HomeMy WebLinkAboutC-3987(A) - Human Resources Trailer - Informal ContractCITY OF NEWPORT BEACH
INFORMAL CONTRACT
ELECTRICAL AND DATA CONDUIT INSTALLATION FOR THE
HUMAN RESOURCES TRAILER RELOCATION
Approved by
Stephen G. Badum
Public Works Director
For further information, call Tom Sandefur, Project Manager at (949) 644 -3312
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ELECTRICAL AND DATA CONDUIT INSTALLATION FOR
THE HUMAN RESOURCES TRAILER RELOCATION
TABLE OF CONTENTS
INSTRUCTIONS TO CONTRACTOR .............................................. ..............................1
DESIGNATION OF SUBCONTRACTOR(S) ..................................... ..............................3
NOTICE TO CONTRACTOR ............................................................ ..............................4
CONTRACT...................................................................................... ..............................5
PROPOSAL................................................................................ ............................... PR -1
SPECIAL PROVISIONS ................................................................. ...........................SP -1
ei
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ELECTRICAL AND DATA CONDUIT INSTALLATION FOR
THE HUMAN RESOURCES TRAILER RELOCATION
The following documents shall be completed, executed and received by the Public Works
Department.
DESIGNATION OF SUBCONTRACTORS
PROPOSAL
The City of Newport Beach will not permit a substitute format for the Contract Documents
listed above.
3. 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 relating to prevailing wage rates (Sections 1770 -7981
inclusive).
4. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5
of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public
Contracts Code, "Subletting and Subcontracting Fair Practices Act ".
5. All documents shall bear signatures and titles of persons authorized to sign on behalf of the
Contractor. 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.
3-111ce1 e - to
Contractor's License No. & Classification
(30..*
Contractor Name ( e `
c J
Auth zed Signature/Title arcs' �P
I I- 'Q 1- o-?
Date
- 1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ELECTRICAL AND DATA CONDUIT INSTALLATION FOR THE HUMAN
RESOURCES TRAILER RELOCATION
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 Contractor, by signing this designation, certifies that bids from the following
subcontractors have been used in formulating the price for the project and that these
subcontractors will be used subject to the approval of the Engineer and in accordance with State
law. No changes may be made in these subcontractors except with prior approval of the City of
Newport Beach. (Use additional sheets if needed)
Subcontractor's Name,
Address, Telephone #
Bid
Item
Number
Percent
Of Total
Bid
Description of Work
Percent of
Total Bid
Y1pn Q
Sloce CAC t C
Contractor Aut oriz Signature/Title
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ELECTRICAL AND DATA CONDUIT INSTALLATION FOR THE HUMAN
RESOURCES TRAILER RELOCATION
NOTICE TO CONTRACTOR
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 Contractor:
• CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS
The City of Newport Beach will not permit a substitute format for these Contract
Documents. Bidders are advised to review their content with insuring and legal agents
prior to submission of bid. Certificate(s) of Insurance, General Liability Insurance
Endorsement, and Automobile Liability Insurance Endorsement shall be provided
as required by the Contract documents and delivered to the Public Works
Department within ten (10) working days) after the date of receipt of the Notice of
Award to the successful bidder.
Pursuant to Public Contract Code Section 22300, appropriate securities may be
substituted for any monies to be withheld to ensure performance under the Contract.
Insurance companies affording coverage shall be (1) currently authorized by the Insurance
Commissioner to transact business of insurance in the State of California, and (2) assigned
Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance
with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be
provided as specified in the Standard Specifications for Public Works Construction, except as
modified by the Special Provisions. Certificates of Insurance and additional insured
endorsements shall be on the insurance company's forms, fully executed and delivered with the
Contract. The Notice to Proceed will not be issued until all contract documents have been
received and approved by the City.
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ELECTRICAL AND DATA CONDUIT INSTALLATION FOR THE HUMAN
RESOURCES TRAILER RELOCATION
THIS AGREEMENT, entered into this ' 'at day of io4l, 2007, by and between the CITY OF
NEWPORT BEACH, hereinafter "City," and Bay Shore Electric, Inc., a California corporation,
hereinafter "Contractor," is made with reference to the following facts:
WHEREAS, City has solicited for bids for the following described public work:
Install 100 amps of single phase power to the new trailer from the existing 200 -amp
panel on the Planning trailer. Also, Install three data conduits to connect the new
trailer and the Council Chambers to the computer room.
WHEREAS, Contractor has been determined by City to be a responsible Contractor, and the
compensation set forth in this Contract, is based upon Contractor's careful examination of all
Contract documents, plans and specifications.
NOW, THEREFORE, City and Contractor agree as follows
A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the
following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Non -
Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment Bond,
Permits, General Conditions, Standard Special Provisions and Standard Drawings, Plans
and Special Provisions for ELECTRICAL AND DATA CONDUIT INSTALLATION FOR
THE HUMAN RESOURCES TRAILER RELOCATION, Standard Specifications for Public
Works Construction (current adopted edition and all supplements) and this Agreement,
and all modifications and amendments thereto (collectively the "Contract Documents').
The Contract Documents comprise the sole agreement between the parties as to the
subject matter therein. Any representations or agreements not specifically contained in
the Contract Documents are null and void. Any amendments must be made in writing,
and signed by both parties in the manner specified in the Contract Documents.
B. SCOPE OF WORK Contractor shall perform everything required to be performed, and
shall provide and furnish all the labor, materials, necessary tools, expendable equipment
and all utility and transportation services required for the Project:
All of the work to be performed and materials to be furnished shall be in strict accordance
with the provisions of the Contract Documents. Contractor is required to perform all
activities, at no extra cost to City which are reasonably inferable from the Contract
Documents as being necessary to produce the intended results.
C. COMPENSATION As full compensation for the performance and completion of the
Project as required by the Contract Documents, City shall pay to Contractor and
Contractor accepts as full payment the sum of Twenty- Thousand, Seven Hundred Fifty
and 001100 Dollars ($20,750.00)
This compensation includes:
(1) Any loss or damage arising from the nature of the work,
(2) Any loss or damage arising from any unforeseen difficulties or obstructions in the
performance of the work,
(3) Any expense incurred as a result of any suspension or discontinuance of the work, but
excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the
Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance
of the work by City.
D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before
making its final request for payment under the Contract Documents, Contractor shall
submit to City, in writing, all claims for compensation under or arising out of this Contract.
Contractor's acceptance of the final payment shall constitute a waiver of all claims for
compensation under or arising out of this Contract except those previously made Jn writing
and identified by Contractor in writing as unsettled at the time of its final request for
payment.
E. WRITTEN NOTICE Any written notice required to be given under the Contract
Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid,
directed to the address of Contractor and to City, addressed as follows:
CITY
City of Newport Beach
Public Works Department
3300 Newport Boulevard
Newport Beach, CA 92663
Attention: Tom Sandefur
(949) 644 -3312
(949) 644 -3308 Fax
CONTRACTOR
Bob Behling
Bay Shore Electric, Inc.
24843 Del Prado, #140
Dana Point, CA 92629
949 - 645 -9341
949 - 240 -5117 Fax
F. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this Contract,
hereby certifies:
"I am aware of the provisions of Section 3700 of the Labor Code which requires every
employer to be insured against liability for Workers' Compensation or undertake self -
insurance in accordance with the provisions of the Code, and I will comply with such
provisions before commencing the performance of the work of this Contract."
G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less
than A:VII and insurers must be a California Admitted Insurance Company.
Contractor shall furnish City with original certificates of insurance and with original
endorsements effecting coverage required by this Contract. The certificates and
endorsements for each insurance policy are to be signed by a person authorized by that
insurer to bind coverage on its behalf. All certificates and endorsements are to be
received and approved by City before work commences. City reserves the right to
require complete, certified copies of all required insurance policies, at any time.
Contractor shall procure and maintain for the duration of the contract insurance against
claims for injuries to persons or damages to property which may arise from or in
connection with the performance of the work hereunder by Contractor, his agents,
representatives, employees or subcontractors. The cost of such insurance shall be
included in Contractor's bid.
1. Minimum Scope of Insurance
Coverage shall be at least as broad as:
a) Insurance Services Office Commercial General Liability coverage "occurrence"
form number CG 0002 (Edition 11/85) or Insurance Services Office form number
GL 0002 (Edition 1173) covering Comprehensive General Liability and Insurance
Services Office form number GL 0404 covering Broad Form Comprehensive
General Liability.
b) Insurance Services Office Business Auto Coverage form number CA 0002 0287
covering Automobile Liability, code 1 "any auto' and endorsement CA 0029 1288
Changes in Business Auto and Truckers Coverage forms - Insured Contract.
c) Workers' Compensation insurance as required by the Labor Code of the State of
California and Employers Liability insurance.
2. Minimum Limits of Insurance
Coverage limits shall be no less than:
a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily
injury, personal injury and property damage. If Commercial Liability Insurance or
other form with a general aggregate limit is used, either the general aggregate
limit shall apply separately to this project/location or the general aggregate limit
shall be twice the required occurrence limit.
b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily
injury and property damage.
c) Workers' Compensation and Employers Liability: Workers' compensation limits
as required by the Labor Code of the State of California and Employers Liability.
3. Deductibles and Self- Insured Retentions
Any deductibles or self- insured retentions must be declared to and approved by City.
At the option of City, either: the insurer shall reduce or eliminate such deductibles or
self- insured retentions as respects City, its officers, officials, employees and
volunteers; or Contractor shall procure a bond guaranteeing payment of losses and
related investigations, claim administration and defense expenses.
4. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, the following provisions:
a) General Liability and Automobile Liability Coverages
City, its officers, agents, officials, employees and volunteers are to be
covered as additional insureds as respects: liability arising out of activities
performed by or on behalf of Contractor, including the insured's general
supervision of Contractor; products and completed operations of Contractor;
premises owned, occupied or used by Contractor; or automobiles owned,
leased, hired or borrowed by Contractor. The coverage shall contain no
special limitations on the scope of protection afforded to City, its officers,
officials, employees or volunteers.
Contractor's insurance coverage shall be primary insurance and/or primary
source of recovery as respects City, its officers, officials, employees and
volunteers. Any insurance or self- insurance maintained by City, its officers,
officials, employees and volunteers shall be excess of the Contractor's
insurance and shall not contribute with it.
iii. Any failure to comply with reporting provisions of the policies shall not affect
coverage provided to City, its officers, agents, officials, employees and
volunteers.
iv. Contractor's insurance shall apply separately to each insured against whom
claim is made or suit is brought, except with respect to the limits of the
insurer's liability.
v. The insurance afforded by the policy for contractual liability shall include
liability assumed by contractor under the indemnification /hold harmless
provision contained in this Contract.
b) Workers' Compensation and Employers Liability Coverage
The insurer shall agree to waive all rights of subrogation against City, its officers,
agents, officials, employees and volunteers for losses arising from work
performed by Contractor for City.
c) All Coverages
Each insurance policy required by this clause shall be endorsed to state that
coverage shall not be suspended, voided, canceled, rescinded by either party,
reduced in coverage or in limits except after thirty (30) days' prior written notice
by certified mail, return receipt requested, has been given to City.
All of the executed documents referenced in this contract must be returned within
ten (10) working days after the date on the "Notification of Award," so that the City
may review and approve all insurance and bonds documentation.
5. Acts of God
Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for
the repairing and restoring damage to Work, when damage is determined to have
been proximately caused by an Act of God, in excess of 5 percent of the Contract
amount provided that the Work damaged is built in accordance with the plans and
specifications.
6. Right to Stop Work for Non - Compliance
City shall have the right to offer the Contractor to stop Work under this Agreement
and /or withhold any payment(s) which become due to Contractor hereunder until
Contractor demonstrates compliance with the requirements of this article.
H. RESPONSIBILITY FOR DAMAGES OR INJURY
City and all officers, employees and representatives thereof shall not be responsible in
any manner: for any loss or damages that may happen to the Work or any part
thereof; for any loss or damage to any of the materials or other things used or
employed in performing the Work, for injury to or death of any person either workers or
the public; or for damage to property from any cause arising from the construction of
the work by Contractor, or its subcontractors, or its workers, or anyone employed by it.
2. Contractor shall be responsible for any liability imposed by law and for injuries to or
death of any person or damage to property resulting from defects, obstructions or from
any cause arising from Contractor's work on the Project, or the work of any
subcontractor or supplier selected by the Contractor.
3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees
from and against (1) any and all loss, damages, liability, claims, allegations of liability,
suits, costs and expenses for damages of any nature whatsoever, including, but not
limited to, bodily injury, death, personal injury, property damages, or any other claims
arising from any and all acts or omissions of Contractor, its employees, agents or
subcontractors in the performance of services or work conducted or performed
pursuant to this Contract; (2) use of improper materials in construction of the Work; or,
(3) any and all claims asserted by Contractor's subcontractors or suppliers on the
project, and shall include reasonable attorneys' fees and all other costs incurred in
defending any such claim. Contractor shall not be required to indemnify City from the
active negligence or willful misconduct of City, its officers or employees.
4. To the extent authorized by law, as much of the money due Contractor under and by
virtue of the Contract as shall be considered necessary by City may be retained by it
until disposition has been made of such suits or claims for damages as aforesaid.
Nothing in this article, nor any other portion of the Contract Documents shall be
construed as authorizing any award of attorneys' fees in any action to enforce the
terms of this Contract, except to the extent provided for in H.3, above.
6. The rights and obligations set forth in this Article shall survive the termination of this
Contract.
I. 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.
CONFLICT If there is a conflict between provisions of this Contract and any other
Contract Document, the provisions of this Contract shall prevail.
K. WAIVER A waiver by City or any term, covenant, or condition in the Contract
Documents shall not be deemed to be a waiver of any subsequent breach of the, same or
any other term, covenant or condition.
IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day
AS TO
-'2�C
AARON C. HARP
Assistant City Attorney
Attachment: Proposal
BAY SHORE ELECTRIC, INC.
By: i i1�xKdvti J69 X A
( orporate Officer)
Title: \Or !S 1 04 n
Print Name: Q \cx,,44 dr. l ext h�:tiJ
By: C y\C-' 1 - -' k- �!-
(Financial Officer)
Title: vice - 9( e4j i�',A4-
Print Name: Q WA "II &C L-� of hl; �
F :\Users \PBVJ\Shared\Contmcts \FY 07 -08\HR Trailer C- 3987\1rdormal Contracts with Bayshore and Fleming\BAYSHORE INFORMAL
CONTRACT.doc
Nov 20 07 06:06P
f5ay 56ore F{ectric, Inc.
24843 Del Prado #140
Dana Point, CA 92629
Phone # 949 - 645 -9341
Fax # 949 - 240 -5117
TO:
CITY OF NEWPORT BEACH
PO BOX 1765
NEWPORT BEACH, CA 92635
ATTN: MIKE SWACORI
P.1
Contract & Proposal
DATE
10/11/2007
TERMS
DESCRIPTION
TOTAL
JOB: CITY HALL TRAILER
INCLUDES:
INSTALLED 100 AMPS OF SINGLE PRASE POWER TO NEW TRAILER IN FRONT OF COUNSEL
CHAMBERS FROM EXISTING 200 AMP PANEL ON TRAILER # 1.
INSTALL (3) 2- DATA CONDUITS. (1) FROM NEW TRAILER TO UNDER CURB AT STREET, (1)
FROM COMPUTER ROOM TO UNDER CURB AT STREET. (1) FROM COUNSEL CHAMBERS TO
UNDER CURB AT STREET. THE THREE DATA CONDUITS WILL BE INSTALLED ON THE
STREET BY OTHER CONTRACTOR DOING THE STREET WORK.
20,750.00
v�C
COQ CTOR SIGNATURE
CUSTOMER SIGNATURE
E)ay Snore rlectric, Inc.
24843 Del Prado, #140
Dana Point, CA 92629
License C-10 737461
Phone 949- 645 -9341
Facsimile 949. 240.5117
Mike Sinacori
City of Newport Beach
P.O. Box 1768
Newport Beach, CA 92660
Dear Mike,
Our current address is: 24843 Del Prado #140, Dana Point CA 92629
Our service staff at Bay Shore Electric, Inc. is able to service and maintain a vast
range of machinery and equipment for heavy and light industries. We currently have
5 service and installation vehicles on the road, and are proud that all of our
electricians are certified by the state of California.
The following is a list of our current rates, licenses and insurances:
Hourly Wage: $72.50 per man hour- Monday - Friday 7am -5pm
Overtime Wage: $108.75 per man hour- After 5pm on Weekdays & Weekends
No trip charge
California State license number: 737461
Type license: C -10
City of Newport Beach license: BT00005632
Workman's Compensation Insurance: Preferred Employers- Policy #WKN1324141
General Liability Insurance: AMCO Insurance Co /Allied- Policy #781200522
Thank you for your continued business. It is our privilege to work with you.
Sincerely,
Danielle Petancic
Bay Shore Electric, Inc.
Fax Server 11/27/2007 3:55:19 PM PAGE 002/009 Fax Server
ACORD CERTIFICATE OF LIABILITY INSURANCE
00/07 000
rRGcucER (949)261 -5335 FAX ( 949) 261 -1911
Tutton Insurance Services, Inc.
2913 S. Pullman St.
Santa Ana, CA 92705
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE NO OR
HOLDER THIS CERTIFICATE DOES NOT
ALTER THE COVERAGE AFFORDED BY THE�POLICIES BELOW.
INSURERS AFFORDING COVERAGE
NAIL■
Baum Bay Shore Electric, Inc.
24843 Del Prado
0140
Dana Point, CA 92628
nmR A: Peerless Insurance Company
DS
FIRERS Preferred Employers Insurance
AUTHORMDRE3RE ATIVE n
nauREec
GENERAL LIABILITY
reuRERD
11/27 /2007
w RERE
E NOCCURRENCE
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. MNMfHSTAIIDNG
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WTH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCREED HEREIN IS SUBJECT TO ALL THE TERNS, EXCLUSMS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE UMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
Ran TR
City of Newport Bach
TYPEWINSURMECE
POLICY NUMBER
POUCYEnECTNE
POLNYa N
DAMIN
LIM"
AUTHORMDRE3RE ATIVE n
Newport Beach, CA 92663
GENERAL LIABILITY
CBP9359024
11/27 /2007
11/27/2008
E NOCCURRENCE
s- 1,000,
X CommeR ALGEJHNN.UASAIrY
OANAGETORFMED
f I00
CLAMSMADE aOLCIIR
IIEO PXP(M,TVw D•�oN
f 1
PERw &MVINJURY
s 1000
A
OENERALAOOREGIITE
f 2,000,
GENLAGGREGATELMRAPMMSPER:
PROd1CIS- COMPgPAGG
f 2,000,
X POLICY J`ECT LOC
AUTOMOMIEUWNUTY
ANYAUro
coI SINGLE UMR
O.Wdvo
f
ALLOWlEDAUr08
SQEOULEDAUTO.a
SUI
kAl
DLYINJUW
Pere -fl)
f
a INURY
r° MR
f
"MMAUIOG
NONOYYNEDAUTOS
DATE
RISK MA
GER
PRGP E oAmME
P%rAxlMro
f
NAME UASLRY
AUfOOM.Y.MXQDENr
f
mHETTHAN EA Mc
f
ANY AUTO
AurDO rA A6
f
EIWBBIUMFEFaIaLMELITY
EACH OCCURRENCE
f
OCCUR El IwI
AODRL TE
f
f
f
DETIUCIISE
f
RETENTON f
WGRKEINOOMPENSAMONAND
WKN1324142
10 /09/2007
10/09/2008
X wcsraTU' °m'
g
EAPLOYERYDAMLnY
ANY MEMBER SO UDED?LramvE
OFFICEAIMEA9ER EXCLUDED?
EL EACH AOOOEM
f 1,000,
EL pSEABE -FJI EMP
f 1,000,
New, daamibe uNs
BPECUL PROVI6101V6 bAIaN
EL nEEASE- POLICYUAfT
f 1 BOO
OTHER
ItlCRIPi1R! TNnSILOOAn IyM ! UIMONRAWEDWEN TIS
: Insta 100 asps o sing e posse power to t e HHeT tra er ram the ezistinp 200 -asp pane of the
Manning trailer. Also, Install three data conduits to connect the new trailer and the Council Changers
to the computer roam.- 3300 Newport Blvd., Newport Beach, CA 92663
ity of Newport Bach, its officers, agents, officials, employees and volunteers are named additional
'nsured per the attached GECQ602 09/04 Endint. ** **Notes * ***
P
P=0779rJT= MYM mo rAMPOI I aTEnN
ACORD2$(24IPM FAX: (949)644 -3308 4AACORD CORPORATION 1988
MHWLDANYGF THEAaOYE OEBCREEO POLXXFU{FIE G1NIAlEB 6EDRETME
EXMARON DATE THEREOF. THE USING MUM LYIL EuDBUM TO ML
City of Newport Bach
*30 wrswwrrFe+NOnce TO Tle GemHECATS ImoLBEtTeM ®TOTTe LP}T,
Public Works
BUT PNWRE TO ML WON HOME BUFL NPOSE NO MUGATM OR LIAMUTY
330 Newport Blvd.
W ANY RIND UPON THE MUREa rul MENTa OR RE MNTATIYLRJ.
AUTHORMDRE3RE ATIVE n
Newport Beach, CA 92663
Stanley Tutton 30SE
ACORD2$(24IPM FAX: (949)644 -3308 4AACORD CORPORATION 1988
Fax Server 11/27/2007 3:55:19 PM PAGE 003/009 Fax Server
City of Newport Beach
Certificate issued to City of Newport Beach 11/27/2007
Tutton Insurance Services, Inc.
11/20/2007
This insurance is primary per attached 000001 10/01 Endmt. This insurance is non - contributory per
attached endorsement. WC waiver applies, endorsement to be issued by carrier.
;10 day notice of cancellation for non - payment of premium.
Fax Server 11/27/2007 3:55:19 PM PAGE 004/009 Fax Server
b. If required by a written 'Snwmd contract", we waive any right of recovery we may have against any
person or organization because of payments we make for Injury or damage arising out of your
ongoing operatlons or "your work" done under that written "Insured contrail" for that person or
organization and included in the "products- completed operations hazard".
Item 10. and Kam 11. are added.,
to. Cancellardw Condition
If we carocei this policy for any reason other than nonpayment of premium we will mar or deWff
written notice of cancellation to the first Named Insured at least 00 days prior to the effective date of
cancellation.
1t. Liberalizadon
If we adopt a change in our forms or rules which would broaden your coverage without an a #re
charge, the broader coverage will apply to this policy. This eidenslon is egective upon the approval
of such broadercooeragein yourstate.
SECTION Y- DEFINITIONS
fie k9owingdeffink nsare added or changed.
9. "Insured contract"
a. Is changed to:
a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that
Indemnities any person or organization for damage by fie, e9losion or sprWder leeloige to
premises while rented to you, or temporarily ocxupled by you with permission of the owner, or
managed by you under a written agreement with the owner is not an Insured oordmcr.
23 and 24 are added.•
23. "Location" means premises involving the some or connecting lots, or premises whose connection is
interrupted only by a street, roadway, waterway or right-of-way of a railroad.
24. "Product recall ndification expenses" means the reasonable additional expenses (including, but not
limited to, cost of correspondence, newspaper and magazine advertising, radio or television
announcements and transportation cost), necessarily incurred in arranging for the return of products,
but excluding costs of the replacement products and the cash value of the damaged products.
The following Provisions are also added to this Coverage Part
A. ADDITIONAL INSUREDS - BY CONTRACT, AGREEMENT OR PERMIT
1. Paragraph 2. under SECTION II - WHO IS AN INSURED is amended to include as an insured any
person or organization when you and such person or organization have agreed in writing in a contract,
agreement or permit that such person or organization be added as an additional Insured on your policy to
provide insurance such as is afforded under this Coverage Part. Such person or organization Is not
entitled to any notices that we are required to send to the Named Insured and is an additional insured
only with respect to liability arising out of
a. Your ongoing operations performed for that person or organization; or
b. Premises orfaalilies owned or used by you.
oECG 602 (09/04) bmuldw copy,ighlcdme WW of immmm Sw*m o®m. Inc. with dspamia w Np 4 or4
Fax Server 11/27/2007 3:55:19 PM PAGE 005/009 Fax Server
Wdh respect to provision 1.e. above, a person's or organization's status as an insured under this
endorsement ends when your operations for that person or organization are completed.
With rasped to provision 1.b. above, a person's or organization's status as an Insured under this
endorsement ends when their contract or agreement with you for such premises or facilities ends.
2. This endorsement provision A. does not apply:
a. Unless the written contract or agreement has been executed, or permit has been issued, prior to the
*bodily Injury','propedy damage' or 'personal and advertising injury';
b. To 'bodily injury' or 'property damage" occurring after.
(1) All work, including materiels, parts or equipment furnished in connection with such work, in the
project (other than service, maintenance or repairs) to be performed by or on behalf of the
additional Insured(s) at the site of the covered operations has been completed; or
(2) That portion of your work' out of which the Injury or damage arses has been put to Its Intended
use by any person or organization other then another contractor or subcontractor engaged in
performing operations for a principal as a part of the same project;
c. To the renderi ng of or failure to render any professional services including, but not limited to, any
professional architectural, engineering or surveying services such as:
(1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions,
reports, surveys, field orders, change orders or drawings and specifications; and
(2) Supervisory, inspection, architectural or engineering acMies;
d. To 'bodily Injury, 'property damage or'pemonal and advertising Injury arising out of any act, error
or omission that results from the additional insured's sole negligence or wrongdoing;
a. To any person or organization included as an Insured under provision B. of this endorsement
f. To any person or organization included as an insured by a separate additional insured endorsement
issued by us and made a pad of this policy.
S. ADDITIONAL INSURED— VENDORS
Paragraph 2. under SEC71ON II - WHO IS AN INSURED is amended to include as an insured any person or
organization (referred to below as bendor) with whom you agreed, in a written contract or agreement to
provide insurance such as is afforded under this policy, but only with respect to `bodily injury' or'property
damage' arising out of your products' which are distributed or sold In the regular course of the vendor's
business, subject to the following additional exclusions:
1. The insurance afforded the vendor does not apply to:
a. 'Bodily injury or' property damage' for which the vendor is obligated to pay damages by
reason of the assumption of liability in a contract or agreement. This exclusion does not apply
to liability for damages that the vendorwould have in the absence of the contract or
agreement;
b. Any express warranty unauthorized by you;
c. Any physical or chemical change in the product made intentionally by the vendor,
earn cm tosraa} rsp s or5
Fax Server 11/27/2007 3:55:19 PM PAGE 006/009 Fax Server
d. Repackaging, unless unpadred solely for the purpose of inspection, demonstration, testing, or
substitution of parts under instructions from the manufacturer, and then repackaged in the
original container;
a. Any (allure to make such inspections, adjustments, tests or servicing as the vendor has agreed
to make or normally undertakes to make in the course of business, in connection with the
distribution or sale of the products;
f. Demonstration, installation, servicing or repair operations, except such operations performed
at the vendor's premises In connection with the sale of the product;
g. Products which, after distribution or sale by you, have been labeled or relabeled or used as a
container, part or ingredient of any other thing or substance by or for the vendor; or
h. To 'bodily injury' or 'property damage' arising out of any act, error or omission that results from the
additional insured's sole negligence or wrongdoing.
2 This Insurance does not apply to any Insured person or organization, from whom you have acquired such
products, or any ingredient, part or container, entering into, accompanying or containing such products.
0806603 (09104) hmhtln oopyiigua mdaid of hmumme Service.Office W with haPemdcdon Page 6 cM
Fax Server 11/27/2007 3:55:19 PM PAGE 007/009 Fax Server
b. If a claim is made or "suit" is brought against
4. Other Insurance
any insured, you must:
If other valid and collectible Insurance Is available
(1) Immediately record the specifics of the
to the Insured for a loss we cover under Cover -
claim or "suh" and the date received; and
ages A or B of this Coverage Part, our obligations
(2) Notify us as soon as practicable.
are limited as follows:
You must see to it that we receive written no-
a. Primary Insurance
tice of the claim or "suit" as soon as practice-
This Insurance is primary except when b. be-
te.
low applies. Ifthls insurance is primary, ourob-
c. You and any other invohred Insured must:
ligation are not affected unless any of the
other insurance is also primary. Then, we will
(1) Immediate send us copies of an de
ty P Y
share with all that other insurance by the
mands, notices, summonses or legal pa-
method described in c. below.
pers received in connection with the claim
or "suit";
b. Excess Insurance
(2) Authorize us to obtain records and other
This insurance is excess over.
information;
(1) Any of the other Insurance, whether pri-
(3) Cooperate with us in the investigation or
rnery, excess, contingent or on any other
settlement of the claim or defense against
basis:
the "Suit'; and
(a) That is Fire, Extended Coverage,
(4) Assist us, upon our request, in the en-
Builders Risk, Installation Risk or similar
";
forcemeat of any right against any person
coverage for "yourwork
or organization which may be liable to the
(b) That is Fire insurance for premises
insured because of injury or damage to
rented to you or temporarily occupied by
which this Insurance may also apply.
you with permission of the owner;
d. No insured will, except at that insured's own
(c) That is insurance purchased by you to
cost, voluntarily make a payment, assume any
cover your liability as a tenant for "prop-
obligation, or Incur any expense, other than for
erty damage" to premises rented to you
first aid, without our consent.
or temporarily occupied by you with
3. Legal Acton Against Us
permission of the owner, or
No person or organization has a right under this
(d) If the kiss arises out of the maintenance
Coverage Part:
or use of aircraft, "autos" or watercraft to
the extent not subject to Exclusion g. of
a. To join us as a party or otherwise bring us into
Section I — Coverage Li — Bodily Injury'
a "suit" asking for es from an Insured; or
g rrxa0
And Property Damage Liability.
b. To sue us on this Coverage Part unless all of
(2) Any other primary Insurance available to
its terms have been fully complied with.
you covering liability for damages arising
A person or orgaribmton may sue us to recover on
out of the premises or operations for which
an agreed settlement or on a final judgment
you have been added as an additional in-
against an insured; but we will not be liable for
sured by attachment of an endorsement.
damages that are not payable under the terms of
this Coverage Par or that are in excess of the ap-
plicable limit of insurance. An agreed settlement
means a settlement and release of liability signed
by us, the insured and the claimant or the clairo-
ant's legal representative.
CG g0 911 10 01 0 ISO Properties, Inc., 2000 Page 11 of 16 13
Fax Servor 11/2712007 3:55:19 PM PAGE 008/009 Fax Server
EKDORSEMINT _ POUCYNO; CBP9359024
T81S;ENBOR$4l+iF{N3 CHANGPS TDFi t IAM. ,Pi.$ASE READ`TI
CAREFULLY"
7Dta.endayttmeat modifte hmraiie provi iaader the followtngt
C0.4Rvi MCIAL GRMAii MABTUTY.COVERAGE PART
'.iVoncoetrlbutory.L9a4se
00=lmumam mabog ed bytheAd6tioaal trained shownln.ft $rEedok sbmttbe°
excess and noawalributorywith Ihe:ittsuranoe provided by Ods yolicy,.bdt mdy as
rmyects my claim. !ai«i or fiaDahty'ndaing odt of tb or PM87 oaa dttLo nu�ed
insozod or ifs a@cm zaws,and only if such ctsrm, lossar,liability is dArnron4to be
9?�Y;t�?1EBL8� orrEsporiarbitit�c£tJrc`nzmed ioairat.-
pal _r 1.
I`'¢ of Pam orOrganizeaam:
City of Newport Beach, its officers, agents, officials, employees and voltnteers
Fax Server 11/27/2007 3:55:19 PM PAGE 009/009 Fax Server
Workers Compensation and Employers Liability Prefafed Empla�+ers
Insurance Policy I N B a a A N c a CON ! A N
Waiver of Our Right to Recover from Others Endorsement — California
We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not
enforce our right against the person or organization named in the Schedule. (This agreement applies only to the
extent that you perform work under a written contract that requires you to obtain this agreement from us.)
You must maintain payroll records accurately segregating the remuneration of your employees while engaged in
the work described in the Schedule.
The additional premium for this endorsement shall be determined by multiplying the California workers'
compensation premium due on such remuneration by the factor 0.050
Person or 0mantration
City of Newport Beach
Public Works
Attn: Tom Sandefur
330 Newport Blvd.
Newport Beach, CA 02803
Schedule
Jab Description
RE: Installing 100 amps of single phase power to
the new trailer from the collating 200 amp
pane of the planning trailer.
Installing three data conduits to connect
the new trailer and the Council Chambers to
the computer room.
This endorsement Is subject to a minimum premium charge of $ 50
Nothing In INS endorsement shall vary, after, watre a wiland arty afthe Ions, conditions a IMtallona of this pollcyc harlhon assisted!
above. Not"alsaxhere In IHs policy shall behold to vary, aW naive or limll the tame, cond1dona, agreemerds or Imitaftons of this
andorsernaut.
The EnduraemerdvAsn allachad to Parry Number. W KN 192414 -2
Issued m BAY SHORE ELECTRIC, INC.
steal be wild and shall tome pun of ndorenced policy. Tieelledke date althle endoreemerd Is 10A9N7 at 12:01 A.M.
Edonamert No.: 11 Daa laeued: 112107
Pndkoor Number: 8M
Agency Name: TUTTON INSURANCE SERVICES, INC.
Adhoraed Represenlaam
PE1104
05101198
CITY OF NEWPORT BEACH
NOTICE INVITING BIDS
Sealed bids may be received at the office of the Public Works Director,
3300 Newport Boulevard, Newport Beach, CA 92663
until 10:00 AM on the 16th day of October, 2007,
at which time such bids shall be opened and read for
HUMAN RESOURCES TRAILER SITE IMPROVEMENT
Contract No. 3987
$30,000
Engineer's Estimate
by
�St6Afen G. Badum
Public Works Director
Prospective bidders may obtain one set of bid documents for $10 at
the office of the Public Works Department, 3300 Newport Boulevard,
Newport Beach, CA 92663
Contractor "A" License Classification(s) required for this project
For further information, call Tom Sandefur, Project Manager at (949) 644 -3312
•
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
HUMAN RESOURCES TRAILER SITE IMPROVEMENT
TABLE OF CONTENTS
NOTICE INVITING BIDS .......................................................... ............................... Cover
INSTRUCTIONS TO BIDDERS ........................................................ ..............................1
DESIGNATION OF SUBCONTRACTOR(S) ..................................... ..............................3
NOTICE TO SUCCESSFUL BIDDER .............................................. ..............................4
CONTRACT..................................................................................... ............................... 5
PROPOSAL................................................................................ ............................... PR -1
SPECIALPROVISIONS ................................................................. ...........................SP -1
z
0 •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
HUMAN RESOURCES TRAILER SITE IMPROVEMENT
INSTRUCTIONS TO BIDDERS
1. The following documents shall be completed, executed and received by the Public Works
Department in accordance with NOTICE INVITING BIDS:
INSTRUCTIONS TO BIDDERS
DESIGNATION OF SUBCONTRACTORS
PROPOSAL
2. 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.
3. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to
allow the comparison of total bid prices.
4. 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.
5. 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.
6. 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 relating to prevailing wage rates (Sections 1770 -7981
inclusive).
The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5
of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public
Contracts Code, "Subletting and Subcontracting Fair Practices Act".
8. 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
The signature below represents that the above has been reviewed.
j3a400 . A.
Contractor's License No. & Classification
Bidder
C1(l ` &WA k �I-a 0 1 PRc- s
Authorized Signature/Title
2) 0 ct a
Date
2
0 9
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
HUMAN RESOURCES TRAILER SITE IMPROVEMENT
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
The City of Newport Beach will not permit a substitute format for these Contract
Documents. Bidders are advised to review their content with insuring and legal agents
prior to submission of bid. Certificate(s) of Insurance, General Liability Insurance
Endorsement, and Automobile Liability Insurance Endorsement shall be provided
as required by the Contract documents and delivered to the Public Works
Department within ten (10) working days) after the date of receipt of the Notice of
Award to the successful bidder.
Pursuant to Public Contract Code Section 22300, appropriate securities may be
substituted for any monies to be withheld to ensure performance under the Contract.
Insurance companies affording coverage shall be (1) currently authorized by the Insurance
Commissioner to transact business of insurance in the State of California, and (2) assigned
Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance
with the latest edition of Best's Key Rating Guide: Prooertv- 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.
4
r
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
HUMAN RESOURCES TRAILER SITE IMPROVEMENT
THIS AGREEMENT, entered into this%( day of 007, by and between the CITY OF
NEWPORT BEACH, hereinafter "City," and Mike Kilbride, LTD, dba Coast Water and
Power, a California corporation, hereinafter "Contractor," is made with reference to the
following facts:
WHEREAS, City has solicited for bids for the following described public work:
The work necessary for the completion of this contract consists of site grading,
laying down a crushed rock foundation, trenching a sewer line, water line, and data
conduit line to the site, providing traffic control plans, connections of the sewer line
and water line to existing lines, pouring new sidewalk, and site cleanup.
WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and
Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's
careful examination of all Contract documents, plans and specifications.
NOW, THEREFORE, City and Contractor agree as follows:
A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the
following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's
Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment
Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings,
Plans and Special Provisions for HUMAN RESOURCES TRAILER SITE IMPROVEMENT,
Standard Specifications for Public Works Construction (current adopted edition and all
supplements) and this Agreement, and all modifications and amendments thereto
(collectively the "Contract Documents'). The Contract Documents comprise the sole
agreement between the parties as to the subject matter therein. Any representations or
agreements not specifically contained in the Contract Documents are null and void. Any
amendments must be made in writing, and signed by both parties in the manner specified
in the Contract Documents.
B. SCOPE OF WORK Contractor shall perform everything required to be performed, and
shall provide and furnish all the labor, materials, necessary tools, expendable equipment
and all utility and transportation services required for the Project:
All of the work to be performed and materials to be furnished shall be in strict accordance
with the provisions of the Contract Documents. Contractor is required to perform all
activities, at no extra cost to City which are reasonably inferable from the Contract
Documents as being necessary to produce the intended results.
•
•
C. COMPENSATION As full compensation for the performance and completion of the
Project as required by the Contract Documents, City shall pay to Contractor and
Contractor accepts as full payment the sum of Thirty -Two Thousand, Nine Hundred and
001100 Dollars ($32,900.00)
This compensation includes:
(1) Any loss or damage arising from the nature of the work,
(2) Any loss or damage arising from any unforeseen difficulties or obstructions in the
performance of the work,
(3) Any expense incurred as a result of any suspension or discontinuance of the work, but
excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the
Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance
of the work by City.
D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before
making its final request for payment under the Contract Documents, Contractor shall
submit to City, in writing, all claims for compensation under or arising out of this Contract.
Contractor's acceptance of the final payment shall constitute a waiver of all claims for
compensation under or arising out of this Contract except those previously made in writing
and identified by Contractor in writing as unsettled at the time of its final request for
payment.
E. WRITTEN NOTICE Any written notice required to be given under the Contract
Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid,
directed to the address of Contractor and to City, addressed as follows:
CITY
City of Newport Beach
Public Works Department
3300 Newport Boulevard
Newport Beach, CA 92663
Attention: Tom Sandefur
(949) 644-3312
(949) 644 -3308 Fax
F. LABOR CODE 3700 LIABILITY INSURANCE
hereby certifies:
Mike Kilbride, LTD, dba
Coast Water and Power
PO. Box 3341
Newport Beach, CA 92659
949 - 548 -0106
949 - 548 -1616 Fax
Contractor, by executing this Contract,
1 am aware of the provisions of Section 3700 of the Labor Code which requires every
employer to be insured against liability for Workers' Compensation or undertake self -
insurance in accordance with the provisions of the Code, and I will comply with such
provisions before commencing the performance of the work of this Contract."
G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less
than A:VII and insurers must be a California Admitted Insurance Company.
Contractor shall furnish City with original certificates of insurance and with original
endorsements effecting coverage required by this Contract. The certificates and
endorsements for each insurance policy are to be signed by a person authorized by that
insurer to bind coverage on its behalf. All certificates and endorsements are to be
received and approved by City before work commences. City reserves the right to
require complete, certified copies of all required insurance policies, at any time.
Contractor shall procure and maintain for the duration of the contract insurance against
claims for injuries to persons or damages to property which may arise from or in
connection with the performance of the work hereunder by Contractor, his agents,
representatives, employees or subcontractors. The cost of such insurance shall be
included in Contractor's bid.
1. Minimum Scope of Insurance
Coverage shall be at least as broad as:
a) Insurance Services Office Commercial General Liability coverage "occurrence"
form number CG 0002 (Edition 11/85) or Insurance Services Office form number
GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance
Services Office form number GL 0404 covering Broad Form Comprehensive
General Liability.
b) Insurance Services Office Business Auto Coverage form number CA 0002 0287
covering Automobile Liability, code 1 "any auto' and endorsement CA 0029 1288
Changes in Business Auto and Truckers Coverage forms - Insured Contract.
c) Workers' Compensation insurance as required by the Labor Code of the State of
California and Employers Liability insurance.
2. Minimum Limits of Insurance
Coverage limits shall be no less than:
a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily
injury, personal injury and property damage. If Commercial Liability Insurance or
other form with a general aggregate limit is used, either the general aggregate
limit shall apply separately to this project/location or the general aggregate limit
shall be twice the required occurrence limit.
b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily
injury and property damage.
c) Workers' Compensation and Employers Liability: Workers' compensation limits
as required by the Labor Code of the State of California and Employers Liability.
3. Deductibles and Self- Insured Retentions
Any deductibles or self- insured retentions must be declared to and approved by City.
At the option of City, either: the insurer shall reduce or eliminate such deductibles or
self- insured retentions as respects City, its officers, officials, employees and
volunteers; or Contractor shall procure a bond guaranteeing payment of losses and
related investigations, claim administration and defense expenses.
• 0
4. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, the following provisions:
a) General Liability and Automobile Liability Coverages
City, its officers, agents, officials, employees and volunteers are to be
covered as additional insureds as respects: liability arising out of activities
performed by or on behalf of Contractor, including the insured's general
supervision of Contractor; products and completed operations of Contractor;
premises owned, occupied or used by Contractor; or automobiles owned,
leased, hired or borrowed by Contractor. The coverage shall contain no
special limitations on the scope of protection afforded to City, its officers,
officials, employees or volunteers.
ii. Contractor's insurance coverage shall be primary insurance and/or primary
source of recovery as respects City, its officers, officials, employees and
volunteers. Any insurance or self- insurance maintained by City, its officers,
officials, employees and volunteers shall be excess of the Contractor's
insurance and shall not contribute with it.
Any failure to comply with reporting provisions of the policies shall not affect
coverage provided to City, its officers, agents, officials, employees and
volunteers.
iv. Contractor's insurance shall apply separately to each insured against whom
claim is made or suit is brought, except with respect to the limits of the
insurer's liability.
v. The insurance afforded by the policy for contractual liability shall include
liability assumed by contractor under the indemnification /hold harmless
provision contained in this Contract.
b) Workers' Compensation and Employers Liability Coverage
The insurer shall agree to waive all rights of subrogation against City, its officers,
agents, officials, employees and volunteers for losses arising from work
performed by Contractor for City.
c) All Coverages
Each insurance policy required by this clause shall be endorsed to state that
coverage shall not be suspended, voided, canceled, rescinded by either party,
reduced in coverage or in limits except after thirty (30) days' prior written notice
by certified mail, return receipt requested, has been given to City.
All of the executed documents referenced in this contract must be returned within
ten (10) working days after the date on the "Notification of Award," so that the City
may review and approve all insurance and bonds documentation.
5. Acts of God
Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for
the repairing and restoring damage to Work, when damage is determined to have
been proximately caused by an Act of God, in excess of 5 percent of the Contract
• •
amount provided that the Work damaged is built in accordance with the plans and
specifications.
6. Right to Stop Work for Non - Compliance
City shall have the right to offer the Contractor to stop Work under this Agreement
and /or withhold any payment(s) which become due to Contractor hereunder until
Contractor demonstrates compliance with the requirements of this article.
H. RESPONSIBILITY FOR DAMAGES OR INJURY
City and all officers, employees and representatives thereof shall not be responsible in
any manner: for any loss or damages that may happen to the Work or any part
thereof; for any loss or damage to any of the materials or other things used or
employed in performing the Work, for injury to or death of any person either workers or
the public; or for damage to property from any cause arising from the construction of
the work by Contractor, or its subcontractors, or its workers, or anyone employed by it.
2. Contractor shall be responsible for any liability imposed by law and for injuries to or
death of any person or damage to property resulting from defects, obstructions or from
any cause arising from Contractor's work on the Project, or the work of any
subcontractor or supplier selected by the Contractor.
3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees
from and against (1) any and all loss, damages, liability, claims, allegations of liability,
suits, costs and expenses for damages of any nature whatsoever, including, but not
limited to, bodily injury, death, personal injury, property damages, or any other claims
arising from any and all acts or omissions of Contractor, its employees, agents or
subcontractors in the performance of services or work conducted or performed
pursuant to this Contract; (2) use of improper materials in construction of the Work; or,
(3) any and all claims asserted by Contractor's subcontractors or suppliers on the
project, and shall include reasonable attorneys' fees and all other costs incurred in
defending any such claim. Contractor shall not be required to indemnify City from the
active negligence or willful misconduct of City, its officers or employees.
4. To the extent authorized by law, as much of the money due Contractor under and by
virtue of the Contract as shall be considered necessary by City may be retained by it
until disposition has been made of such suits or claims for damages as aforesaid.
5. Nothing in this article, nor any other portion of the Contract Documents shall be
construed as authorizing any award of attorneys' fees in any action to enforce the
terms of this Contract, except to the extent provided for in H.3, above.
6. The rights and obligations set forth in this Article shall survive the termination of this
Contract.
EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other
Contract Documents by Contractor is a representation that Contractor has visited the
Project Site, has become familiar with the local conditions under which the work is to be
performed, and has correlated all relevant observations with the requirements of the
Contract Documents.
J. CONFLICT If there is a conflict between provisions of this Contract and any other
Contract Document, the provisions of this Contract shall prevail.
• •
K. WAIVER A waiver by City or any term, covenant, or condition in the Contract
Documents shall not be deemed to be a waiver of any subsequent breach of the same or
any other term, covenant or condition.
IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day
AS TO FORM:
AARt11N C. HARP
Assistant City Attorney
Attachment: Proposal
CITY OF NEWPORT BEACH
A Municipal Corporation
0
r
of Newport
MIKE KILBRIDE, LTD, DBA
COAST WATER AND POWER
By: `'Y u he AhAz .Qi
(Corporate Officer)
Title: Z )MZ4 �
Print Name: lAtlta Q � l 6Vt.d e
By:
(Financial Officer)
Title:
Print Name:
F :1Users\PBwlShared%Contracts\FY 07 -081HR Trailer C- 398AINFORMAL CONTRACT- C- 3987.doc
10
Check A License: ContractorLicense Detail • Page 1 of 2
4 Skip to: CSLB Home 1 Content I Footer I Accesseb7dy rct
OoG ^�`' P9 CONTRACTORS R°
v �� STATE LICENSE BOARD
Bf I 7c1 . , _ ICOIOtIItI8111111 IAt111105111 "1118 I IIIIif1811 ^1f10 Il�llllllf1. 1_ 191 I 16111911I871f91T . I IGowim pIRM-M3 APPLKANTE JOIMUMEN Pu t Lgmgep IWIIRIU IIII1111
EVER
CSLB Novrsroom
® DISCLAIAIER: A license status chock provides information taken from fhb
Board and Committee
Meetings
CSL8 license databaso. Before relying on this Information, you should be awa
Disostorinformation
that following limitations.
Center
• CSLB complaint disclosure Is restricted by law (88P 7124.6). If this entity is subject to pt
CSLB Library
complaint disclosure, a link for complaint disclosure will appear below. Click on the link o
Frequently Asked
to obtain complaint and/or legal action Information.
Questions
• Per BSP 7071.17• only Construction related tall judgments reported to the CSL8 are dig
Online Services
• Arbitrations are not fisted urdess the contractor fails to comply with the terms of the arbiu
• Chock A License or His
• Duo to workload, there may be relevant Information that has not yet been entered onto 11
Registration
Board's license database.
• Fit ft a Construction
Complaint
• Ptocassing Tines
License Number: 738400 Extract Date: 10131/21
• Chock Application Status
Business MIKE KILBRIDE LTD
• Search for a Sum" Band
Information: OBA COAST WATER AND POWER
insurance Company
P O BOX 9341
• Search for a %&W-Kers'
NEWPORT BEACH• CA 92659
Compensation Company
Business Phano Number (949) $48 -0106
Now to Participate
Entity: Corporation
Issue Date: 0712YIS97
Expire auto: 07/31/1009
License Status: This license Is current and active. All information below should b
reviewed.
Classifications: CLASS DESCRIPTION
CIO ELECTRICAL
A GENERAL ENGINEERING CONTRACTOR
8 GENERAL BUILDING CONTRACTOR
Certifications: CERT DESCRIPTION
HAZ HAZARDOUS SUBSTANCES REMOVAL
Bonding: CONTRACTOR'S BOND
Tlu ftenso fired Conuatofs Bond number 22404 in Me amount e
$12,500 with the bonding company
Ak!ERICAN CONTRACTORS INDEMNITY COMPANY.
Effective Data:OH01=07
Corejactoes Bonding History
http:IAvA 2.csib.ca.gov/ General- Informationftnteractive- tools/check- a- Iicense/Li... 10131 12007
1
Check A License: Contractor's License Detail • Page 2 of 2
BOND OF OUAIJFYIN6 WOMDUAL
1. The ReWnsVe MOMMg"Olrxer (RN10) MICHAEL JOSEP
KILBRIDE certified that hd" mans 10 percent of more of th
Wtirtg stoc ecILity of de corporation. A bond of quatIft
In&Adual is not required,
Effewtva Data*.*. GO 3fM
BOrs Bondnp History
Workers' This license Is exempt from havuig wukers compensation Insurono
ComponsaUon: they certified Mal they havo no emptayCC9 at Nis lime.
E1loctivo Data: 04/2811997
Expiro Data: Hone
Personnel listed on M ficense (cement or disassociated) are listed an other Ecenses.
Consumers I Convraors I Appfxanu I Joumeymen I Pubuc V:aks I SuYd:ng Ofkia5 I General Info
CSLB Hama I Conditions of Use I PfhM I Contra CSLB
CopyrtghtO2007 State of CaSkmao
hilp: /Avww2.cslb.ca.gov /General- InformationMteraclive- tools /check -a- license /Li... 10/31/2007
AML
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
I•,
HUMAN RESOURCES TRAILER SITE IMPROVEMENT
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 Works Construction, as applicable.
Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted
for any monies to be withheld to ensure performance under the Contract.
The Bidder, by signing this designation, certifies that bids from the following
subcontractors have been used in formulating the bid for the project and that these subcontractors
will be used subject to the approval of the Engineer and in accordance with State law. No
changes may be made in these subcontractors except with prior approval of the City of Newport
Beach. (Use additional sheets if needed)
Subcontractor's Name,
Bid
Percent
Description of Work
Percent of
Address, Telephone #
Item
Of Total
Total Bid
Number
Bid
'loll S. ANNe IT t
L ]
`(
��'it
SANSA_ ANN ( z14
llikq QkJ9kIL-W_L&
2o3k Ss Fl"ov-
J
C b tr
`IFW"j0AiNnq
SANTA AtjL.e }9ZT
�OC�C
t3st E. WR.A�
aS t�A 7XP 1- V0
23
A s� NiA �R�ing
l9"
oOT
qn't Comb
'tad W \06 St
x�s�.c4Ct7f.
Bidder
\ 1 �,, 10N TuAl
Authorized Signature/Title
0 0
PR4of4
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
Per Square Foot
16. Lump Sum Remove and Salvage Exist.
Parking Meters
Dollars
and
Cents $ 00
Per Lump Sum
17. 2 Each. Furnish and Install
Pullbox
Dollars
and
Cents
Per Each
18. Lump Sum Striping
@tv ac. Nv&wel Dollars
and
Cents $
Per Lump Sum
TOTAL PRICE IN WRITTEN WORDS
�4E1R�ir two 1p�t�N� iV�r�e ��nora Dc
and Cents
2 q 0 C 2001
Date qyy_ 54`b •010
ieic. -
ERx 411i4Q- S4O• lhlh
Bidder's Telephone and Fax Numbers
-�3E34 0
Bidder's License No(s).
and Classification(s)
$32> g00
Total Price (Figures)
H il" 11,TZ -
Bidder
rn�L� k
Bidder's Authorized Signature and Title
� n f�, b 4 33 41 • N P-V+AV PA ( I QA
Bidder's Address
Last saved by adminsetupp9128 /2007 1:49 PM
f:WserslpbvAshared\contractslfy 07*8?hr trailer a3987Tproposal c- 3987.doc
9zcs9
0 0
i
�1
C
3
3
4
4
4
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
HUMAN RESOURCES TRAILER SITE IMPROVEMENT
CONTRACT NO. 3987
INTRODUCTION
PART 1--- GENERAL PROVISIONS
SECTION 2
SCOPE AND CONTROL OF THE WORK
2 -6
WORK TO BE DONE
2 -9
SURVEYING
2 -9.3
Survey Service
2 -9.6
Survey Monuments
SECTION 3
CHANGES IN WORK
3 -3
EXTRA WORK
3 -3.2
Payment
3 -3.2.3
Markup
SECTION 4
CONTROL OF MATERIALS
4-1
MATERIALS AND WORKMANSHIP
4-1.3
Inspection Requirements
4 -1.3.4
Inspection and Testing
SECTION 5
UTILITIES
5 -1
LOCATION
5 -2
PROTECTION
5 -7
ADJUSTMENT TO GRADE
5 -8
SALVAGED MATERIALS
SECTION 6
PROSECUTION, PROGRESS AND ACCEPTANCE
OF THE WORK
6 -1
CONSTRUCTION SCHEDULE AND
COMMENCEMENT OF WORK
6 -7
TIME OF COMPLETION
6 -7.1
General
6 -7.2
Working Days
i
�1
C
3
3
4
4
4
PART 3 - -- CONSTRUCTION METHODS
SECTION 300 EARTHWORK 12
300 -1 CLEARING AND GRUBBING 12
300 -1.3 Removal and Disposal of Materials 12
300 -1.5 Solid Waste Diversion 13
0 0
6 -7.4
Working Hours
4
6 -9
LIQUIDATED DAMAGES
5
SECTION 7
RESPONSIBILITIES OF THE CONTRACTOR
5
7 -7
COOPERATION AND COLLATERAL WORK
5
7 -8
PROJECT SITE MAINTENANCE
5
7 -8.5
Temporary Light, Power and Water
5
7 -8.5.1
Steel plates
6
7 -8.6
Water Pollution Control
6
7 -10
PUBLIC CONVENIENCE AND SAFETY
6
7 -10.1
Traffic and Access
6
7 -10.2
Storage of Equipment and Materials in Public Streets
7
7 -10.3
Street Closures, Detours and Barricades
7
7 -10.4
Public Safety
7
7- 10.4.1
Safety Orders
7
7 -10.5
"No Parking" Signs
8
7 -15
CONTRACTOR LICENSES
8
7 -16
CONTRACTOR'S RECORDS /AS BUILT DRAWINGS
8
SECTION 9
MEASUREMENT AND PAYMENT
9
9 -3
PAYMENT
9
9 -3.1
General
9
9 -3.2
Partial and Final Payment
12
PART 2--- CONSTRUCTION MATERIALS
SECTION 201
CONCRETE, MORTAR, AND RELATED MATERIALS
12
201 -1
PORTLAND CEMENT CONCRETE
12
201 -1.1.2
Concrete Specified by Class
12
201 -2
REINFORCEMENT FOR CONCRETE
12
201 -2.2.1
Reinforcing Steel
12
PART 3 - -- CONSTRUCTION METHODS
SECTION 300 EARTHWORK 12
300 -1 CLEARING AND GRUBBING 12
300 -1.3 Removal and Disposal of Materials 12
300 -1.5 Solid Waste Diversion 13
Last saved by adminsetupl0 /1612007 3:07 PM
f: \users \pbw\shared\oontacts\fy 07 -08\hr trailer c- 3987\specs index o-3987.doc
SECTION 302
ROADWAY SURFACING
13
302 -5
ASPHALT CONCRETE PAVEMENT
13
302 -5.1
General
13
302 -5.4
Tack Coat
14
SECTION 303
CONCRETE AND MASONRY CONSTRUCTION
14
303 -5
CONCRETE CURBS, WALKS, GUTTERS, CROSS
14
GUTTERS, ALLEY INTERSECTIONS, ACCESS
RAMPS AND DRIVEWAYS
303 -5.1
Requirements
14
303 -5.1.1
General
14
SECTION 308
LANDSCAPE AND IRRIGATION INSTALLATTION
14
308 -1
GENERAL
14
Last saved by adminsetupl0 /1612007 3:07 PM
f: \users \pbw\shared\oontacts\fy 07 -08\hr trailer c- 3987\specs index o-3987.doc
0
• SP 1 OF 15
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
HUMAN RESOURCES TRAILER SITE IMPROVEMENT
CONTRACT NO. 3987
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. B- 5201 -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 (2003 Edition), including supplements. Copies of the Standard Special
Provisions and Standard Drawings may be purchased at the Public Works Department.
Copies of the Standard Specifications may be purchased from Building News, Inc.,
1612 South Clementine Street, Anaheim, CA 92802, 714 -517 -0970.
The following Special Provisions supplement or modify the Standard'
Specifications for Public Works Construction as referenced and stated
hereinafter:
PART 1
GENERAL PROVISIONS
SECTION 2-- -SCOPE AND CONTROL OF THE WORK
2 -6 WORK TO BE DONE Add to this section, "The work necessary for the completion
of this contract consists of site grading, laying down a crushed rock foundation,
trenching a sewer line, water line, and data conduit line to the site, providing traffic
control plans, connections of the sewer line and water line to existing lines, pouring new
sidewalk, and site cleanup."
2 -9 SURVEYING
2 -9.3 Survey Service. Add to this section: "The City will provide one set of
construction staking as required to construct the improvements. Additional stakes or re-
staking, and costs thereof, shall be the responsibility of the Contractor. The Contractor
shall notify the City in writing two working days in advance of the time that the stakes
are needed. All existing street and property corner monuments are to be preserved.
The Contractor will be back - charged for the cost of restoring any survey ties and /or
9 • SP2OF15
monuments damaged by the Contractor, including the cost of filing the required corner
records or record of surveys with the County of Orange."
2 -9.6 Survey Monuments. 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.
SECTION 3--- CHANGES IN WORK
3 -3 EXTRA WORK
3 -3.2 Payment
3 -3.2.3 Markup. Replace this section with,
"(a) Work by Contractor. The following percentages shall be added to the
Contractor's costs and shall constitute the markup for all overhead and profits:
1) Labor ............. ............................... 20
2) Materials ........ ............................... 15
3) Equipment Rental ........................... 15
4) Other Items and Expenditures ........... 15
To the sum of the costs and markups provided for in this subsection, 1 percent shall
be added for compensation for bonding.
(b) Work by Subcontractor. When all or any part of the extra work is
performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be applied
to the Subcontractor's actual cost of such work. A markup of 10 percent on the first
$5,000 of the subcontracted portion of the extra work and a markup of 5 percent on
work added in excess of $5,000 of the subcontracted portion of the extra work may
be added by the Contractor.
SECTION 4 -- CONTROL OF MATERIALS
4-1 MATERIALS AND WORKMANSHIP
4-1.3 Inspection Requirements
4 -1.3.4 Inspection and Testing. All material and articles furnished by the
Contractor shall be subject to rigid inspection, and no material or article shall be used in
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
• • SP3OF15
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.
SECTION 5 - -- UTILITIES
5 -1 LOCATION. Add the following after the 3`d paragraph: "upon completion of the
work or phase of work, the Contractor shall remove all USA utility markings."
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."
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.
The Contractor will be required to contact Southern California Edison, The Gas
Company, SBC Telephone, cable television, and other utility facilities to have existing
utilities adjusted to finish grade. The Contractor shall coordinate with each utility
company for the adjustment of their facilities.
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. Salvaged materials shall be delivered to the City's
Utility Yard at 949 West 16th Street. The Contractor shall make arrangements for the
delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Operations Manager,
at (949) 718 -3402.
SECTION 6 -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK
6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this
section: "The time of completion as specified in Section 6 -7, shall commence on the
date of the 'Notice to Proceed.'
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 commencing any work. Schedule may
be bar chart or CPM style.
9 • SP 4 OF 15
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 15 consecutive working days after the date on the
Notice to Proceed.
The Contractor shall ensure the availability of all material prior to the start of work.
Unavailability of material will not be sufficient reason to grant the Contractor an
extension of time for 100 percent completion of work."
6-7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1st ,t
the third Monday in January (Martin Luther King Day), the third Monday in February
(Presidents Day), the last Monday in May (Memorial Day), July 4t 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 — half
day), December 25th (Christmas), and December 31st (New Year's Eve — half day). If
January 1st, July 4th, November 11th or December 25th falls on a Sunday, the
following Monday is a holiday."
6 -7.4 Working Hours. Normal working hours are limited to 7:00 a.m. to 4:30
p.m., Monday through Friday.
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.
Should the Contractor elect to work outside normal working hours, Contractor must first
obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30
p.m. on weekdays or 8:00 a.m. to 6 p.m. on Saturday only. A request for working
during any of these hours must be made at least 72 hours in advance of the desired
time period. A separate request must be made for each work shift. The Engineer
reserves the right to deny any or all such requests. Additionally, the Contractor shall
pay for supplemental inspection costs of $60.00 per hour when such time periods are
approved.
• • SP5OF15
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
$500.00
Revise paragraph two, sentence one, to read: "Execution of the Contract shall
constitute agreement by the Agency and Contractor that $500.00 per day is the
minimum value of 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 -7 COOPERATION AND COLLATERAL WORK. Add to this section: "City forces will
perform all shut downs of water facilities as required. The Contractor shall give the City
seven calendar days notice of the time he desires the shut down of 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 hours of 11:00 p.m. to 5:00 a.m. will be
allowed. The Contractor will be responsible for completing all water connections within
the time period allowed. The times and dates of any utility to be shut down must be
coordinated with the City of Newport Beach, Utilities Department. The City must
approve any nighttime work in advance.
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 Mr. Ed Burt, Utilities Operation Manager, at (949) 718- 3402."
7 -8 PROJECT SITE MAINTENANCE
7 -8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor
elects to use City water, he shall arrange for a meter and tender an $813 meter deposit
with the City. Upon return of the meter to the City, the deposit will be returned to the
Contractor, less a quantity charge for water usage and repair charges for damage to the
meter."
0
0 SP 6 OF 15
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."
7 -8.5.1 Steel Plates. Add this section: "Steel plates utilized for utility trenching
shall be the slip resistant type per Caitrans Standards. In addition, steel plates utilized
on arterial highways shall be pinned and recessed flush with existing pavement
surface."
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 http://www.city.newl)ort-
beach.ca.us/r)ubworks/links.htm."
7 -8.6.1 Best Management Practices and Monitoring Program. 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 -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.
• • SP7OF15
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 -10.2 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. 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."
7 -10.3 Street Closures, Detours and Barricades. Add to this section: "The
Contractor shall submit to the Engineer - at least five working days prior to the pre -
construction meeting - a traffic control plan and detour plans(s) for each street and
parking lot. The Contractor shall be responsible for processing and obtaining approval
of a traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to
the conditions of the traffic control plan. Traffic control plans shall conform to the
provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest
Edition. Traffic control and detour plans shall meet the following requirements:
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.
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.
• • SP8OF15
The right of the Engineer or the City's Representative to conduct construction review or
observation of the Contractor's performance shall not include review or observation of
the adequacy of the Contractor's safety measures in, on, or near the construction site."
7 -10.5 "No Parking" Signs. The Contractor shall 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 at no cost to the Contractor. However, the City reserves the
right to charge $1.50 per sign following any excessive abuse or wastage of the signs by
the Contractor. In addition, it shall be the Contractor's 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 signs shall (1) be made of white card
stock; (2) have minimum dimensions of 12- inches wide and 18- inches high; and (3) be
City of Newport Beach "Temporary Tow Away, No Parking" signs 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 letters and numbers. A sample of the
completed sign shall be reviewed and approved by the Engineer prior to posting.
7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of
work, the Contractor shall possess a Class "A" License. At the start of work and until
completion of work, the Contractor and all Sub - contractors shall possess a Business
License issued by the City of Newport Beach.
7 -16 CONTRACTOR'S RECORDWAS 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.
The "As- Built" plans 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.
0 SP9OF15
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 As Built Plans
Item No. 2 Mobilization: Work under this item shall include providing bonds,
insurance and financing, establishing a field office, preparing the SWPPP or BMP Plan
and construction schedule, and all other related work as required by the Contract
Documents.
Item No. 3 Traffic Control: Work under this item shall include delivering all required
notifications and temporary parking permits, post 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
sign, 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. 4 Site Grading: Work under this item shall include items necessary to
grade the site per the plans, compact the soil within the foundation footprint to 95%
compaction to serve as a subgrade for the foundation, and all other work items as
required to complete the work in place.
Item No. 5 Compacted Rock Foundation: Work under this item shall include
placing and compacting 1/4" crushed rock foundation, and all other work items as
required to provide a level, compacted foundation.
Item No. 6 Fumish and Install 4 -Inch PVC Sewer Lateral per CNB Std Plan 406 -L:
Work under this item shall include installing all pipe material including, but not limited to,
pavement removal, sidewalk removal, exposing utilities in advance of pipe excavation
operations, trench excavations, shoring, bracing, temporary patching or trench plates,
control of ground and surface water, bedding, backfill, compaction, installation of pipe,
fittings, couplings, thrust blocks, potholing of all existing facilities, removal,
abandonment or protection of interfering portions of existing utilities or improvements,
temporary and permanent support of utilities, disposal of excess excavation materials,
removing and disposing of the existing sidewalk, AC pavement replacement, PCC
• • SP 10 OF 15
sidewalk replacement and all other work items as required to complete the work in
place.
Item No. 7 Furnish and Install 4 -Inch ABS Sewer Pipe: Work under this item shall
include installing all pipe material including, but not limited to, pavement removal,
sidewalk removal, exposing utilities in advance of pipe excavation operations, trench
excavations, shoring, bracing, temporary patching or trench plates, control of ground
and surface water, bedding, backfill, compaction, installation of pipe, fittings, couplings,
thrust blocks, potholing of all existing facilities, removal, abandonment or protection of
interfering portions of existing utilities or improvements, temporary and permanent
support of utilities, disposal of excess excavation materials, removing and disposing of
the existing sidewalk, AC pavement replacement, PCC sidewalk replacement and all
other work items as required to complete the work in place.
Item No. 8 Furnish and Install 3 -Inch ABS Sewer Pipe: Work under this item shall
include installing all pipe material including, but not limited to, pavement removal,
sidewalk removal, exposing utilities in advance of pipe excavation operations, trench
excavations, shoring, bracing, temporary patching or trench plates, control of ground
and surface water, bedding, backfill, compaction, installation of pipe, fittings, couplings,
thrust blocks, potholing of all existing facilities, removal, abandonment or protection of
interfering portions of existing utilities or improvements, temporary and permanent
support of utilities, disposal of excess excavation materials, removing and disposing of
the existing sidewalk, AC pavement replacement, PCC sidewalk replacement and all
other work items as required to complete the work in place.
Item No. 9 Furnish and Install 2 -Inch Water Service Line per CNB Std Plan 503 -L:
Work under this item shall include installing all pipe material including, but not limited to,
pavement removal, sidewalk removal, exposing utilities in advance of pipe excavation
operations, trench excavations, shoring, bracing, temporary patching or trench plates,
control of ground and surface water, bedding, backfill, compaction, installation of pipe,
fittings, couplings, thrust blocks, potholing of all existing facilities, removal,
abandonment or protection of interfering portions of existing utilities or improvements,
temporary and permanent support of utilities, disposal of excess excavation materials,
removing and disposing of the existing sidewalk, AC pavement replacement, PCC
sidewalk replacement and all other work items as required to complete the work in
place.
Item No. 10 Connection to Existing 2 -Inch Water Line: Work under this item shall
include furnishing and installing connection to existing 6 -Inch water line including but
not limited to, pavement removal and replacement, temporary paving and patching or
trench plates, trench excavation, control of ground water and surface water, bedding
slurry backfill, compaction, installation of pipe, fittings, couplings, coatings, removal or
protection of interfering portions of existing utilities or improvements, temporary and
permanent support of utilities, disposal of excess excavation materials, and all other
work items as required to complete the connection in place.
0 • SP 11 OF 15
Item No. 11 Furnish and Install 1 -Inch Copper Water Service Line: Work under this
item shall include installing all pipe material including, but not limited to, pavement
removal, sidewalk removal, exposing utilities in advance of pipe excavation operations,
trench excavations, shoring, bracing, temporary patching or trench plates, control of
ground and surface water, bedding, backfill, compaction, installation of pipe, fittings,
couplings, thrust blocks, potholing of all existing facilities, removal, abandonment or
protection of interfering portions of existing utilities or improvements, temporary and
permanent support of utilities, disposal of excess excavation materials, removing and
disposing of the existing sidewalk, AC pavement replacement, PCC sidewalk
replacement and all other work items as required to complete the work in place.
Item No. 12 Furnish and Install 3I4 -Inch Water Service Line: Work under this item
shall include installing all pipe material including, but not limited to, pavement removal,
sidewalk removal, exposing utilities in advance of pipe excavation operations, trench
excavations, shoring, bracing, temporary patching or trench plates, control of ground
and surface water, bedding, backfill, compaction, installation of pipe, fittings, couplings,
thrust blocks, potholing of all existing facilities, removal, abandonment or protection of
interfering portions of existing utilities or improvements, temporary and permanent
support of utilities, disposal of excess excavation materials, removing and disposing of
the existing sidewalk, AC pavement replacement, PCC sidewalk replacement and all
other work items as required to complete the work in place.
Item No. 13 Furnish and Install 2 -Inch PVC Data Conduit: Work under this item
shall include installing all pipe material including, but not limited to, pavement removal,
sidewalk removal, exposing utilities in advance of pipe excavation operations, trench
excavations, shoring, bracing, temporary patching or trench plates, control of ground
and surface water, bedding, backfill, compaction, installation of pipe, fittings, couplings,
thrust blocks, potholing of all existing facilities, removal, abandonment or protection of
interfering portions of existing utilities or improvements, temporary and permanent
support of utilities, disposal of excess excavation materials, removing and disposing of
the existing sidewalk, AC pavement replacement, PCC sidewalk replacement and all
other work items as required to complete the work in place.
Item No. 14 Furnish and Install 3 -Inch PVC Data Conduit: Work under this item
shall include installing all pipe material including, but not limited to, pavement removal,
sidewalk removal, exposing utilities in advance of pipe excavation operations, trench
excavations, shoring, bracing, temporary patching or trench plates, control of ground
and surface water, bedding, backfill, compaction, installation of pipe, fittings, couplings,
thrust blocks, potholing of all existing facilities, removal, abandonment or protection of
interfering portions of existing utilities or improvements, temporary and permanent
support of utilities, disposal of excess excavation materials, removing and disposing of
the existing sidewalk, AC pavement replacement, PCC sidewalk replacement and all
other work items as required to complete the work in place.
Item No. 15 Construct 4 -Inch Thick P.C.C. Sidewalk: Work under this item shall
include removing and disposing of the existing sidewalk, subgrade compaction,
• • SP 12 OF 15
constructing the 4 -inch thick P.C.C. sidewalk, and all other work items as required to
complete the work in place.
Item No. 16 Remove and Salvage Existing Parking Meters: Work under this item
shall include the removal and delivery to the City of a parking meters along 32nd Street.
All work to be done to the satisfaction of the Newport Beach Police Department.
Item No. 17 Furnish and Install Pull Box with Metal Lid: Work under this item shall
include all items necessary to furnish and install pull boxes with metal lids as shown on
the plans and directed by the engineer and all other work items as required to complete
the work in place.
Item No. 18 Striping: Work under this item shall include all items necessary to
restripe any affected parking stalls as necessary to restore parking facility to pre -
construction condition and all other items as required to compete the work in place.
9 -3.2 Partial and Final Payment. Add to this section: "Partial payments for
mobilization and traffic control shall be made in accordance with Section 10264 of the
California Public Contract Code."
PART 2
CONSTRUCTION MATERIALS
SECTION 201 - -- CONCRETE. MORTAR, AND RELATED MATERIALS
201 -1 PORTLAND CEMENT CONCRETE
201 -1.1.2 Concrete Specified by Class. Add to this section: `Portland Cement
concrete for construction shall be Class 560 -C- 3250."
201 -2 REINFORCEMENT FOR CONCRETE
201 -2.2.1 Reinforcing Steel. Add to this section: "Reinforcing steel shall be
Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown
otherwise on the plans."
PART 3
CONSTRUCTION METHODS
SECTION 300 - -- EARTHWORK
300 -1 CLEARING AND GRUBBING
300 -1.3 Removal and Disposal of Materials
• • SP 13 OF 15
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:
http: / /www. city. newport- beach.ca.us/GSV /Frachised Haulers.htm."
300 -1.3.1 General. Add to this section: "The work shall be done in accordance
with Section 300 -1.3.2 of the Standard Specifications except as modified and
supplemented herein. Joins to existing pavement lines shall be full depth sawcuts.
Final removal between the sawcut lines may be accomplished by the use of
jackhammers or sledgehammers. Pavement breakers or 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
will remove any broken concrete, debris or other deleterious material from the job site at
the end of each workday. All areas of roadway removal and replacement shall have a
minimum trench width of 3 -feet to facilitate maximum compaction. Contractor shall
meet with the Engineer to mark out the areas of roadway removal and replacement."
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-Y2 inch' of the last sentence
with the words "two (2) inches ".
300 -1.5 Solid Waste Diversion. Non - reinforced concrete and asphalt wastes
generated from the job site shall be disposed of at a facility that crushes such materials
for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a
sanitary landfill.
The Contractor shall maintain monthly tonnage records of total solid wastes generated
and solid wastes disposed of at a sanitary landfill. The Contractor shall report said
tonnage monthly to the Engineer on a form provided by the Engineer and provide
appropriate confirmation documentation from the recycling facility.
SECTION 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 III -C3 -AR -4000. The A.C. for base course shall be III -132 -AR -4000. 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
• • SP 14 OF 15
top 1 2 inches of asphalt 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."
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."
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."
SECTION 308 - -- LANDSCAPE AND IRRIGATION INSTALLATION
308 -1 General. Add to this section: "The Contractor is responsible for clearing and
grubbing, pruning and removing tree roots that interfere with the work. The Contractor
shall be responsible for ensuring that no tree roots are pruned or cut that could
compromise the stability of the tree.
0
• SP 15 OF 15
The Contractor shall arrange to meet for this work with the City's Urban Forester, Mr.
John Conway at (949) 644 -3083 a minimum of five workdays prior to beginning the
work. The Contractor shall describe the method of pruning and removing minor tree
roots that may be encountered during construction. The Urban Forrester will decide at
that time if a formal submittal is required for review by the City.
If the Contractor encounters large tree roots, he /she shall cease work at that location
and immediately contact the City's Urban Forrester for inspection. Upon inspection, the
Urban Forrester may require the Contractor to formally submit a plan for removing the
large roots to the City for review.
F:1Users\PBMhareMContracts%FY 07 -08\HR Trailer C- 398ASPECS C- 3987.doc
Last saved by tsandeturl 0/16/2007 3:04 PM
Nov 14 07 0930a (714)701 -1845 - • P.1
ACORD DATE CERTIFICATE OF LIABILITY INSURANCE llfl4lD0
TM. 2 7
PRODUCER Prone; (714)701 -1841 Fac (714)701 -1545
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
M. L. ADAMS INSURANCE SERVICES
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
5101 E. LA PALMA AVE., SUITE 204
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ANAHEIM HILLS CA 92807
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
LIMITS
P O BOX 1788
NEWPORT BEACH CA 92658
GENERAL LABILITY
INSURERS AFFORDING COVERAGE
HAIC#
I
AgenW LLW: 0409232
EACH OCCURRE.NOE
$ 1,000,000
INSURED
INSURERA: Gemini Insurance Co
INSURER B:
MIKE KILBRIDIE, LTD.
P.D. BOX 3341
NEWPORT BEACH CA 92659
INSURER G:
S 5,000
INSURER D
5 1,000,000
A
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOT rHSTANDING
ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUB.ECT TO ALLTHE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAMS.
=A`014
TYPEOFIMsuRANCE
INSM
POLICY NUMBER
POLIMEFFECME
BATE (MM MY)
POLICY EXPIRATIw
PATE mL0
LIMITS
P O BOX 1788
NEWPORT BEACH CA 92658
GENERAL LABILITY
VCGP015111
10/30/07
10130/08
EACH OCCURRE.NOE
$ 1,000,000
X COMMERCIAL GENERAL LIABILITY
I CLAIMS MADE OCCUR
DAMAGE ro RENTED
PRZMfi (FalRuenrlw
s 50,D00
MED. EXP (Any " person)
S 5,000
PERSONAL S ADV II4JURY
5 1,000,000
A
i
GENERAL AGGREGATE
S 2,000,000
GEITL AGGREGATE UMIT APPLIES PER:
PRODUCTS- COMP/OPAGG
$ 2,000,000
PRO -
PDLICY n JECT LOG
'
AUTOMOBILE LIABILITY
ANY AUTO
COMBINED SINGLE LIMB
(Ea a- ..titlenD
$
OlPgrePJ
ALL OWN ED AUTOS
IIISURANCE A
OV
.
(p
S
SCHEDULEDAUTOS
—
HIRED AUTOS
1
/j
VIDDILY INJ
S
R
NON -OWNED AUTOS
�—
WE
ER
'
OF
PROP DAMAGE
fPer eotidmv)
S
i
GARAGE LIABILITY
AUTO ONLY -FA ACCIDENT
$
OTHER THAN EA ACC
$
ANYAUTO
S
H
AUTO ONLY. AGG
I UMBRELLA LIABILITY
EACH OCCURRENCE
S
OCCUR FICLAIMS MADE
AGGREGATE
S
rSS
DEDUCTIBLE
RETENTION S
g
WORKERS COMPEN$ATEON AND
EMPLOYERS LIABILITY
TIN sTATLL OTHER
E.L. EACH ACCIDENT
EACH ACCT
S
rorceROPMerpwPABrNERIEXECUTIYE
$
OFPIC6RAIEMeER E%aDDEDT
Fysa, d.lo enar $ftMLFROMSIDM W.
EBDLIGY LIMIT
S
OTHER:
TE-EAEMPLOYEE
DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT] SPECIAL PROVISIONS
TEN DAY NOTICE OF CANCELLATION WILL BE GIVEN FOR NON PAYMENT OF PREMIUM.
JOB: HRSITEIMPROVEMENTS
CERTIFICATE HOLDER IS NAMED AS ADDITIONAL INSURED PER FORM VE 0182 03 04 ATTACHED.
CERTIFICATE HOLDER CANCELLATION
ACORD 25 (2001108( Certificate # 6985 O ACORD CORPORATION 1988
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING INSURER WELL ENDEAVOR TO MAIL GD DAYS
WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE
CITY OF NEWPORT BEACH
TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER
3300 NEWPORT BEACH BLVD
ITS AGENTS OR REPRESENTATIVES.
P O BOX 1788
NEWPORT BEACH CA 92658
AUTHORIZED REPRESENTATNE/[J�
Attention:
Mic 461 i e) Adams
ACORD 25 (2001108( Certificate # 6985 O ACORD CORPORATION 1988
Nov 14 07 09:30a (714)701 -1845 • • p.2
Named Insured: Mike Kilbride Ltd. VE 182 03 04
Policy: VCGP01s111 Effective Date: 10 -3o -o7
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BLANKET ADDITIONAL INSURED ENDORSEMENT
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
A: Section II — Who is An Insured is amended to include as an insured any person or
organization for whom you are performing operations when you and such person or
organization have agreed in writing in a contract or agreement that such person or
organization be added as an additional insured on your policy. Such person or organization
is an additional insured but only with respect to liability caused by your ongoing operations
performed for that insured. A person's or organizations's status as an insured under this
endorsement ends when your operations for that insured are completed. This insurance
does not apply to liability caused by the sole negligence of any additional insured.
B: With respect to the insurance afforded to these additional insureds, the following additional
exclusions applies:
This insurance does not apply to:
I. The preparing, approving, of failing to prepare or approve, maps, shop drawings,
opinions, reports, surveys, field orders, change orders or drawings and specifications;
and
2. Supervisory, inspection, architectural or engineering activities.
This policy shall be considered primary to any similar insurance held by third parties in respect of
work performed by you under written Contractual Agreements with said third party(ies). The third
party(ies) to whom this provision applies are listed below_ Non- contributory applies.
The City of Newport Beach, its officers, agents, officials,
employees and volunteers.
URANCEAPPRO dAA�)
d
4AT RISK MANAGER
From: 07/25/2007 08:43 4016 P.001
07/2:5/2007 10 :20 FAS 9497702084 KELLY BRENNAN STATE FARM
CERTIFICATE- OF INSURAt ICE ,p
This cedifles that STATE FARM FIRE AND CASUALTY COMPANY, M wmington. III m t'
�] STATE FARM GENERAL INSURANCE COMPANY, Iilo r ingtcn, iWaois Q BOA,
insures trio fallowing p rlicyholder for the mveragas indicated below; 9,
Name of paGr yholder MIY.E KTLSRZDE, LTD
Address of pr rcytmider F.O. BOX 3341 C9
NEWPORT BEACH, Cp,.. 92659
Locafm of a aeraROrrs
Din 0' apamems
The pafides fisted be ow have been issued to ttn: pdgcyhMer fa• the polity periods :Jfown. The insuranm desrYbad M tbwe Pot is
- x. ,yeti s a..w�r�...s....... ...a.. hcm Ima. ml1,mM raI aav Dart daeaCL
I SURpNCE APP�ED_ r,
(�
rnT,. ICK NA
Name and Address a Certificate Holder
CITY OF NEWPORT BEACH
3300 NEWPORT HLVD
NvgpoRT REACH, CA 92659
553asd a &P3 PF"rn U SA
a day Or UAW -•-
ex rtmtion dM. 5brte Fenn wi0 try to mail a knitters nWm to
eb, agrIlROM hotter 30 dwys berate cancellation. If,
ho Bever. via fail to mail aruir n Woe, = obligeden or ilabmly
wf l be Imposed on State Farm or Rs $got" or
rq aesa~ma1IVM- .
PERIOD
I- IMIT•°, LIABILITY
POLICY NUINgER
TYPE OF INSURANCE
Effective
of ti '
Comprehensive
BODILY INJURY AND
BuSineG
PROPERTY DAMAGE
This insumnea Includes: ❑ Products - Complete QpemdN
❑ Contractual Liability
❑ Underground H=ird Caverage
Each OearrranOff $
❑ Persanel Injury
❑ Advertising Injury
Gernar-al Aggregate $
❑ Explosion Hmord Caverage
Products - Completed
❑ Cattopse Hazard Ooverw
Opwiti*rm Aggregate $
❑ Genarat Aggregate unfit apptles to fAtch prated
ri
KXjCY PERIOD
BODILY INJURY AND PROPERTY DAMAGE
pCGE.SS LIABfi.il'Y
eve Ipste f atlon Date
(Csmbtnw Single Limb
❑ Umbralto
Dtfrer
Each Occurrence; $
Part 1 STATUTORY
Part 2 BODILY INJURY
warkers' Compensation
and E'mplayers UAAW
Each Ardent S
Disease Each EmOwea II
Disease- Limit S
P UC1' PEFF(OD
U F LUIlicy
POLICY Nt1Nfm
TYPE OF INSURANCE
EftectEve DOLO papa
8t inn{n aF li ado
Inns pe
P45—L3765-75
AUTOMOBILE
00 0
— 419,9--75
TOMOBILE
00,000
F44-7489-75
AUTOMBIL
07 10/D7 1 0711(/05
1,000 000
I SURpNCE APP�ED_ r,
(�
rnT,. ICK NA
Name and Address a Certificate Holder
CITY OF NEWPORT BEACH
3300 NEWPORT HLVD
NvgpoRT REACH, CA 92659
553asd a &P3 PF"rn U SA
a day Or UAW -•-
ex rtmtion dM. 5brte Fenn wi0 try to mail a knitters nWm to
eb, agrIlROM hotter 30 dwys berate cancellation. If,
ho Bever. via fail to mail aruir n Woe, = obligeden or ilabmly
wf l be Imposed on State Farm or Rs $got" or
rq aesa~ma1IVM- .
From: • 11/92007 09:26 #005 P.001
STATE
COMPENSATION
I N S V R A N C E
FUND
POLICYHOLDER COPY SG
P.O. BOX 420807, SAN FRANCISCO,CA 94142 -0807
CERTIFICATE OF WORKERS' COMPENSATION INSURANCE
ISSUE DATE: 11.07 -2007
CITY OF NEWPORT BEACH SG
PO BOX 1768
NEWPORT BEACH CA 92658 -8815
GROUP:
POLICY NUMBER: 1362825 -2007
CERTIFICATE ID: 954
CERTIFICATE EXPIRES: 10 -01 -2008
10 -01- 2007/10 -01 -2008
THIS CERTIFICATE SUPERSEDES AND CORRECTS
CERTIFICATE # 510 DATED 10 -01 -2007
JOB:HR SITE IMPROVEMENTS
This Is to certify that we have Issued a valid Wvrkers' Compensation Insurance policy in a form approved by the
California Insurance Commissioner to the employer named below for the policy period indicated.
This policy is not subject to cancellation by the Fund except upon $0 days advance written notice to the employer.
We will also give you 30 days advance notice should this policy be cancelled prior to its normal expiration.
This certificate of insurance is not an insurance policy and does not amend, extend_ or alter the Coverage afforded
by the policy listed herein. Notwithstanding any requirement, term or condition of any Contract or other document
with respect to which this certificate of insurance may be issued or to which it may pertain, the Insurance
afforded by the Policy described herein is subject to all the terms, exclusions, and conditions, of such Policy-
DRIZED REP T
PRESIDENT
EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE.
ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 10 -01 -2002 IS
ATTACHED TO AND FORMS A PART OF THIS POLICY.
ENDORSEMENT 82570 ENTITLED WAIVER OF SUBROGATION EFFECTIVE 2007 -11 -07 IS
ATTACHED TO AND FORMS A PART OF THIS POLICY. THIRD PARTY NAME:
CITY OF NEWPORT BEACH
EMPLOYER
MIKE KILBRIDE,LTD DBA:COAST WATER AND POWER
PO BOX 3341
NEWPORT BEACH CA 92959
(CBM.CNj
lev.i-OV PRINTED : 11 -07 -2007
From: • 11/1007 09:26 #005 P.002
WAIVER OF SUBROGATION NOTICE
Enclosed is your copy of a certificate of insurance on which the certificate holder
required a waiver of subrogation:
1. Please be advised that a waiver of subrogation requires that a 3% surcharge
will be applied by State Fund ONLY to the premium assessed on the payroll
of your employees earned while engaged in work for that certificate holder
who requested the waiver. (Note: if you have no employee payroll on that job,
then there is no charge.)
2. To apply the 3% surcharge, you must also agree to maintain accurately
segregated payroll records for employees engaged in work on job /s for the
certificate holder who has the waiver. The payroll records are subject to
verification by an auditor.
Example:
Payroll for job: $5,000.00
Sample Rate: 13.30
Regular Premium equals: $ 665.00
Surcharge: 3.008
Additional Waiver charge: $ 19.95
Total premium equals $ 684.95 (665.00 t 19.95)
l iNS RANCE APPRO
l DAT a MANAGER
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Agenda Item No. 8
November 13, 2007
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Tom Sandefur
949 - 6443312 ortsandefur @city.newport- beach.ca.us
SUBJECT: TRANSFER OF OFFICE TRAILER FOR HUMAN RESOURCES
DEPARTMENT — AWARD OF CONTRACT NO. 3987
RECOMMENDATIONS:
1. Approve the construction drawings and specifications.
2. Award Contract No. 3987 to Mike Nibride, Ltd. for the Total Price of $32,900 and
authorize the Mayor and the City Clerk to execute the contract.
3. Establish an amount of $5,000 to cover the cost of unforeseen work.
4. Approve a Budget Amendment to transfer the amount of $55,617 from Account
No. 0410 -8627 — Human Resources M &O for Recruitment Expenses to Account
No. 0410 -9500 — Human Resources M &O for Structures and Improvements.
DISCUSSION:
At 10:00 a.m. on October 30, 2007, the office of the Public Works Director opened and
read the following bids for this project:
TOTAL BID AMOUNT
$32,900.00
$62,300.00
$68,420.00
$91,910.00
$119,430.00
The low total bid amount is 9.7% above the Engineer's Estimate of $30,000. The low
bidder, Mike Kilbride, Ltd., possesses a California State Contractors License
Classification "A" as required by the project specifications
The work necessary for the completion of this contract consists of: site grading, laying
down a crushed rock foundation, trenching a sewer line, water line, and data conduit
BIDDER
Low
Mike Kilbride, Ltd.
2nd
Belaire -West Landscape
3`d
GCI
4d'
Mike Prlich and Sons
5d'
Nobest Incorporated
TOTAL BID AMOUNT
$32,900.00
$62,300.00
$68,420.00
$91,910.00
$119,430.00
The low total bid amount is 9.7% above the Engineer's Estimate of $30,000. The low
bidder, Mike Kilbride, Ltd., possesses a California State Contractors License
Classification "A" as required by the project specifications
The work necessary for the completion of this contract consists of: site grading, laying
down a crushed rock foundation, trenching a sewer line, water line, and data conduit
Transfer of Office Trailer for Human Resources C*tment -Award of November No. 3987
November r 13, 2007
Page 2
line to the site, providing traffic control plans, connections of the sewer line and water
line to existing lines, pouring new sidewalk, and site cleanup.
The contract specifications require the contractor to complete all construction in 15
consecutive working days.
BACKGROUND;
On June 26, 2007, City Council approved moving a surplus office trailer from the
General Services yard to the front lawn of City Hall for use by the Human Resources
Department as a recruiting office. The trailer will be placed along 32nd Street to the
west of the City Council Chambers. The council approved an expenditure of $43,000
for remodeling and moving the trailer and $15,000 for purchasing furniture.
There are several distinct components for this relocation project including; site
improvements; installation of electrical and data conduit; preparation and remodeling
the trailer; and the actual relocation of the trailer itself. Contracts have been executed
to encompass the electrical and trailer remodeling aspects as follows:
Contractor Scope of Work Amount
Meadows Construction Services Moving Trailer $15,950.00
Fleming Construction Services Preparation and Remodel $16,945.00
Bay Shore Electric, Inc. Electrical/Data Conduit $20,750.00
The original estimate for the project, while accurate in assuming costs for the interior
remodel and moving of the trailer, underestimated the cost of bringing electrical power
and data cables to the new trailer site. Also, the preparation of the site for the trailer
involves more grading, foundation preparation, and utility trenching than was foreseen
at the time.
The City advertised the Human Resources Trailer Site Improvement, Contract No. 3987
for bid. This project provides for the grading of the trailer site, connection of the site to
sewer and water lines, and trenching of data conduit lines to the trailer and the Council
Chambers.
Environmental Review:
This project is exempt from the California Environmental Quality Act (CEQA) pursuant
to Section 15301 of the CEQA Implementing Guidelines. This exemption covers the
maintenance and alteration of existing public facilities with negligible expansion of the
facilities.
Public Notice:
The Notice Inviting Bids was advertised in the City's official publication.
• Transfer of Office Trailer for Human Resources lrtment — Award of Contract No. 3987
November 13, 2007
Page 3
Funding Availability:
Upon approval of the recommended Budget Amendment, sufficient funds will be
available in the following accounts for the project:
Account Description
Human Resources Recruiting
Proposed uses are as follows:
Vendor
Mike Kilbride, Ltd.
Meadows Construction Services
Fleming Construction Services
Bay Shore Electric, Inc.
Park West Landscape, Inc.
Bush and Associates
Various
Prepared by:
Tom Sandefur, POE.
Associate Civil Engineer
Submitted by:
Tilt/I
Barbara Ramsey
Human Resources Director
Attachments: Bid Summary
Budget Amendment
Account Number Amount
0410 -9500 $98,617.00
Total: $98,617.00
Purpose
Construction Contract
Moving Trailer
Preparation and Remodel
Electrical/Data Conduit
Irrigation Restoration
Survey
Project Contingency
Total:
Submitted by:
Amount
$32,900.00
$15,950.00
$16,945.00
$20,750.00
$5,000.00
$2,072.00
$5,000.00
$98,617.00
(n G. Badum
Works Director
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
TITLE: HUMAN REflDURCESTRAILER SITE UPROVEMEHT BID LOCATION: Publk Woke Omni -CMNan
CONTRACT NO.: C-3907 DATE: 30-00107 TIME: 1040AM
ENGINEER'S ESTIMATE: 129.980.00 BY: TSandahn CHECKED: DATE:
PROJECT MANAGER: T.SANDEFUR
MIKE PRLICH AND SONS
ENGINEERS ESTIMATE
MIKE BRIDE LTD
Sst.,mptemEST LANDSCAPE
GCI
ITEM
DESCRIPTION
QUANTITY
UNIT
AMOUNT
UNIT
AMOUNT
UNIT
I AMOUNT
UNIT
AMOUNT
1
elK Plans
1
Ls
60(1.01)
50D.00
3010.00
100.00
'100.
20000
200.
2
MoWta4on
1
.00
1000.00
1000.00
600.00
500.00
300D.00
30DO.W
850400
8500.00
3
Tmmc Cored
1
_L&
LS
500.00
500.00
500.00
500.00
100000
100D.00
60,00
600.00
4
Site Graan
1
14300,0Q
30MM
3W0.
5000.00
5001)00
3000.00
300D.00
9000.00
2,W0,0D
5
Cwmtod Reak Fwndatlon
16
CY
35.00
%0.00
100600
1600.
25),00
4000.W
50.00
800.00
6
Fumish and lnsMII 44nM PVC Sewm Laaml
6D
LF
20.00
1200.00
125.00
750040
209.00
12000.00
200.00
12000.00
7
Furnish and! Intel 44nch ASB Sewer PI
5)
LF
20.00
100040
30.00
1500400
40.00
2DO0.00
45.00
MSD.00
8
FumIM and Ins 134nch AGE Sewer Pioe
30
LF
30.00
900.00
3040
90.00
40.00
1200.00
60.00
1500.00
9
Furnish and InsM9 2 -Inch Water Service Una
ao
LF
30.00
2400.00
40.00
3200.00
75.00
8000.00
60.00
4800.00
10
Cmnaam to ExMn 2 -fish Water lore
1
Ls
800.00
8m.00
500.00
500.00
2500.00
2500.00
370.00
sm.00
11
1 Furnish and ln"I 14nM Water Sena Line
5)
LF
m.5)
1500.00
M.001
10D0.00I
4040
2000.00
4540
2250M3RO68420.00 00
12
Fumsh and lnMetl 3V4nch Wam SaMCe Una
25
LF
25.00
825.
20.00
500.DO
40.00
1000.00
8W.OD
13
Fumish and lnaas 2-InM PVC Daa Conduit
130
LF
30.00
3900.00
15.00
1950.00
50.00
6000.00
80040
14
Fumish and lnawh 3Anch PVC Dan, Conduit
170
LF
40.00
.00
35.00
5800.00
50.00
8500,00
.00
15
Consvud 44nM Thick PCC blew k
260
SF
10.00
2500,
8.00
1500,00
2040
SOW.
00040
16
Remove and Sol a EASU Pand M
1
LS
500.00
500.00
300.00
300.00
1000.00
1000.00
300.00
17
Furnish aM Instal Pullbox
EA
650.00
1300.
500.00
1000.00
500.00
1000.00
800.00
18
SM
1
LS
1000.00
1000.00
500.00
500.00
2500.00
2500.00
350.00
EE
29985.00
LOW
33900.00
2NO
62300.00
.00
MIKE PRLICH AND SONS
NOSEST WCORPORATED
U NIT
AMOUNT
500.00
500.00
500.
000.00
900.00
30D040
1 .00
20m.m
2000.00
4W0.m
26000.00
2S000.W
3010.00
300.00
4800.00
IAMOUNT
14
315.00
18900.00
.00
W
15)".00
3300.00
15).00
4
MODAD
150.00
12000.00
180040
1500.00
18 .00
3WD.00
90.00
4500.00
1250.00
90.00
2250.00
110.00
14300,0Q
6630.00
190,00
17000.00
60.00
10200.00
1040
2,W0,0D
15
3750.00
1,000.00
1000.00
200
200400
1 00.00
2000.00
Moo
$200.00
1000.00
1,D00,00
1500
1 .00
4TH
91 910.00
5TH
119 430.00
Page 1 I:lUwmIPBVASharedlConlrads1F/ 07 -0800R Trailer C398ASID SUMMARY
i
E
W of Newport Beach 0
BUDGET AMENDMENT
2007 -08
EFFECT ON BUDGETARY FUND BALANCE:
Increase Revenue Estimates
Increase Expenditure Appropriations AND
PX Transfer Budget Appropriations
SOURCE:
from existing budget appropriations
from additional estimated revenues
from unappropriated fund balance
EXPLANATION:
This budget amendment is requested to provide for the following:
NO. BA- 08BA -023
AMOUNT: 555,s97.00
Increase in Budgetary Fund Balance
Decrease in Budgetary Fund Balance
No effect on Budgetary Fund Balance
To transfer budget appropriations from the Human Resources recruiting budget to cover increased costs associated with the
office trailer for Human Resources.
ACCOUNTING ENTRY:
BUDGETARY FUND BALANCE Amount
Fund Account Description Debit Credit
REVENUE ESTIMATES (3601)
Fund/Division Account Description
EXPENDITURE APPROPRIATIONS (3603)
Description
Division Number 0410 Human Resouces - Personnel
Account Number 8627 Recruiting $55,617.00
Division Number 0410 Human Resouces - Personnel
Account Number 9500 Structures and Improvements $55,617.00
Division Number
Account Number
Division Number
Account Number
Division Number
Account Number
' Automatic System Entry.
Signed:Lr/%
Fin ncial Approval: Administrail Se/Jrvices Director Date �'/
Signed: �. ✓" 6 D
Administrative App, ro I: City Manager Da
Signed:
City Council Approval: City Clerk Date
0 •
Brown, Lejlani
From: Brown, Leilani
Sent: Monday, March 10, 2008 10:06 AM
To: Sandefur, Thomas
Cc: Pollard, Jamie; Badum, Steve; Harkless, LaVonne
Subject: RE: Human Resources Trailer Site Improvement
I discussed this with LaVonne and Steve or Homer will need to make an announcement at
the Council meeting since the recommendation is different than what is on the agenda.
Thanks!
Leilani I. Brown, CMC
Deputy City Clerk
City of Newport Beach
3300 Newport Blvd. I Newport Beach I CA 192663
(949) 644-30051 A (949) 644 -3039 12 Ibrown@city.newport beach.ca.us
From: Sandefur, Thomas
Sent: Monday, March 10, 2008 10:03 AM
To: Brown, Leilani
Cc: Pollard, Jamie
Subject: Human Resources Trailer Site Improvement
Good Morning Leilani,
As we discussed on the phone, the contract with Mike Kilbride, Ltd. did not contain any bonding requirements,
only insurance. Mike has completed all the work and we don't require anything else from him. I mistakenly
added the release of the material and faithful performance bonds to the Council Report. Let me know if you
have any more questions. Thanks.
Tom Sandefur, P.E.
Associate Civil Engineer
City of Newport Beach
Public Works Department
(949) 644 -3312
Public Works Department — A Well - Engineered Machine
Protecting and Providing Quality Public Improvements and Services
03/10/2008
0 0
• • c-�By
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Agenda Item No. 9
March 11, 2008
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Tom Sandefur
949 - 644 -3312 ortsandefur @city.newport- beach.ca.us
SUBJECT: Human Resources Trailer Site Improvements — Completion and
Acceptance of Contract No. 3987
RECOMMENDATIONS:
1. Accept the completed contract work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the Labor and Materials bond 35 days after
the Notice of Completion has been recorded in accordance with applicable
portions of the Civil Code.
4. Release the Faithful Performance Bond 1 year after Council acceptance.
DISCUSSION:
On November 13, 2007, the City Council authorized the award of the Transfer of Office
Trailer for Human Resources Department to Mike Kilbride, Ltd. The contract provided
for the construction of a crushed rock foundation and the installation and connection of
various utilities to the trailer. The contract has now been completed to the satisfaction
of the Public Works Department. A summary of the contract cost is as follows:
Original bid amount: $32,900.00
Actual amount of bid items constructed: $31,800.00
Total amount of change orders: $3,360.50
Final contract cost: $35,160.50
The decrease in the amount of actual bid items constructed over the original bid
amount resulted from a decrease in size of the water service line. The final overall
construction cost including change orders was 6.9 percent over the original bid amount.
AResources Trailer Site Improvements - Completia Acceptance of Contract No. 3987
March 11, 2008
Page 2
Two change orders in the amount of $3,360.50 provided for dewatering during the
sewer connection, reinstallation of two parking meters, and asphalt patch paving.
Total construction expenses are summarized as follows:
Construction - Mike Kilbride Ltd.
Electrical - Bayshore Electric
Trailer Move - Meadows Construction
Survey - Bush & Associates
Trailer Renovation - R.G. Fleming, Inc.
Total Project Cost
$35,160.50
$25,593.00
$15,950.00
$2,072.00
$28,707.00
$107,482.50
Other costs for incidentals, furnishings, and interior cleaning were absorbed within the
Human Resources Department budget.
Environmental Review:
This project was categorically exempt from the provisions of CEQA per Section
15301(e), since the project consists of a minor alteration to a public structure involving
an expansion of less than 2,500 feet.
Fundina Availability:
Funds for the project were expended from the following account:
Account Description Account Number Amount
Structures and Improvements 0410 -9500 $35,160.50
Total: $35,160.50
All work under this contract was completed on December 20, 2007, the scheduled
completion date.
Prepared by:
Tom Sandefur
Associate Civil Engineer
Submitted by: