310-5 PAINTING VARIOUS SURFACES 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310-5.6.6 Preparation of Existing Surfaces Modify and amend this section to read: "The Contractor shall remove all existing thermoplastic traffic striping and pavement markings prior to application of slurry seal by a method approved by the Engineer." 310-5.6.7 Layout, Alignment, and Spotting Modify and amend this section to read: '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." 310-5.6.8 Application of Paint Add to this section: "Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. The final striping for all painted areas shall be sprayable reflectorized thermoplastic. The sprayable reflectorized thermoplastic pavement striping shall not be applied until the paving has been in place for at least 15 days. The thermoplastic shall be applied at 0.25 mm minimum thickness for all striping except crosswalks and limit lines — which shall be 0.90 mm minimum thickness. Primer shall be applied to concrete surfaces prior in application of thermoplastic striping. The primer shall be formulated for the intended application. 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 Page 22 of 23 re -notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes/covers/damages 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." Add the following Section: 310-5.6.11 Pavement Markers All Pavement markers shall comply with Section 85 of the State of California Standard Specifications. Non -reflective markers shall be ceramic. All new markers shall have glass faces or be 3M series 290. SECTION 312 - PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT Amend this section with: 1. The location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD -902-L. 2. The Contractor shall not replace raised pavement markers until fifteen days after the application of the pavement or slurry." Page 23 of 23